You are on page 1of 335

SPECIFICATIONS

FOR

REPAIR RUNWAY 1R-19L AND


ASSOCIATED TAXIWAYS K4, K5 AND K6

PROJECT IA1403

WASHINGTON DULLES INTERNATIONAL AIRPORT

Prepared by:

CRAWFORD, MURPHY & TILLY, INC.


2750 WEST WASHINGTON STREET
SPRINGFIELD, IL 62702
217-787-8050

February 09, 2015


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

TABLE OF CONTENTS

DIVISION 00 – CONDITIONS OF THE CONTRACT


00 73 00 SUPPLEMENTARY CONDITIONS
DIVISION 01 – GENERAL PROVISIONS
01 10 00 SUMMARY
01 22 00 UNIT PRICES
01 22 10 MEASUREMENT AND PAYMENT
01 29 00 APPLICATION FOR PAYMENT
01 31 00 PROJECT MANAGEMENT AND COORDINATION
01 32 00A CONSTRUCTION PROGRESS DOCUMENTATION
01 32 33 PHOTOGRAPHIC DOCUMENTATION
01 33 00 SUBMITTALS
01 40 00 QUALITY REQUIREMENTS
01 42 00 REFERENCES
01 50 00 TEMPORARY FACILITIES AND CONTROLS
01 60 00 PRODUCT REQUIREMENTS
01 71 13 MOBILIZATION AND DEMOBILIZATION
01 71 14 MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING
CONSTRUCTION
01 73 00 EXECUTION
01 77 00 PROJECT CLOSEOUT
01 78 39 PROJECT RECORD DOCUMENTS

DIVISION 20 – FAA SPECIFICATIONS


P-153 UNSUITABLE SUBGRADE UNDERCUT
P-154 CONTROLLED LOW-STRENGTH MATERIAL (CLSM)
P-160 SHOULDER REMOVAL AND REPLACEMENT
P-161 SOIL STABILIZATION FABRIC
P-162 GEOGRID FOR SUBGRADE STABILIZATION
P-202 HMA CRACK SEALING
P-203 HMA SAND MIX CRACK REPAIR
P-209 CRUSHED AGGREGATE BASE COURSE
P-219 RECYCLED CONCRETE AGGREGATE BASE COURSE
P-405 BITUMINOUS CONCRETE PAVEMENT
P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT
P-510 RIGID PAVEMENT REPAIR
P-603 BITUMINOUS TACK COAT
P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS
P-606 ADHESIVE COMPOUNDS, TWO COMPONENT, FOR SEALING LIGHTS
IN PAVEMENT
P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
P-620 PAVEMENT MARKING
P-621 PAVEMENT MARKING REMOVAL
P-622 SAW-CUT GROOVES
L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT
L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-130 ELECTRICAL REMOVALS

TABLE OF CONTENTS TOC-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

DIVISION 26 – ELECTRICAL
26 05 53 ELECTRICAL IDENTIFICATION

DIVISION 31 – EARTHWORK
31 25 14 STORM WATER POLLUTION PREVENTION

TABLE OF CONTENTS TOC-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY


WASHINGTON DULLES INTERNATIONAL AIRPORT
Washington, D.C.

REPAIR RUNWAY 1R-19L AND


ASSOCIATED TAXIWAYS K4, K5 AND K6

PROJECT IA1403

CRAWFORD, MURPHY & TILLY, INC.

Crawford, Murphy & Tilly Responsibility for Specifications Include:

DIVISION 00 – CONDITIONS OF THE CONTRACT


00 73 00 SUPPLEMENTARY CONDITIONS
DIVISION 01 – GENERAL PROVISIONS
01 10 00 SUMMARY
01 22 00 UNIT PRICES
01 22 10 MEASUREMENT AND PAYMENT
01 29 00 APPLICATION FOR PAYMENT
01 31 00 PROJECT MANAGEMENT AND COORDINATION
01 32 00A CONSTRUCTION PROGRESS DOCUMENTATION
01 32 33 PHOTOGRAPHIC DOCUMENTATION
01 33 00 SUBMITTALS

PROFESSIONAL SEAL PS-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

01 40 00 QUALITY REQUIREMENTS
01 42 00 REFERENCES
01 50 00 TEMPORARY FACILITIES AND CONTROLS
01 60 00 PRODUCT REQUIREMENTS
01 71 13 MOBILIZATION AND DEMOBILIZATION
01 71 14 MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING
CONSTRUCTION
01 73 00 EXECUTION
01 77 00 PROJECT CLOSEOUT
01 78 39 PROJECT RECORD DOCUMENTS

DIVISION 20 – FAA SPECIFICATIONS


P-153 UNSUITABLE SUBGRADE UNDERCUT
P-154 CONTROLLED LOW-STRENGTH MATERIAL (CLSM)
P-160 SHOULDER REMOVAL AND REPLACEMENT
P-161 SOIL STABILIZATION FABRIC
P-162 GEOGRID FOR SUBGRADE STABILIZATION
P-202 HMA CRACK SEALING
P-203 HMA SAND MIX CRACK REPAIR
P-209 CRUSHED AGGREGATE BASE COURSE
P-219 RECYCLED CONCRETE AGGREGATE BASE COURSE
P-405 BITUMINOUS CONCRETE PAVEMENT
P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT
P-510 RIGID PAVEMENT REPAIR
P-603 BITUMINOUS TACK COAT
P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS
P-606 ADHESIVE COMPOUNDS, TWO COMPONENT, FOR SEALING LIGHTS
IN PAVEMENT
P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
P-620 PAVEMENT MARKING
P-621 PAVEMENT MARKING REMOVAL
P-622 SAW-CUT GROOVES
L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
L-110 INSTALLATION OF AIRPORT UG ELECTRICAL DUCT
L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-130 ELECTRICAL REMOVALS

DIVISION 26 – ELECTRICAL
26 05 53 ELECTRICAL IDENTIFICATION

DIVISION 31 – EARTHWORK
31 25 14 STORM WATER POLLUTION PREVENTION

PROFESSIONAL SEAL PS-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY


WASHINGTON DULLES INTERNATIONAL AIRPORT
Washington, D.C.

REPAIR RUNWAY 1R-19L AND


ASSOCIATED TAXIWAYS K4, K5 AND K6

PROJECT IA1403

BURNS ENGINEERING, INC.

Burns Engineering Responsibility for Specifications Include:

DIVISION 20 – FAA SPECIFICATIONS


P-606 ADHESIVE COMPOUNDS, TWO COMPONENT, FOR SEALING LIGHTS
IN PAVEMENT
L-108 INSTALLATION FOR UNDERGROUND CABLE FOR AIRPORTS
L-110 INSTALLATION OF AIRPORT UG ELECTRICAL DUCT
L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-130 ELECTRICAL REMOVALS

DIVISION 26 – ELECTRICAL
26 05 53 ELECTRICAL IDENTIFICATION

PROFESSIONAL SEAL PS-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 007300 — SUPPLEMENTARY CONDITIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, and other Division 01 Specification Sections,
apply to this Section.

1.2 SUMMARY

A. The articles and paragraphs of this Section represent supplements or additions to the Contract
Provisions or the Special Provisions.

1.3 WORK UNDER OTHER CONTRACTS

A. During the period of this Project, the Authority anticipates that other construction contracts may
be underway at or near the site of work of this Contract. A list of adjacent construction activities
follows:

1. MWAA PAVEMENT MAINTENANCE CONTRACT


2. REPLACE RUNWAY 1R THRESHOLD LIGHTS
3. HYDRANT FUEL LINE IMPROVEMENTS
4. REPAIR TAXILANE B RECONSTRUCTION AND WIDENING, EAST SECTION

1.4 PERMITTING

A. Comply with all requirements set forth in the Authority's “Building Codes Manual”. This manual
describes Building Codes organization, Building Code inspection process, Certificate of
Occupancy requirements, and information regarding elevators, escalators, and moving walks. The
Authority will file for and provide the construction permit.

1.5 MAINTENANCE OF PEDESTRIAN AND VEHICULAR TRAFFIC

A. Maintain adequate pedestrian and vehicular traffic flow and safety along the service roads,
sidewalks, parking lots and other roadways on Airport property. In addition, this requirement
applies to crossroads, approaches, and entrances affected by or made necessary by the Work.
Coordinate activities throughout the project in a manner that allows emergency access, without
delays to emergency response vehicles, to all areas of the Project that are occupied by employees.

B. Prior to starting construction operations affecting pedestrian, vehicular, or aircraft traffic


movement, submit and obtain the COTR's written approval of a Traffic Maintenance Plan.
Develop plan in accordance with the safety requirements of the FAA, Airport Operations, and the
Commonwealth of Virginia Department of Transportation’s “Manual of Uniform Traffic Control
Devices”. Utilize the form indicated in the latest edition of the Virginia Department of
Transportation’s “Virginia Work Area Protection Manual – Standards and Guidelines”.

C. Provide and maintain temporary signage, "Jersey barriers," and such other traffic control devices
or personnel as required complying with approved Traffic Maintenance Plan.

SUPPLEMENTARY CONDITIONS 007300 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

D. Maintain the construction operations affecting pedestrian, vehicular, or aircraft traffic movement
from the beginning of construction operations until final acceptance of the project. The
maintenance shall constitute continuous and effective work prosecuted day by day with adequate
equipment and forces to the end of project to ensure that roadways and structures are maintained
in satisfactory condition at all times, including barricades and warning signs as necessary for
performance of the work.

E. Keep the portions of the project being used by public, pedestrian, aircraft, [mobile lounges] and
vehicular traffic, whether it is through or local traffic, in such condition that traffic will be
adequately accommodated. Remove snow and control all ice within the project boundaries.
Removal of snow and ice for the benefit of the traveling public will be performed by the
Authority. Bear all cost of maintenance work during construction and before the project receives
a Certificate of Occupancy for constructing and maintaining approaches, crossings, intersections
and other features as may be necessary.

F. Keep the portions of the road and aircraft pavement surfaces being used by the public free from
irregularities, obstructions, mud, dirt, snow, ice, and any characteristic that might present a hazard
or annoyance to traffic in such condition that traffic will be adequately accommodated. Maintain
a vacuum/sweeper and flusher truck at the site at all times to clean roadway and aircraft surfaces
affected by construction traffic at the request of Airport Operations or the COTR. `

1.6 AIRFIELD AND TERMINAL BUILDING OPERATIONAL REQUIREMENTS

A. The Work, or a portion thereof, will be performed in proximity to the Air Operations Area (AOA),
including, active runways, taxiways, and aprons. Normal airport operations will continue
adjacent to the Work during all phases of the Project. These activities include:

1. Aircraft movement on runways, taxiways, aprons; aircraft landing and takeoff operations.
2. Aircraft parking, refueling and other aircraft servicing.
3. Baggage handling.
4. Routine aircraft maintenance.
5. Apron maintenance, snow removal and ice control.
6. Mobile lounge and Plane mate operations.
B. The Work, or a portion thereof, will be performed nearby the public Terminal or Concourse
buildings. Normal airport operations and public activities will continue adjacent to the Work
during all phases of the Project. These include:

1. Passenger enplaning and deplaning.


2. Passenger baggage deposit/retrieval.

C. Phase construction activities as necessary to accommodate all airport operations without


disruption. Adhere to all current Airport Orders and Instructions (O & Is), Airport Bulletins, and
Airport Advisories. The Authority will provide relevant Orders and Instructions to Offerors in
the Solicitation Package. Bulletins and Advisories will be provided to the offeror by the Authority
as they are issued.

1.7 TENANT OPERATIONAL REQUIREMENTS

A. The Work of this Project will be performed in close proximity to tenant-occupied areas.
Coordinate and conduct work activities in such fashion that public circulation, tenant operations,

SUPPLEMENTARY CONDITIONS 007300 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

and access to the tenant spaces will not be impaired in any manner except as detailed on
Contractor's Work Plans. COTR will review and approve in writing all Work Plans.

1.8 ENVIRONMENTAL PROTECTION

A. Comply with all Federal, state and local laws and regulations controlling pollution of the
environment. Take necessary precautions to prevent pollution of streams, rivers, lakes, ponds,
and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent
pollution of the atmosphere from particulate and gaseous matter.

B. Notify COTR immediately in the event that abnormalities, discolorations, odors, oil, or other
signs of potential contamination by hazardous materials are encountered during excavation or
other construction activities. Follow with written notice within 24 hours, indicating date, time,
and location of potential contaminants encountered. The COTR will provide further direction to
Contractor regarding disposition of materials encountered.

C. All painted surfaces are assumed to contain lead-based paint. The Contractor shall maintain the
necessary health and safety requirements for all personnel in accordance with OSHA regulations
to work in these conditions. The removal and disposal of lead-based paint is part of this contract.

D. Aircraft deicing fluids will be encountered in the water (including utility manholes) and in the
soils. Concentrations of aircraft deicing fluids in water and soils will range from non-detect to
saturation. Aircraft deicing fluids are propylene based Type I and Type IV fluids. The fluids
emit an unpleasant odor when the breakdown (biodegradation) is occurring. Follow OSHA
requirements while working in aircraft deicing impacted areas. Coordinate with the COTR for
obtaining Material Safety Data Sheet (MSDS) for aircraft deicing fluids.

E. Petroleum contaminated soils and water may be encountered during the construction of this
project. Petroleum impacted soils range from saturated to 1.0 ppm. Petroleum impacted water
ranges from free product to “non - detect.” Maintain the necessary health and safety requirements
for all personnel in accordance with OSHA regulations.

1. Do not use petroleum-contaminated soils as backfill around new piping or utilities.


Transport petroleum contaminated soils to a location identified by the COTR. Place the
contaminated soils on two layers of reinforced 6 mil plastic sheeting, install and maintain
sediment and erosion controls, and adequately cover the stockpile to prevent water
infiltration.

1.9 ARCHAEOLOGICAL AND HISTORICAL FINDINGS

A. Notify immediately, through the COTR, the PMC Archaeology/Historic Preservation


Coordinator if subsurface structural features, concentrations of artifacts, rubble, bone/shell, or
burnt material are uncovered or otherwise discovered. Prompt reporting will avoid potentially
severe problems resulting from the destruction of significant resources and may limit the impact
on construction operations and schedules.

1.10 DAMAGES AND PRE-EXISTING CONDITIONS

A. Be responsible for all damages caused by Contractor’s construction activities. Provide all labor,
materials, etc. to return any damaged areas, systems or equipment to their original condition at no
additional cost to the Authority.

SUPPLEMENTARY CONDITIONS 007300 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

B. Perform a survey of pre-existing conditions in the vicinity of Contractor’s construction activities,


utilizing photographs and other means as necessary to document existing damage or conditions.
Submit two copies of this survey to the Contracting Officer within 21 calendar days after Notice-
to-Proceed. This survey will assist in resolving any damage claims against the Contractor during
and after construction.

C. Preserve all roadways, pedestrian and directional signage. Deliver all signs removed and not
required for reinstallation to the Authority as directed by the COTR.

D. Replace or repair lost or damaged signs at no cost to the Authority.

1.11 SECURITY DURING CONSTRUCTION

A. Maintain the integrity of the Airport Security fence. Maintain the integrity of doors and walls
between public areas and Air Operations Area (AOA) at all times. Comply with Title 49 Code
of Federal Regulations, Parts 1500, 1540, 1542 and 1544.

B. Possession of and display of a proper and current Airport Identification Badge, issued by Airport
Operations is required for all Contractor personnel passing into the AOA. Refer to "Airport
Orders and Instructions" attached as part of the Contract for specific requirements. Security
requirements have increased significantly at Washington Dulles International Airport and Ronald
Reagan Washington National Airport. Contractor can expect up to two hours waiting time to
clear construction vehicles into the AOA. Offerors shall become intimately familiar with all TSA
and Authority security requirements. No increase in contract price will be provided to the
Contractor should the contractor not be aware of any security procedure in place at time of
submitting their offer that leads to increased time and inconvenience to accomplish the work.

C. Pay all fines levied by the Transportation Security Administration for penalties resulting from
security infractions perpetrated by or caused by Contractor’s personnel or work forces of
Contractor’s subcontractors or suppliers.

D. Establish and maintain the security of Contractor’s staging areas, equipment and materials.

E. Provide escort for delivery vehicles transporting materials and supplies to or from the Contractor's
staging or work areas into the AOA, in accordance with requirements stated in "Airport Orders
and Instructions" attached as part of the Contract.

F. Do not park within 300 feet of a terminal building unless specifically authorized by Airport
Operations.

G. All workers in the sterile areas, which are defined as areas accessible to ticketed passengers only,
may utilize tools in their work provided that:

1. Tools are essential and necessary to the Work.


2. Keep tools controlled at all times.
3. Do not leave tools unattended.
4. Store tools in locked boxes.

H. No knives will be permitted in the sterile areas.

SUPPLEMENTARY CONDITIONS 007300 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

I. When Work involves need for access to restricted areas under jurisdiction of U.S. Customs &
Border Protection (CBP), secure necessary special security clearances to operate in the
International Arrivals Building areas as prescribed by the U.S. Customs & Border Protection.
Each company working in the CBP area shall apply for and obtain a bond from the CBP.

J. No firearms or weapons of any type are allowed on the airport.

K. No cartridge style nail guns, nor any tools that use a cartridge or any explosive charge, are allowed
without prior written notification of COTR. Obtain written approval from the COTR before
bringing such tools on the project.

L. Conform to all Orders and Instructions pertaining to vehicle inspection.

1.12 MATERIAL HAULING

A. Restrict deliveries and removal of bulk materials, supplies, waste soils and equipment to and from
the Project site to the Authority-designated roads and haul routes indicated on the Drawings.

B. Access and egress to and from the Airport for hauling operations shall be through the entrances
indicated. Conduct hauling operations during the hours indicated in the plans.

C. The designated haul routes for hauling operations will not require vehicles crossing and/or
utilizing existing active taxi lanes or taxiways. Under no conditions shall the Contractor plan use
of active taxiways and taxi lanes for hauling equipment. Haul routes for this project are as
indicated.

D. Schedule, phase, and sequence work operations to minimize the number and duration of taxiway
closures. Submit a detailed Work Plan for Contractor’s entire operations to the COTR for
approval prior to commencing work. Obtain written approval from the COTR of the Work Plan.
Identify clearly on Work Plan each operation requiring coordination with Airport Operations.

1. For taxiway closures of short duration, provide flagmen, with radio contact with the FAA
Airport Traffic Control Tower and the Authority Ramp Control Tower, at taxiway crossing
intersections. COTR will determine the number of flagmen required.
2. For long-term taxiway closures, clearly mark, light, and barricade the taxiway closures and
haul routes in accordance with FAA and Airport Operations requirements.
E. Notify the COTR at least 72 hours in advance of all closure requirements for scheduled taxiway,
taxi lane or roadway closures. Obtain the written approval of the Authority prior to closing or
crossing a taxiway, taxi lane or roadway.

F. Bear all costs associated with establishing, maintaining, signing, lighting and marking haul routes
and taxiway crossings. These costs are considered incidental to the pay items of this Contract.

G. Use load covers on all dump trucks. Load dump trucks so that no spillage occurs during transit
on the State, municipal, or Airport roadways, taxiways, and aprons. Clean wheels of trucks
leaving the Project construction site of all soil and rocks. Provide a truck washing rack on the
Project site to minimize the tracking of soil onto paved surfaces.

H. Be responsible for the cost of the immediate cleaning of earth tracking and spills on paved
surfaces resulting from the Contractor's operations. Because of the potential for extreme damage
to aircraft engines due to the ingestion of foreign objects, maintain on the project mechanical

SUPPLEMENTARY CONDITIONS 007300 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

sweeper/vacuum (wet/dry) equipment with nylon brushes complete with operators. Maintain a
water truck on site at all times in order to effectively control dust rising from construction
activities.

I. Provide sweeper/vacuum equipment with a usable hopper capacity of 6 cubic yards and with a
regenerative air capacity of 15,000 CFM. Provide equipment with gutter brooms of poly brush
material so as not to damage airfield pavement markings; a dust control system that includes an
external spray system with front mounted spray bar, nozzles located at each gutter broom; and an
internal spray system with nozzles in the internal air stream. Maintain the equipment in good
working order throughout the project and replace the brooms and or spray systems, as necessary,
to ensure proper sweeping and vacuuming of paved surfaces.

1.13 PORTABLE LIGHTING

A. Portable lighting: If used for Contractor operations, aim and shield portable lighting at all times
to eliminate glare that could impair runway, taxiway, apron, ground operations, and Airport
Traffic Control Tower operations. Equip portable lighting with reflectors and glare shields to
prevent spillover of light into operational areas.

1.14 RADIO COMMUNICATIONS

A. Provide two-way radio communication between certain of the Contractor’s personnel on the job
site. Provide radios with a minimum of 5 watts transmitting power. Select the frequency utilized
for these transmissions. Submit proposed frequencies to COTR for approval in writing by the
COTR. Frequencies shall not conflict with or overlay any of the Airports radio frequencies.

B. Provide, at a minimum, the following with radio equipment: The Project Superintendent, Foreman
of all work groups physically separated from the general vicinity of the Project Superintendent,
gate guards, and others who may be working in a separate and remote area. Provide two
additional radios with the same frequencies to PMC for use by the COTR and the Lead Inspector.

C. Provide two-way radios capable of operating on both the "Ground" and "Ramp" frequencies for
work adjacent to or affecting taxiways, Mobile Lounge roads, or Mobile Lounge docking areas.
Such radios shall be either a handheld programmable type capable of operating off of vehicle
power and antenna or a vehicle-mounted type, which operates solely off of the vehicle’s power,
and antenna. Provide radios that provide a minimum of 3 watts transmitting power. Provide
radios of sufficient power to communicate with the appropriate controller.

1.15 NOT USED

1.16 SAFETY

A. Comply with all requirements set forth in the most current edition of the Authority Construction
Safety Manual”. Offerors are provided with the most recent addition when obtaining contract
documents prior to proposal. Requirements included in this Section are in addition to the
Authority’s Construction Safety Manual. Comply with all local, State and Federal requirements.
Where conflicts or discrepancies exist between requirements, the more stringent requirement shall
govern. For additional information see Division 01 Section “Quality Requirements”.

B. Contractor Safety Organization:

SUPPLEMENTARY CONDITIONS 007300 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Not Used.

2. Safety Engineer.

a. Duties: Outlined in The Authority Construction Safety Manual.


b. Qualifications: Outlined in The Authority Construction Safety Manual.

C. Submit the résumés of individuals proposed to serve in the role of Contractor’s Safety Engineer
to the COTR for approval in writing. In addition to indicating the qualifications in the Authority
Construction Safety Manual résumés shall include but not be limited to such items as: work
experience, education, safety and health training completed, memberships in professional
associations, professional certifications, professional registrations and professional references
confirming the qualifications and personal references of contacts for verification shall also be
required.

D. Provide safe and healthful working conditions on each operation at all times during execution the
work of this Contract. Conduct the various operations connected with the Work so that they will
not be injurious to safety or health. Comply with all provisions, regulations and recommendations
issued pursuant to the Occupational Safety and Health Act of 1970 and the Construction Safety
Act of 1969, as well as amendments to these laws. Comply with laws, rules and regulations of
other authorities having jurisdiction, with regard to all matters relating to the safety and health of
workers and the general public. Compliance with government requirements is mandated by law
and considered only a minimum level of safety performance. Perform all work in accordance
with best safe work practices recognized by the construction industry. Stop work whenever a
work procedure or a condition at a work site is deemed unsafe by the either of the following
individuals: COTR, Program Safety Manager (PSM), the Contractor’s Project Manager, the
Contractor’s Foreman, or the Contractor’s Safety Engineer(s).

E. Provide a full-time on-site Contractor Safety Engineer for the duration of this Contract with no
other duties assigned. The Safety Engineer shall be responsible for all safety and health
requirements as included herein and as required by the Authority’s Construction Safety Manual.

F. The contractor shall submit the resumes of all proposed safety and health professionals who shall
serve in the role of Contractor’s Safety Engineer(s) to the COTR for approval. The resumes shall
include, but not be limited to such items as: work experience, education, safety and health training
completed, memberships in professional associations, professional certifications, professional
registrations, and professional references confirming the qualifications shall also be required.
Documentation confirming the qualifications and personal references of contacts for verification
shall also be required.

G. Comply with all requirements set forth in the Authority's "Construction Safety Manual." Provide
during the Work the services of Safety Engineer(s) as outlined in the Authority’s “Construction
Safety Manual” and in Division 01 Section “Quality Requirements”. The Safety Engineer shall
undertake the duties and responsibilities as stated in the Authority's "Construction Safety
Manual".

H. Prior to start of construction activities in the Air Operations Area (AOA), the Contractor's Safety
Engineer(s) shall tour the AOA with the Authority Safety Program Manager.

I. Flagmen Training: The Authority will sponsor Flagman training sessions. Contractor's personnel
who will be assigned flagmen duties on the Airport for this project shall attend training sessions.

SUPPLEMENTARY CONDITIONS 007300 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

J. Fire Safety: Conform to the following requirements:

1. Obtain a permit to perform any welding, cutting, or hot work from the Office of the
Authority Fire Marshal.
2. Ensure adequate access to all construction areas for emergency response.
3. Obtain a permit from the Office of the Authority Fire Marshal to store, handle, or use any
hazardous material, including but not limited to fuels for equipment. Complete an
application prior to issuance.
4. Remove combustible debris from the site daily.
5. Provide at least seven (7) days notice for any request for inspections, tests, permits, etc.,
required of personnel from the Office of the Authority Fire Marshal.
6. Provide to the Office of the Authority Fire Marshal a list of emergency contact numbers for
the COTR and the Contractor prior to the commencement of Work.

K. Submit Site-Specific Safety and Health Plans to COTR within 15 calendar days of Notice to
Proceed and prior to the start of any construction activities. Prepare this plan using the
Authority’s Guidelines as defined in the Authority’s “Construction Safety Manual” and as
supplemented by these specifications for each and every work zone as shown on the drawings or
as anticipated by the Contractor. COTR must approve the Site-Specific Safety Plan prior to the
start of any work.

L. Be responsible for the safe operation of all job site motor vehicles. Provide a “spotter” or flagman
for all backing operations of construction vehicles with restricted rear vision.

M. All motorized equipment and vehicles working on or entering MWAA construction project work
areas shall be equipped with functional audible backup alarms.

N. Crane Operators. On Airports Authority projects, Crane Operators shall be certified to operate
the equipment by an approved independent certifying agency.

O. For all airside projects attach a Safety Plan to the Safety Program. Include in the Safety Plan, to
the extent applicable, provisions for the following:

1. Scope of work performed by Contractor, including proposed duration of work.


2. Possible safety problems (job hazard analysis program).
3. Work control measures.
4. Limitations on equipment height.
5. Location of airport operational areas.
6. Location of and access to stockpiled construction materials and equipment.
7. Inspection requirements.
8. Trenches and excavations, and cover requirements.
9. Threshold marking and lighting.
10. Closed runway marking.
11. Vehicle operation and pedestrian access in airport movement areas.
12. Construction site access and haul roads, includes maintenance of and keeping open ARFF
access routes.
13. Limitations on construction.
14. Radio communications.
15. Foreign object debris (FOD) control provisions.
16. Hazardous materials (HAZMAT) management.
17. Wildlife abatement.

SUPPLEMENTARY CONDITIONS 007300 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

18. NOTAM issuance.


19. Vehicle identification.
20. Vehicle parking.
21. Use of temporary visual aids.
22. Obstacle-free zones (OFZ).
23. Approach clearance to runways.
24. Runway and taxiway safety areas.
25. Procedures and equipment, such as barricades (identify type) for closing portions of the
movement area.
26. Required compliance of contractor personnel.
27. Procedures for notification of aircraft rescue firefighting (ARFF) if deactivating water lines
or fire hydrants, or if emergency access routes are rerouted or blocked.
28. Emergency notification for fire, medical, and police response.
29. Coordination of plan with an FAA airport certification safety inspector.

P. Comply with sample safety plan as designated in the MWAA Construction Safety Manual.

1.17 HEIGHT LIMITATION

A. For all demolition and construction within the Airport, limit the height of Contractor's equipment
to a maximum of 20 feet.

B. Prior to beginning any work coordinate with the COTR the height of all cranes, boom trucks,
scaffolds or similar vehicles of construction. Properly mark all construction equipment with
safety flags and warning lights in accordance with current FAA and Airport Operations
requirements. Submit FAA Form 7460, provided by COTR, for all variations on approved crane
heights.

1.18 NOISE CONTROL

A. The Authority recognizes and can tolerate a normal level of noise created by a majority of
construction activity. However, in the interest of the Authority's neighbors, the maximum
acceptable noise level between the hours of 5:00 pm and 7:00 am the following morning is limited
to 55 decibels. During daytime hours of 7:00 am through 5:00 pm, the maximum acceptable noise
level for sustained or repetitive noises is 72 decibels. Measure the noise level using an "A" scale
at a point 4'-0" above ground at property line nearest noise source.

B. Secure advance written approval from the COTR prior to scheduling any activity that is
anticipated to produce a sustained or repetitive noise level higher than the decibel limits indicated
above.

1.19 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK

A. The offeror is expected to examine carefully the site of the proposed work, the proposal, plans,
specifications, solicitation provisions, contract provisions, special provisions and contract forms
before submitting a proposal. The submission of a proposal will be considered conclusive
evidence that the offeror has made such examination and is satisfied as to the conditions to be
encountered in performing the work as to the requirements of the Contract.

SUPPLEMENTARY CONDITIONS 007300 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1.20 AIRPORT SECURITY/VEHICLE INSPECTION PROCEDURE

A. The number of vehicular access points into secure areas at IAD has been reduced to an operational
minimum. Those gates that remain open are divided into two categories:

1. Vehicular gates for approved vehicles and individuals who hold appropriate and valid
airport access media and do not require escorts.
2. Vehicular gates for those vehicles that have invalid or no airport access authorization and/or
the vehicle operator and passenger(s) do not have valid access authorization media and
require escorts.

B. The access points for vehicle operator and passenger(s) who have appropriate and valid airport
access media are Gates 127 and 141. Vehicles that require escorts of any type are prohibited at
those gates.

C. All vehicles and personnel that will require an escort shall enter the AOA via Gates 313, Gate
317, Gate 141, or Gate 118. The vehicle gates at Gate 118 and Gate 141 are designated as AOA
entry points for vehicles and persons that require an escort and their primary work site is located
on the north side of the airport. Gate 313 is designated as large equipment contractor/construction
access point, and Gate 317 is to be used by contractors and employees whose primary work site
is located on the south side of the airport. These access gates are as indicated.

D. Other access gates through which the contractor may gain access to a specific project site are as
indicated and must be approved by Airport Operations and the Transportation Security Agency.

E. The following procedures will be utilized for all escorted vehicles and AOA approved vehicles
with non-badged passengers seeking entry to the AOA:

1. All vehicles are searched.


2. Coordinate all vehicle deliveries with the COTR in advance. Provide the vehicle license
plate number and expected delivery time for all vehicle deliveries. Contractor may compile
the expected daily delivery schedule on one sheet for submission to the COTR.
3. The vehicle operator shall have in his or her possession a commercial manifest, which
identifies the contents of the vehicle and/or trailer.
4. An escort from the company for whom the shipment is intended shall respond to the vehicle
access gate and remain with the vehicle until the vehicle exits the secured area.
5. A vehicle search will be conducted and once cleared, vehicles will be permitted escorted
access to their delivery point.
6. Contractors should expect delays up to 2 hours at Gate 313 as a result of these security
provisions.
7. Priority consideration may be offered to concrete trucks with resulting delays estimated to
be 20 minutes. To receive priority consideration, schedule concrete deliveries with Airport
Operations and COTR at time of batching.

F. Prior approval from the Manager of Airport Operations or his/her designated representative is
required for any exceptions to the above procedures.

SUPPLEMENTARY CONDITIONS 007300 - 10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 007300

SUPPLEMENTARY CONDITIONS 007300 - 11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

SECTION 011000 - SUMMARY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Work covered by the Contract Documents.


2. Type of the Contract.
3. Work phases.
4. Work under other contracts.
5. Products ordered in advance.
6. Authority-furnished products.
7. Use of premises.
8. The Authority's occupancy requirements.
9. Work restrictions.
10. Specification formats and conventions.

B. Related Sections include the following:

1. Division 01 Section "Temporary Facilities and Controls" for limitations and procedures
governing temporary use of the Authority's facilities.

1.3 WORK COVERED BY CONTRACT DOCUMENTS

A. Project Identification: Project consists of repairs to Runway 1R-19L and associated Taxiways
K4, K5, and K6. The work items associated with this task will include spall repairs, linear crack
repairs, and panel replacement.

1. Project Location: Washington Dulles International Airport.

B. Architect/Engineer Identification: The Contract Documents, dated February 9, 2015 were


prepared for Project by Crawford, Murphy & Tilly, Inc..

C. Construction Manager: The Authority will act as the Construction Manager.

D. The Work consists of airfield concrete pavement repair

1. The Work includes Spall Repair, Linear Crack Repairs, and Panel Replacement, Light
Replacements and HMA Crack Sealing..

SUMMARY 011000 - 1
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

2. For additional requirements for the examination of plans, specifications, and Project site
see Section "Supplementary Conditions."

1.4 TYPE OF CONTRACT

A. Project will be constructed under a general construction contract.

1.5 WORK PHASES

A. Conduct the Work in 2 phases.

1. Phase M – Mobilization and Submittals: This initial phase will allow the contractor to
complete material submittals, PCC test batch, repair demonstrations and mobilization for
the project prior to shutting down any airfield pavements. Work of this phase shall be
substantially complete within 60 days of Notice to Proceed for this phase.
2. Phase 1 – This construction phase will complete all the repair work within the project area,
including PCC panel replacement, spall repairs, linear crack repairs, joint sealant
replacement, HMA crack sealing, light removal and replacement, and pavement marking.
Work in this phase shall be substantially complete and ready for occupancy within 30 days
of Notice to Proceed for this phase.

B. Work phasing indicated above is not intended to restrict Contractor to this specific phasing.
Contractor may submit its own phasing schedule to COTR for review and written approval.

C. Schedule the execution of the Work according to the phasing sequence indicated and to avoid
interference with normal functions of the Airport.

D. Before commencing Work of each phase, submit a schedule to COTR showing the sequence, the
commencement and completion dates, and the move-out and move-in dates of personnel for the
various phases of the Work.

E. On completion, each phase of the Work shall be fully operational.

1.6 NOT USED

1.7 NOT USED

1.8 AUTHORITY FURNISHED PRODUCT

A. The Authority will furnish L-868 Light Can Bases. This Contract Work includes providing
support systems to receive the Authority's equipment and electrical connections.

1. The Authority will arrange for and deliver Shop Drawings, Product Data, and Samples to
Contractor.
2. After delivery, the Authority will inspect delivered items for damage. Be present for and
assist in the Authority's inspection.

SUMMARY 011000 - 2
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

3. If Authority-furnished items are damaged, defective, or missing, the Authority will arrange
for replacement.
4. The Authority will furnish Contractor the earliest possible delivery date for Authority-
furnished products. Using Authority-furnished earliest possible delivery dates, designate
delivery dates of Authority-furnished items in Contractor's Construction Schedule.
5. Review Shop Drawings, Product Data, and Samples and return them to COTR noting
discrepancies or anticipated problems in use of product.
6. Be responsible for picking up, loading, unloading, and handling Authority-furnished items.
7. Be responsible for protecting Authority-furnished items from damage during storage and
handling, including damage from exposure to the elements.
8. Repair Authority-furnished items that are damaged as a result of Contractor's operations,
repair or replace damaged items at Contractors expense.

B. Authority furnished products:

1. L-868 Class 1B, 12” Diameter x 24” Depth with 2 hubs at 0 and 180 degrees.

1.9 USE OF PREMISES

A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site
beyond areas in which the Work is indicated.

1. Limits: Confine constructions operations to the areas indicated on the plans.


2. Authority Occupancy: Allow for Authority occupancy of site and day-to-day use by
tenants, air carriers, and the public.
3. Contractor shall have full use of premises for construction operations within the Contract
Limit Lines indicated during construction period, during the hours indicated, and as
directed by COTR. Contractor's use of premises is limited only by the Authority's right to
perform work or to retain other contractors on portions of Project.
4. Driveways and Entrances: Keep driveways and entrances serving premises clear and
available to the Authority, the Authority's employees, tenants, air carriers, and emergency
vehicles at all times. Do not use driveways and entrances for parking or storage of
materials.

a. Schedule deliveries to minimize use of driveways and entrances.


b. Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on-site.

B. Utilize areas designated for Contractor staging, storage, and parking, as indicated. For additional
requirements, see Section "Supplementary Conditions."

C. Use of Existing Buildings: Maintain existing buildings in a weather tight condition throughout
construction period. Repair damage caused by construction operations. Protect buildings and
their occupants during construction period.

1. For additional requirements for airfield and terminal buildings, see Section
"Supplementary Conditions."

SUMMARY 011000 - 3
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

1.10 OCCUPANCY REQUIREMENTS

A. Full Authority Occupancy: The Authority and/or its tenants will occupy site and existing building
during entire construction period. Cooperate with COTR during construction operations to
minimize conflicts and facilitate Authority usage, and perform the Work so as not to interfere
with day-to-day Airport operations.

B. Partial Authority Occupancy: The Authority reserves the right to occupy and to place and install
equipment in completed areas of building, before Substantial Completion, provided such
occupancy does not interfere with completion of the Work. Such placement of equipment and
partial occupancy shall not constitute acceptance of the total Work. Partial Authority occupancy
requirement are as follows:

1. COTR will prepare and obtain a Certificate of Substantial Completion for each specific
portion of the Work to be occupied before Authority occupancy.
2. Before partial Authority occupancy, mechanical and electrical systems shall be fully
operational, and required tests and inspections shall be successfully completed. On
occupancy, the Authority will operate and maintain mechanical and electrical systems
serving occupied portions of building.
3. On occupancy, the Authority will assume responsibility for maintenance and custodial
service for occupied portions of building.

C. For additional requirements for tenant operational requirements, see Section "Supplementary
Conditions."

1.11 CONTRACTOR HOURS OF OPERATION

A. Contractor Working Hours: The Authority anticipates that the Contractor may be required to
work multiple shifts to accomplish the work of this Contract within the established schedule.
Contractor will be allowed and may be required by the nature of the Project to work 24 hours a
day, seven days a week in the performance of the Work. Work is subject to restrictions of the
Airport operational requirements. Notify the COTR 24-hours in advance of any change to the
work schedule.

1.12 SPECIFICATION FORMATS AND CONVENTIONS

A. Specification Format: With the exception of Federal Aviation Administration (FAA) standard
specifications and Virginia Department of Transportation standard specifications the
Specifications are organized into Divisions and Sections using the 33-Division format using the
CSI/CSC's "MasterFormat 2004" numbering system.

1. Section Identification: The Specifications use Section titles to help with cross-referencing
in the Contract Documents. Sections in the Project Manual are in numeric sequence;
however, the sequence is incomplete as all available Sections and Section numbers are not
used and the CSI numbering system is not sequentially complete. Consult the table of
contents at the beginning of the Project Manual to determine numbers and names of
sections in the Contract Documents.

SUMMARY 011000 - 4
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

B. Specification Content: The Specifications use certain conventions for the style of language and
the intended meaning of certain terms, words, and phrases when used in particular situations.
These conventions are as follows:

1. Abbreviated Language: Language used in the Specifications and other Contract


Documents is abbreviated. Interpret words and meanings as appropriate. Infer words
implied, but not stated, as the sense requires. Interpret singular words as plural, and plural
words as singular where applicable as the context of the Contract Documents indicates.
2. Imperative mood and streamlined language are used in these Specifications. This
imperative language is directed to the Contractor, unless specifically noted otherwise.
Requirements expressed in the imperative mood are to be performed by Contractor.
Occasionally, the indicative or subjunctive mood may be used in the Section Text for
clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by
others when so noted.

a. The words "shall," "shall be," or "shall comply with," depending on the context, are
implied where a colon (:) is used within a sentence or phrase.

1.13 MARKING UTILITY SERVICES

A. Employ underground utilities location subcontractor to locate and mark the horizontal location of
all utility lines that might be impacted by construction activities, including, but not limited to, the
following:

1. Electric power lines.


2. Natural gas lines.
3. Sanitary Sewers.
4. Storm Sewers.
5. FAA communications, signal, and security lines.
6. Runway lighting lines
7. Water supply piping.
8. Fuel Lines.
9. Telephone lines.
10. Data lines.
11. Underground Storage Tanks.
12. High Temperature Hot Water (HTHW) and chilled water lines.
13. Dedicated Fire System (DFS) lines.

B. Contact the Airport Communications System (ACS) Help Desk at (703) 417-8300 a minimum of
72 hours prior to starting activities that include but are not limited to location and marking of
horizontal locations of telephone and telecommunications lines belonging to the Authority as part
of the Airport Communication System. Contact the Airport Communications System (ACS) Help
Desk a minimum of 72 hours prior to beginning operations, that include but are not limited to
excavating, boring, pile-driving, digging or planting. Note the ACS does not locate utilities.
Location is the responsibility of the Contractor’s underground utilities location subcontractor.
The Airport Communications System (ACS) is merely notified as indicated previously.

C. The information in the Contract Documents concerning the type and location of underground
utilities is neither guaranteed nor inclusive. The Contractor is responsible for determining the

SUMMARY 011000 - 5
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 January 19, 2015
100% Submittal

type and location of underground utilities, regardless of whether such utilities are indicated or
not, so as to avoid damage thereto.

D. Check and verify the horizontal and vertical location (coordinates and elevation) of all utility lines
that may exist within the limits of new work, regardless of whether such utilities are indicated or
not, by use of a Subsurface Utility Engineering company. Reconfirm such locations and
verification of utilities discovered, regardless of whether such utilities are indicated or not, and
submit to the COTR a dimensional survey with such notations.

E. Dig test pits by hand shovel in the vicinity of the discovered utilities. Excavate test holes utilizing
a vacuum excavator.

F. Repair any damage to discovered utility lines due to construction operations at no expense to the
Authority. The Authority will assist the Contractor by making available any known information.

G. Submit to the COTR, for written approval, the name of the independent subsurface utility
engineering company to be used.

H. The individual who performs the utility detection and location work shall have as a minimum five
(5) years of similar experience in the area of subsurface utility detection and location engineering.

I. Submit to COTR the following:

1. List of utility detection equipment along with product information and data sheets that will
be used specifically for this contract.
2. List of employee qualifications and résumés of those individuals who will be assigned
specifically to this contract.
3. Within 60 calendar days of Notice to Proceed, a survey of all subsurface utility engineering
results indicating the horizontal and vertical location, coordinates and elevation of all
utilities.

1.14 UTILITY OUTAGES

A. Prior to any utility outage/interruption, prepare a schedule of such outage. Include in outage
schedule duration, identification of the service affected, temporary utility service to be provided,
identification of available service alternative, and the action to be taken in any emergency. Apply
for all outages of utility systems in writing. Fully coordinate outage requests with COTR. Obtain
approval in writing by COTR. Schedule all outages at least three (3) weeks in advance with a 96-
hour notification provided by the Contractor confirming date, time, and duration. Outages will
normally be scheduled to occur between the hours of 11:00 pm and 5:30 am, Tuesday through
Thursday.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 011000

SUMMARY 011000 - 6
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 012200 - UNIT PRICES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

B. The Price Proposal Form can be found in Section III, "Schedule”.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for unit prices.

B. Related Sections include the following:


1. Division 01 Section "Measurement and Payment" for procedures for measurement and
payment for unit-price items.

1.3 DEFINITIONS

A. A unit price is an amount proposed by offerors and stated on the Schedule as a price per unit of
measurement for materials or services. An estimate of the quantities of work to be done and
materials to be furnished under these specifications is given in Section III, "Schedule." It is given
only as a basis for comparison of proposals and the award of the Contract. The Authority does
not expressly or by implication agree that the actual quantities involved will correspond exactly
therewith; nor shall Contractor plead misunderstanding or deception because of such estimates
of quantities, or of the character, location, or other conditions pertaining to the work. Payment
to Contractor will be made only for the actual quantities of work performed or materials furnished
according to the plans and specifications. Refer to “Contract Provisions”, Section VII, Payments
- Construction Contracts, Paragraph H, "Variation in Estimated Quantities."

1.4 PROCEDURES

A. Unit prices include all necessary material, plus cost for delivery, installation, insurance,
applicable taxes, overhead, and profit. The sum of all extended unit prices in the Section III,
"Schedule," shall be deemed to include all work described in the Contract Documents including
Drawings and Specifications.

B. Measurement and Payment: Refer to individual Specification Sections for work that requires
establishment of` unit prices. Methods of measurement and payment for unit prices are specified
in those Sections and in Division 01 Section "Measurement and Payment."

C. The Authority reserves the right to reject Contractor's measurement of work-in-place that
involves use of established unit prices and to have this work measured, at the Authority's
expense, by an independent surveyor acceptable to Contractor.

UNIT PRICES 012200 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

D. List of Unit Prices: A list of unit prices is included in Section III “Schedule” of the Contract
Documents Specification Sections referenced in the Schedule contain requirements for materials
described under each unit price.

1. The Price Proposal Form can be found in Section III, "Schedule," of the Contract
Documents. If applicable, Specification Sections referenced in the Schedule contain
requirements for materials and methods described under each unit price.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 012200

UNIT PRICES 012200 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 012210 - MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements governing methods of


measurement and computations to be used in determination of quantities of material furnished
and unit amount of Work performed under the Contract in order for Contractor to receive payment
according to pre-established unit prices.

B. At the discretion of the COTR, payment may be reduced for any Work which is not in full
compliance with the Contract Documents or which has been damaged or repaired by Contractor.
Such action may be used when the end product may have a reduced service life or less than
desirable aesthetic characteristics.

C. Descriptions of unit-price items are specified in Section III, "Schedule," of the Contract
Provisions.

1.3 MEASUREMENT OF QUANITITES

A. All volumes or quantities used to determine unit-price payment will be measured by COTR, or
by COTR’s authorized representatives, using methods generally recognized as conforming to
good engineering practice. Unless otherwise indicated, measurement shall be in U.S. Customary
Units of Measurement.

B. Unless otherwise indicated, longitudinal measurements for area computations will be made
horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area
of 9 sq. ft. or less. Unless otherwise indicated, transverse measurements for area computations
will be the neat dimensions shown on Drawings.

1. Structures will be measured according to neat lines shown on the plans or as altered to fit
field conditions.
2. Measure all Contract items measured by the linear foot, such as electrical ducts, conduits,
pipe culverts, under drains, and similar items, parallel to the base of foundation on which
such items are placed, unless otherwise indicated.
3. In computing volumes of excavation, use the average end area method or other acceptable
method.

C. Haul materials, to be measured by volume in the hauling vehicle, in approved vehicles and
measured therein at the point of delivery. Vehicles for this purpose may be of any size or type
acceptable to and approved in advance by COTR, provided that the body is of such shape that the

MEASUREMENT AND PAYMENT 012210 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

actual contents may be readily and accurately determined. Load all vehicles to at least their water-
level capacity. Level loads when the vehicles arrive at the point of delivery.

1. When requested by Contractor and approved by COTR in writing, material specified to be


measured by the cubic yard may be weighed, and such weights will be converted to cubic
yards for payment purposes. Factors for conversion from weight measurement to volume
measurement will be determined by COTR and agreed to by Contractor before such method
of measurement of pay quantities is used.
2. The term "ton" will mean the short ton consisting of 2000-lb avoirdupois. Weigh all
materials, which are measured or proportioned by weights, on accurate, approved scales
by competent, qualified personnel at locations designated by COTR.

a. If material is shipped by rail, the car weight may be accepted, provided that only the
actual weight of material will be paid for. However, car weights will not be
acceptable for material to be passed through mixing plants.
b. Weigh trucks used to haul material being paid for by weight empty daily at such
times as COTR directs. Each truck shall bear a plainly legible identification mark.

D. Measure bituminous materials by the gallon or ton. When measured by volume, measure such
volumes at 60 deg F or measure corrected to the volume at 60 deg F, using ASTM D 1250 for
asphalts or ASTM D 633 for tars.

1. Net certified scale weights or weights based on certified volumes in the case of rail
shipments will be used as a basis of measurement, subject to correction when bituminous
material has been lost from the car or the distributor, wasted, or otherwise not incorporated
into the Work.
2. When bituminous materials are shipped by truck or transport, net certified weights by
volume, subject to correction for loss or foaming, may be used for computing quantities.

E. Concrete will be measured by the cubic yard in place, unless otherwise indicated.

F. The term "each" when used as an item of payment shall mean complete payment for the work
described in the Contract.

1. When a complete structure or structural unit is to be provided, and "each" is specified, as


the unit of measurement, the unit will be construed to include all necessary fitting,
accessories, and work incidental to the work item.

G. Rental of equipment will be measured by time in hours of actual working time and necessary
traveling time of the equipment within the limits of the Work. Special equipment ordered by
COTR in connection with "force account work" will be measured as agreed in Contract
Modification authorizing such force account work as provided in the Contract Documents.

H. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe
conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such
identification will be considered to be nominal weights or dimensions. Unless more stringently
controlled by tolerances in cited Specifications, manufacturing tolerances established by the
industries involved will be accepted.

I. When estimated quantities for a specific portion of the Work are designated as the pay quantities
in the Contract, they shall be the final quantities for which payment for such specific portion of

MEASUREMENT AND PAYMENT 012210 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

the Work will be made, unless the dimensions of said portions of the Work shown on Drawings
are revised by Contract Modification signed by the Contracting Officer.

1. If revised dimensions result in an increase or decrease in quantities of such Work, final


quantities for payment will be revised in the amount represented by the authorized changes
in the dimensions.

1.4 SCALES

A. Scales for weighing materials, which are required to be proportioned or measured and paid for by
weight, shall be furnished, erected, and maintained by Contractor or be certified permanently
installed commercial scales.

B. Scales shall be accurate within one-half percent of the current weight throughout the range of use.
Contractor shall have scales checked under the observation of the inspector before beginning
Work and at such other times as requested. The intervals shall be uniform in spacing throughout
the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of
the nominal rated capacity of the scale, but not less than 1 lb. The use of spring balances will not
be permitted.

1. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator
and the inspector can safely and conveniently view them.
2. Scale installations shall have available 10 standard 50-lb weights for testing the weighing
equipment or suitable weights and devices for other approved equipment.
3. Scales must be tested for accuracy and serviced before use at a new site. Platform scales
shall be installed and maintained with the platform level and rigid bulkheads at each end.
4. Scales "overweighing" (indicating more than correct weight) will not be permitted to
operate, and all materials received subsequent to the last previous correct weighing-
accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent.
5. In the event inspection reveals the scales have been "under-weighing" (indicating less than
correct weight), they shall be adjusted, and no additional payment to Contractor will be
allowed for materials previously weighted and recorded.

C. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for
furnishing check weights and scale house; and for all other items specified in this Section for the
weighing of materials for proportioning or payment shall be included in the unit Contract prices
for the various items of Project.

1.5 PAYMENT FOR MATERIALS ON HAND

A. Partial payments may be made to the extent of the delivered cost of materials to be incorporated
into the Work, provided that such materials meet the requirements of the Contract, Drawings, and
Specifications and are delivered to acceptable sites on the Airport property or at other sites in the
vicinity that are acceptable to COTR. Such delivered costs of stored or stockpiled materials may
be included in the next partial payment application after the following conditions are met:

1. COTR accepts the manner in which the material has been stored at or on an approved site.
2. Contractor provides COTR with acceptable evidence of quantity and quality of the
materials.

MEASUREMENT AND PAYMENT 012210 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

3. Contractor provides COTR with acceptable evidence that the material and transportation
costs have been paid.
4. Contractor provides the Authority legal title, free of liens or encumbrances of any kind, to
the material so stored and stockpiled.
5. Contractor provides the Authority evidence that the material so stored or stockpiled is
insured against loss by damage to or disappearance of such materials at anytime before use
in the Work.
6. Contractor provides the Authority with manufacturer’s installation and maintenance
information.

B. It is understood and agreed that the transfer of title and the Authority's payment for such stored
or stockpiled materials shall in no way relieve Contractor of responsibilities for furnishing and
placing such materials according to the requirements of the Contract Documents.

C. In no case will the amount of partial payments of materials on hand exceed the Contract price for
the materials or the Contract price for the Contract item in which the material is intended to be
used.

D. No partial payment will be made for living or perishable plant materials.

E. Contractor bears all costs associated with the partial payment of stored or stockpiled materials
according to the provisions of this Section.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 012210

MEASUREMENT AND PAYMENT 012210 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 012900 – APPLICATION FOR PAYMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements necessary to prepare and
process Applications for Payment.

1. Coordinate the Schedule of Values and Applications for Payment with Contract CPM
Schedule, List of Subcontracts, and Submittal Log.

B. Related Sections include the following:


1. Division 01 Section "Unit Prices" for administrative requirements governing use of unit
prices.
2. Division 01 Section "Measurement and Payment" for administrative requirements
governing methods of measurement and determination of quantities of materials for use
with unit prices.
3. Division 01 Section "Construction Progress Documentation" for administrative
requirements governing preparation and submittal of Contractor's Construction Schedule
and Submittals Schedule.
4. Division 01 Section “Project Closeout” for submittal of items required before final
payment.
5. Division 01 Section “Project Record Documents” for procedural requirements governing
the submission of Project Record Documents.
6. Division 01 Section “Operation and Maintenance Data” for submittal of items required
before final payment.

1.3 DEFINITIONS

A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract


Price to various portions of the Work and once accepted, to be used as the basis for reviewing
Contractor's Applications for Payment.

1.4 SCHEDULE OF VALUES

A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's


Construction Schedule.

1. Correlate line items in the Schedule of Values with other required administrative forms and
schedules, including the following:

APPLICATION FOR PAYMENT 012900 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Application for Payment forms with Continuation Sheets.


b. Submittals Schedule.
c. Contract CPM Schedule.
d. List of products.
e. List of principal suppliers and fabricators.

2. Submit the Schedule of Values to Contracting Officer at earliest possible date, but no later
than 21 calendar days after the date of the Notice to Proceed.

a. On projects requiring cost-loaded CPM Schedules, the accepted cost loading will
satisfy the requirements for the Schedule of Values.

B. Format and Content: Use the Project Manual table of contents as a guide to establish line items
for the Schedule of Values. Provide at least one line item for each Specification Section.

1. Identification: Include the following Project identification on the Schedule of Values:

a. Project name and location.


b. Name of COTR.
c. Name of Architect/Engineer.
d. The Authority’s Project number.
e. Contractor's name and address.
f. Date of submittal.

2. Arrange the Schedule of Values in tabular form with separate columns to indicate the
following for each item listed:

a. Related Specification Section or Division.


b. Description of the Work.
c. Name of subcontractor.
d. Name of manufacturer or fabricator.
e. Name of supplier.
f. Contract Modifications (numbers) that affect value.
g. Dollar value.

1) Percentage of the Contract Price to nearest one-hundredth percent, adjusted


to total 100 percent.

3. Provide a breakdown of the Contract Price in enough detail to facilitate continued


evaluation of Applications for Payment and progress reports. Coordinate with the Project
Manual table of contents. Provide several line items for principal subcontract amounts,
where appropriate. Include separate line items under required principal subcontracts for the
following items. The value assigned to the total of these line items shall be 5 percent of the
Contract Price:

a. Testing and commissioning activities.


b. Operation and Maintenance manuals.
c. Punch list activities.
d. Project Record Documents.
e. Bonds and warranties.
f. Demonstration and training.

APPLICATION FOR PAYMENT 012900 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. Round amounts to nearest whole dollar. Total shall equal the Contract Price.
5. Provide a separate line item in the Schedule of Values for each part of the Work where
Application for Payment may include materials or equipment purchased or fabricated and
stored, but not yet installed.

a. Differentiate between potential items stored on-site and items stored off-site.
Include evidence of insurance or bonded warehousing if required.

6. Provide separate line items in the Schedule of Values for initial cost of materials, for each
subsequent stage of completion, and for total installed value of that part of the Work.
7. Each item in the Schedule of Values and Application for Payment shall be complete.
Include total cost and proportionate share of general overhead and profit for each item.

a. At COTR’s option, temporary facilities and other major cost items that are not direct
cost of actual work-in-place may be shown either as separate line items in the
Schedule of Values or distributed as general overhead expense.

8. Schedule Updating: Update and resubmit the Schedule of Values with the next
Applications for Payment when Contract Modifications result in a change in the Contract
Price.

1.5 APPLICATION FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and payments as
certified by Contracting Officer and paid for by the Authority.

1. Initial Application for Payment, Application for Payment at time of Substantial Completion,
and final Application for Payment involve additional requirements.

B. Payment Application Times: Application for Payment shall coincide with CPM schedule
monthly update, or as otherwise indicated in the Agreement between the Authority and
Contractor. The period covered by each Application for Payment starts on the day following the
end of the preceding period and shall not exceed one calendar month, unless otherwise approved
by COTR.

C. Payment Application Forms: Use forms provided by the Contracting Officer, but supplied by
COTR, for Application for Payment.

D. Application Preparation: Complete every entry on form. Notarize and execute by a person
authorized to sign legal documents on behalf of Contractor. The Authority will return incomplete
applications without action.

1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule.
Use updated schedules if revisions were made.
2. Include amounts of Contract Modifications issued before last day of construction period
covered by application.

E. Transmittal: Submit one original and four copies of Application for Payment to the address
indicated in the Section VII - Contract Provision, paragraph 04.B, each one signed and notarized.
Include waivers of lien and similar attachments if required.

APPLICATION FOR PAYMENT 012900 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Transmit Applications for Payment with a transmittal form listing attachments and
recording appropriate information about application in a manner acceptable to Contracting
Officer.

F. Waivers of Mechanic's Lien: With Final Application for Payment, submit waivers of mechanic's
liens from subcontractors, sub-subcontractors, and suppliers.

1. The Authority reserves the right to designate which entities involved in the Work must
submit waivers.
2. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to the
Authority.

G. Initial Application for Payment: Administrative actions and submittals that shall precede or
coincide with submittal of first Application for Payment include the following:

1. List of subcontractors.
2. Schedule of Values.
3. Contractor's Construction Schedule (preliminary if not final).
4. Schedule of unit prices.
5. Submittals Schedule (preliminary if not final).
6. List of Contractor's staff assignments.
7. List of Contractor's principal consultants.
8. Copies of building permits.
9. Copies of authorizations and licenses from authorities having jurisdiction for performance
of the Work.
10. Initial progress report.
11. Report of pre-construction conference.
12. Performance and payment bonds.
13. Initial settlement survey and damage report if required.
14. Submittal and approval of Contractor Safety Plan.
15. Subcontractor Payment Form: (Form J, "Contract Conditions," Section IX, "LDBE").

H. Monthly Application for Payment: Administrative actions and submittals that shall accompany
the submittal of Contractor's monthly Application for Payment include the following:

1. Subcontractor Payment Form.


2. Monthly Progress Report, prepared according to requirements specified in Division 01
Section "Construction Progress Documentation."
3. Evidence of payment for material on-site if reimbursement for such material is being
requested.
4. Update of Contract Record Documents.

I. Application for Payment at Substantial Completion: After issuance of the Certificate of


Substantial Completion, submit an Application for Payment showing 100 percent completion for
portion of the Work claimed as substantially complete.

1. Include documentation supporting claim that the Work is substantially complete and a
statement showing an accounting of changes to the Contract Price.
2. This application shall reflect Certificates of Partial Substantial Completion issued
previously for Authority occupancy of designated portions of the Work, if applicable.
3. Advise COTR of change-over in security provisions.

APPLICATION FOR PAYMENT 012900 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

J. Final Payment Application: Submit final Application for Payment with releases and supporting
documentation not previously submitted and accepted, including, but not limited, to the
following:

1. Evidence of completion of Project closeout requirements.


2. Insurance certificates for products and completed operations where required and proof that
taxes, fees, and similar obligations were paid.
3. Updated final statement, accounting for final changes to the Contract Price.
4. Evidence that claims have been settled.
5. Final meter readings for utilities, a measured record of stored fuel, and similar data as of
date of Substantial Completion or when the Authority took possession of and assumed
responsibility for corresponding elements of the Work.
6. Final, liquidated damages settlement statement.
7. Return of all Airport identification badges and keys.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 012900

APPLICATION FOR PAYMENT 012900 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes administrative provisions for coordinating construction operations on


Project including, but not limited to, the following:

1. General project coordination procedures.


2. Conservation.
3. Coordination drawings.
4. Administrative and supervisory personnel.
5. Project meetings.

a. Pre-award conference.
b. Pre-construction conference.
c. Pre-installation conference.
d. Progress meetings.
e. Partnering meetings.

B. Related Sections include the following:

1. Division 01 Section: "Execution" for the coordination of general installation and field-
engineering services, including establishment of benchmarks and control points.
2. Division 01 Section "Project Closeout" for coordinating Contract closeout.

1.3 COORDINATION

A. Coordination: Coordinate construction operations included in various Sections of the


Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate
construction operations, included in different Sections that depend on each other for proper
installation, connection, and operation.

1. Schedule construction operations in sequence required to obtain the best results where
installation of one part of the Work depends on installation of other components, before or
after its own installation.
2. Coordinate installation of different components with other contractors to ensure maximum
accessibility for required maintenance, service, and repair.
3. Where availability of space is limited, coordinate installation of different components to
ensure maximum performance and accessibility for required maintenance, service, and
repair of all components, mechanical, electrical, and otherwise. Contractor is cautioned

PROJECT MANAGEMENT AND COORDINATION 013100 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

that, where specific dimensions are not indicated or where Drawings are schematic in
nature, as with most Electrical and Mechanical Drawings, Contractor shall have sole
responsibility to coordinate the work to meet this requirement. Prepare and submit
Coordination Drawings to COTR for review and approval as provided in "Coordination
Drawings" Paragraph in "Submittals" Article of this Section.
4. Make adequate provisions to accommodate items scheduled for later installation.

B. Prepare memoranda for distribution to each party involved, outlining special procedures required
for coordination. Include such items as required notices, reports, and list of attendees at meetings.

1. Prepare similar memoranda for COTR and separate contractors if coordination of their
Work is required.

C. Administrative Procedures: Coordinate scheduling and timing of required administrative


procedures with other construction activities and activities of other contractors to avoid conflicts
and to ensure orderly progress of the Work and completion within the specified Contract duration.
Such administrative activities include, but are not limited to, the following:

1. Preparation of Contractor's Construction Schedule.


2. Preparation of the Schedule of Values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Progress meetings.
6. Pre-installation conferences.
7. Start-up, check-out, and final acceptance of systems.
8. Project closeout activities.
9. Protection of existing and new work.

D. Conservation: Coordinate construction activities to ensure that operations are carried out with
consideration given to conservation of energy, water, and materials.

1. Salvage materials and equipment involved in performance of, but not actually incorporated
into, the Work. Refer to other sections for disposition of salvaged materials that are
designated as the Authority's property.

E. Temporary Utility Outages: Comply with requirements in Division 01 Section "Summary."

1.4 SUBMITTALS

A. Coordination Drawings: Before start of the Work, prepare Coordination Drawings for areas with
limited space availability that necessitate maximum utilization of space for efficient installation
of different components, and areas requiring coordination for installation of products and
materials fabricated by separate entities.

1. Indicate relationship of components shown on separate Shop Drawings.


2. Indicate all dimensions provided on Contract Drawings and make specific note of
dimensions that appear to be in conflict with submitted equipment, minimum clearance
requirements, amounts of equipment and material to be installed, or other requirements.
Provide alternate sketches for resolution of such conflicts to COTR for review. Minor

PROJECT MANAGEMENT AND COORDINATION 013100 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

dimension changes and difficult installations shall not be considered changes to the
Contract.
3. Indicate required installation sequences.
4. Comply with requirements contained in Division 01 Section "Submittals."
5. Prepare coordination drawings of involved trades in a scale of not less than 1/4 inch = 1
foot or larger for integration of different construction elements. Show sequences and
relationships of separate components to avoid conflicts in use of space. Any Work installed
prior to review of coordination drawings will be at the Contractor’s risk and subsequent
relocation require to avoid interference shall be made at no additional cost to the Authority.

B. Key Personnel Names: At the pre-construction meeting, submit a list of Contractor's key
personnel assignments. Key personnel shall include but not necessarily be limited to Project
Manager, Project Superintendent, Safety Manager, Safety Engineer, Quality Control Manager,
Project Scheduler, Soil Excavation Engineers, and other personnel in attendance at Project site
along with alternates. Identify individuals and their duties and responsibilities; list addresses and
telephone numbers, including home and office telephone numbers. Provide names, addresses,
and telephone numbers of individuals assigned as standbys in the absence of individuals assigned
to Project.

1. Post copies of list in Project meeting room, in temporary field office, and by each
temporary telephone. Keep the list current at all times.

1.5 REQUESTS FOR INFORMATION (RFIs)

A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents,
prepare and submit an RFI in the form specified.
1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will
be returned with no response.
2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work
or work of subcontractors.

B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the
following:
1. Contract Name
2. Contract Number
3. Date.
4. Name of Contractor.
5. Name of Resident Engineer
6. Name of Task Manager
7. RFI number, numbered sequentially.
8. Specification Section number and title and related paragraphs, as appropriate.
9. Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or
the Contract Sum, Contractor shall state impact in the RFI.
12. Contractor's signature.
13. Attachments: Include drawings, descriptions, measurements, color photos, Product Data,
Shop Drawings, and other information necessary to fully describe items needing
interpretation.

PROJECT MANAGEMENT AND COORDINATION 013100 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Supplementary drawings prepared by Contractor shall include dimensions,


thicknesses, structural grid references, and details of affected materials, assemblies,
and attachments.

C. Hard-Copy RFIs:
1. Identify each page of attachments with the RFI number and sequential page number.
2. Hard Copy RFI's must be scanned for electronic transmission using the Authority provided
Oracle Primavera Unifier project management system.

D. Software-Generated RFIs: Software-generated form with substantially the same content as


indicated above.
1. Attachments shall be electronic files in Adobe Acrobat PDF format.
2. RFI must be signed and scanned for electronic transmission.
3. Electronic copy RFI's will be transmitted using the Authority provided Oracle Primavera
Unifier project management system.

E. COTR’s Action: COTR will review each RFI, determine action required, and return it. Allow
seven calendar days for COTR's response for each RFI. RFIs received after 1:00 p.m. will be
considered as received the following working day.
1. The following RFIs will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions.
c. Requests for coordination information already indicated in the Contract Documents.
d. Requests for adjustments in the Contract Time or the Contract Sum.
e. Requests for interpretation of Architect's actions on submittals.
f. Incomplete RFIs or RFIs with numerous errors.
2. COTR's action may include a request for additional information, in which case COTR's
time for response will start again.
3. COTR's action on RFIs that may result in a change to the Contract Time or the Contract
Sum may be eligible for Contractor to submit Change Proposal.
a. If Contractor believes the RFI response warrants change in the Contract Time or the
Contract Sum, notify COTR in writing within 10 days of receipt of the RFI response.

F. On receipt of COTR’s action, update the RFI log and immediately distribute the RFI response to
affected parties. Review response and notify COTR within seven days if Contractor disagrees
with response.

G. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.
Submit log weekly prior to progress meeting for inclusion in progress meeting minutes.

Include the following:


1. Project name.
2. Name and address of Contractor.
3. Name of COTR.
4. RFI number including RFIs that were dropped and not submitted.
5. RFI description.
6. Date the RFI was submitted.
7. Date COTR’s response was received.
8. Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.

PROJECT MANAGEMENT AND COORDINATION 013100 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

H. RFI Transmittal: The Contractor must use the Authority provided web-based Oracle Primavera
Unifier project management system (Unifier) to transmit each RFI to the COTR. Response of the
COTR’s RFI review and action will be transmitted to the Contractor through Unifier. The
Authority will provide the Contractor a Unifier license(s) and training.

1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL

A. General: In addition to Project Superintendent, provide other administrative and supervisory


personnel as required for proper performance of the Work.

1.7 PROJECT MEETINGS

A. Pre-award Conference:

1. General: At the request of the Contracting Officer, a pre-award conference with Contractor
may be held before actual award of the Contract. The meeting will review Contractor's
understanding of the Contract Documents, cost and pricing data, contractual requirements,
and Contractor's capabilities, financial standing, and past experience prior to award.

a. Minutes: COTR will record and distribute meeting minutes to all attendees and all
relevant parties.

2. Attendees: Contracting Officer, COTR, Authority Design Project Manager,


Architect/Engineer, Contractor and its key personnel nominated for assignment to the
Contract, and major subcontractors if so requested by the Contracting Officer. Concerned
parties shall each be represented by persons thoroughly familiar with and authorized to
conclude matters relating to the work described in the Contract Documents. The
Contracting Officer will chair the pre-award meeting.
3. Agenda: Significant discussion items that could affect award include, but are not limited
to, the following:

a. Provision and acceptability of payment and performance bonds.


b. LDBE/MBE/WBE/DBE participation.
c. Qualifications of key individuals.
d. Quality-control experience.
e. Percentage of work performed by own forces.
f. Contractor's experience with similar work, including previous Authority contracts.
g. Scheduling capabilities of Contractor.
h. Financial standing of Contractor.
i. Mobilization plan.
j. Understanding of work described in the Contract Documents and the physical
constraints associated with work at the Airport.
k. Equipment and manpower availability.
l. Cost and pricing data.

4. Representations and commitments made by Contractor or its subcontractors shall be


construed as binding to the Contract.

B. Pre-construction Conference:

PROJECT MANAGEMENT AND COORDINATION 013100 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. General: COTR will schedule pre-construction conference and organizational meeting


with Contractor after the Contracting Officer issues a notice of intent to award, or actually
awards the Contract. The meeting will review the parties' responsibilities and personnel
assignments.

a. Minutes: COTR will record and distribute meeting minutes to all attendees and
relevant parties.

2. Attendees: Contracting Officer, COTR, Architect/Engineer, and their sub-consultants;


Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and
other concerned parties. All participants at the conference shall be familiar with Project
and authorized to conclude matters relating to the Work.
3. Agenda: Discuss items of significance that could affect progress, including the following:

a. Airport security.
b. LBDE/MBE/WBE/DBE participation and certifications.
c. Authority-controlled wrap-up insurance program.
d. Airport Operations coordination.
e. Preliminary construction schedule.
f. Phasing.
g. Critical work sequencing.
h. Designation of key personnel.
i. Procedures for processing field decisions and Contract Modifications.
j. Procedures for processing Applications for Payment.
k. Distribution of the Contract Documents.
l. Authority Construction guidelines.
m. Submittal procedures.
n. Preparation of Record Documents.
o. Use of the premises.
p. Responsibility for temporary facilities and controls.
q. Parking availability.
r. Office, work, and storage areas.
s. Equipment deliveries and priorities.
t. Safety procedures.
u. Quality-control requirements.
v. First aid.
w. Progress cleaning.
x. Working hours.
y. Authority Building Code requirements/permits.

4. Refer to Contract Provision "Pre-construction Requirements" for required submittals due


at the pre-construction conference.

C. Pre-installation Conferences:

1. General: COTR will conduct a pre-installation conference at Project site before each
construction activity that requires coordination with other construction.

a. Minutes: COTR will record and distribute meeting minutes.

PROJECT MANAGEMENT AND COORDINATION 013100 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

2. Attendees: Contractor, Installer, and representatives of manufacturers and fabricators


involved in or affected by the installation and its coordination or integration with other
materials and installations that have proceeded, or will follow.
3. Agenda: Review progress of other construction activities and preparations for the
particular activity under consideration, including requirements for the following:

a. Contract Documents.
b. Options.
c. Related Contract Modifications.
d. Purchases.
e. Deliveries.
f. Submittals.
g. Review of mockups.
h. Possible conflicts.
i. Compatibility problems.
j. Time schedules.
k. Weather limitations.
l. Manufacturer's written recommendations.
m. Warranty requirements.
n. Compatibility of materials.
o. Acceptability of substrates.
p. Temporary facilities and controls.
q. Space and access limitations.
r. Governing regulations and permits.
s. Safety.
t. Testing and inspecting requirements.
u. Required performance results.
v. Recording requirements.
w. Protection of construction and personnel.
x. Review material selection.
y. Fabrication and installation procedures.
z. Coordination of involved trades.

4. Do not proceed with installation if the conference cannot be successfully concluded.


Initiate whatever actions are necessary to resolve impediments to performance of the Work
and reconvene the conference at earliest feasible date.

D. Weekly Progress Meetings:

1. General: COTR will conduct progress meetings weekly at regularly scheduled times
convenient for all parties involved. Progress meetings are in addition to specific meetings
held for other purposes, such as coordination and special pre-installation meetings.
Additionally, discussions will address administrative and technical issues of concern,
determining resolutions, and development of deadlines for resolution within allowable time
frames.

a. Minutes: COTR will record and distribute meeting minutes.

2. Attendees: As may be required by COTR, in addition to representatives of the Authority


and Contractor, each subcontractor, supplier, Contractor’s Project Scheduler, and other
entities concerned with current progress or involved in planning, coordination, or

PROJECT MANAGEMENT AND COORDINATION 013100 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

performance of future activities. All participants at the conference shall be familiar with
Project and authorized to conclude matters relating to the Work.
3. Agenda: Review and correct or approve minutes of previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to status of Project.

a. Contractor's Construction Schedule: Review progress since the last meeting.


Determine whether each activity is on time, ahead of schedule, or behind schedule,
in relation to Contractor's Construction Schedule. Determine how construction
behind schedule will be expedited; secure commitments from parties involved to do
so. Discuss whether schedule revisions are required to ensure that current and
subsequent activities will be completed within the Contract Time.
b. Review present and future needs of each entity present, including the following:

1) Safety and Security.


2) Interface requirements.
3) Time.
4) Sequence of operations.
5) Status of submittals.
6) Deliveries.
7) Off-site fabrication.
8) Storage Areas
9) Access.
10) Site utilization.
11) Requests for information.
12) Submittals.
13) Noncompliance notices.
14) Temporary facilities and controls.
15) Work hours.
16) Resource allocation.
17) Hazards and risks.
18) Progress cleaning.
19) Quality and work standards.
20) Contract Modifications.
21) Documentation of information for payment requests.
22) Preparation of Record Documents.

4. Submit at the weekly progress meeting, a two-week look-ahead schedule. This schedule
shall include a three-week period, one week showing actual progress from the previous
week and two weeks showing planned work for the two weeks after the meeting date.
Include in the schedule all activities in sufficient detail as approved by COTR. A two-
week look-ahead schedule form will be distributed at the pre-construction conference.
Submit a list of subcontractors identifying dates of when subcontractors will be on-site or
off-site. A form for this information will be provided by COTR.
5. Schedule Updating: Revise Contractor's Construction Schedule after each progress
meeting where revisions to the schedule have been made or recognized. Issue revised
schedule concurrently with the report of each meeting.

E. Schedule Update Meetings:

PROJECT MANAGEMENT AND COORDINATION 013100 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Conduct schedule update meetings before submittal of Contractor's Application for


Payment. Determine where each activity is, in relation to Contractor's CPM Schedule.
Ensure the incorporation of all changes made to the sequence of work and all change
notices issued by the Contracting Officer. Submit the narrative and information specified
in Division 01 Section "Construction Progress Documentation" if applicable.
2. Attendees: COTR, Contractor's Project manager or superintendent, the Contractor’s
Project Scheduler, and the Authority's representative.
3. Submit the updated schedule, as bilaterally agreed on, along with the Application for
Payment.
4. Present delay claims for discussion and, when possible, resolution.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 013100

PROJECT MANAGEMENT AND COORDINATION 013100 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 013200A - CONSTRUCTION PROGRESS DOCUMENTATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for various CPM schedules
and reports required for proper performance of the Work.

B. All costs incurred by Contractor to correctly implement and update the schedule shall be borne
by Contractor and are part of this Contract.

C. Schedules required include the following:

1. Contract Construction Progress Schedule in CPM format and related narrative and cash
flow projection curves.
2. Submittals Schedule.
3. Schedule of Tests and Inspections.
4. Record, As-Built CPM Schedule.

D. Reports required include the following:

1. Daily Construction Reports.


2. Material Location Reports.
3. Field Correction Reports.
4. Special Reports.
5. Monthly Progress Reports.
6. Contractor Quality Control Reports.

E. Related Sections include the following:

1. Division 01 Section "Application for Payment" for Schedule of Values.


2. Division 01 Section "Project Management and Coordination" for Project meeting minutes.
3. Division 01 Section "Quality Requirements" for test and inspection reports.
4. Division 01 Section "Product Requirements" for Product List.

F. Schedule and Reports Transmittals: The Contractor must use the Authority provided web-based
Oracle Primavera Unifier project management system (Unifier) to transmit schedule(s) and
required reports to the COTR. Response and/or acknowledgement by the COTR will be
transmitted to the Contractor through Unifier. The Authority will provide the Contractor a Unifier
license(s) and training.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1.3 DEFINITIONS

A. Activity: The fundamental unit of work in a Project plan and schedule. Each activity has defined
geographical boundaries and a detailed estimate of resources required to construct the task. Each
activity is assigned a unique description, activity number, activity codes, and dollar value.

B. CPM Network: The structure of the schedule. The network is the representation that defines the
construction logic in terms of all the activities with their logical dependencies.

C. Contract CPM Schedule: A cost-loaded CPM schedule covering the entire Contract Duration
from the Notice to Proceed through Final Acceptance of the Work.

D. Contract Duration/Time: The total time, in calendar days identified in Section III, "Schedule,"
representing the duration necessary for completion of all physical and administrative
requirements under this Contract and any authorized extension thereof.

E. Critical Path: The critical path is the longest connected chain of interdependent activities in a
CPM network that impacts the completion of the Project.

F. Excusable Delay: An unforeseeable delay, beyond the control of Contractor, experienced due to
no fault or negligence by Contractor, its subcontractors, or suppliers.

G. Predecessor Activity: An activity that precedes another activity in the network.

H. Cost Loading: The allocation of the Schedule of Values for the completion of an activity as
scheduled. The sum of costs for all activities shall equal the total Contract Price, unless otherwise
approved by COTR.

I. Successor Activity: An activity that follows another activity in the network.

J. Total Float: The amount of time an activity can be delayed from its earliest start date without
delaying the end of Project.

1. Float time is not for the exclusive use or benefit of either the Authority or Contractor, but
is a jointly owned, expiring Project resource available to both parties as needed to meet
schedule milestones and Contract completion date.
2. Free float is the amount of time an activity can be delayed without adversely affecting the
early start of the successor activity.

1.4 PLANNING

A. The total Contract Duration and intermediate milestones if applicable, as indicated in Section III,
"Schedule," are the Contract requirements.

B. Contractor shall prepare a practical work plan to complete the Work within the Contract Duration,
and complete those portions of work relating to each intermediate milestone date and other
Contract requirements. Contractor shall generate a computerized cost-loaded CPM schedule in
Precedence Diagram Method (PDM) format for the Work.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Failure to include any work item required for performance of this Contract shall not excuse
Contractor from completing all work within applicable completion dates, regardless of COTR
approval of the Schedule.

D. Failure of Contractor to comply with requirements of this Section may be considered cause for
withholding progress payments or termination for default.

1.5 SUBMITTALS

A. General: Contractor shall provide all schedule submittals on computer disk media as well as
tabular printouts, resource curves and histograms, and 24-by-36-inch time-scaled logic diagrams.
The latest version of Primavera P3 or SureTrak scheduling software shall be used. All costs
incurred by Contractor to correctly implement, computerize and update the CPM Schedule shall
be borne by Contractor and are included in the Contract Price. The number of copies of each
submittal shall be as described in this Section or as may be requested by COTR.

B. Contract CPM Schedule: The Contract CPM Schedule and its related narrative as described in
this Section shall be submitted along with the projected cash-flow curve as early as practicable
after the Notice to Proceed, but in no event later than 30 calendar days after the Notice to Proceed.
Within 15 calendar days, COTR will respond with approval or direction to change and Contractor
shall resubmit within 10 calendar days, if required.

C. Daily Progress Report: Submit duplicate copies to COTR by noon on the day following the date
of actual progress.

D. Monthly Progress Report: All components of the Monthly Progress Report described in this
Section shall be submitted as attachments to Contractor's monthly Application for Payment.

E. Record As-Built CPM Schedule: A Record CPM Schedule accurately reflecting actual progress
of Work shall be submitted, as part of this Contract's Record Documents. All activities shall have
actual dates that are true and accurate.

F. Qualification Data: For Project Scheduler.

1.6 QUALITY ASSURANCE

A. Project Scheduler Qualifications: Minimum of two years experience and not less than one project
of similar size and scope, with capability to produce CPM reports and diagrams within 24 hours
of COTR's request. Project Scheduler is classified as one of Contractor's key personnel.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 PROJECT SCHEDULER

A. Engage a project scheduler, either as Contractor's employee or as Contractor's consultant, to


provide planning, evaluation, and reporting using CPM scheduling, and to prepare required
schedules.

1. Project Scheduler shall be an active participant at all meetings related to Project progress,
alleged delays, and time impact.

3.2 CONTRACT CPM SCHEDULE

A. Scheduling Requirements: The Contract CPM Schedule shall be a computerized cost-loaded,


time-scaled CPM Schedule in PDM format that includes the following:

1. The order, sequence, and interdependence of all significant work items including
mobilization, demobilization, testing and commissioning, construction, procurement,
fabrication, and delivery of critical or special materials and equipment; utility interruption
coordination; submittals and approvals of critical Samples, Shop Drawings, procedures, or
other reasonable requirements that may be requested by COTR.
2. Work by the Authority, or utility agencies, and other third parties that may affect or be
affected by Contractor's activities.
3. Adequate referencing of all work items to identify subcontractors or other performing
parties.
4. Activity Coding may be provided by the COTR to establish minimum requirements for
structure and values for the first 5 code fields.
5. Activity durations not in excess of 14 calendar days, except nonconstruction activities such
as procurement and fabrication. Activities shall be broken down in the level of detail
prescribed by COTR.
6. Activities that are cost loaded to show the direct costs required to perform the Work,
including work by subcontractors.
7. A narrative that explains the basis for Contractor's determination of construction logic,
estimated durations, cost allocations, estimated quantities and production rates, hours per
shift, workdays per week, and types, numbers, and capacities of major construction
equipment to be used. A listing of nonworking days and holidays incorporated into the
schedule shall be provided.

B. Critical Path Activities: The Contract CPM Schedule shall be prepared to include the data for the
total Contract and the critical path activities shall be identified, including critical paths for interim
completion dates. Scheduled start or completion dates imposed on the schedule by Contractor
shall be consistent with Contract milestone dates. Milestone dates shall be the scheduled dates
specified in Section III, "Schedule," if applicable, and shall be prominently identified. The
Contract CPM Schedule shall accurately show all as-built activities completed from the issuance
of the Notice to Proceed up to the submittal of this schedule.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Assignment of Costs to Activities for Progress Payments:

1. Contractor shall assign cost to construction activities on the Contract CPM Schedule. Costs
shall not be assigned to submittal activities unless specified otherwise but may, with
COTR's approval, be assigned to fabrication and delivery activities. Costs shall be assigned
to testing and commissioning activities, O&M manuals, punchlist activities, and Project
Record Documents.
2. Each activity cost shall reflect an accurate value subject to approval by COTR.
3. The total cost assigned to activities shall equal the total Contract Price.
4. Activities shall be cost coded as directed by COTR.

D. Required Submittals: On a monthly basis, Contractor shall submit five copies of each of the
following components of the Contract CPM Schedule:

1. A time-scaled plot of the schedule network in PDM format showing logic ties for all
activities including submittals and procurement activities.
2. Computer-generated CPM Schedule Reports that contain the following data for each work
item: activity identification number, description, resource loading, duration, early start and
early finish calendar dates, late start and late finish calendar dates, and total float in
calendar days. The reports shall also show the logic ties of successor and predecessor work
items. The reports shall be sorted as follows, or other sorts as required by COTR:

a. By activity identification.
b. By total float x early start.
c. By early start x early finish x total float.

3. The narrative described in Subparagraph 3.2-A-6 above.


4. A cash-flow report showing monthly expenditures projected over the life of the Contract.
A cumulative cash-flow curve based on early and late schedule events shall also be
submitted. These reports shall be derived from the Contract CPM Schedule.

3.3 DAILY CONSTRUCTION REPORTS

A. Prepare a daily construction report, recording the following information concerning events at the
site, coordinate with requirements in Division 01 Section "Quality Requirements," and submit
duplicate copies to COTR by noon of the day following day of actual progress:

1. List of subcontractors (by trade group) at the site.


2. List of separate contractors at the site.
3. Approximate count of personnel (by trade group) at the site.
4. Equipment (by trade group) at the site.
5. High and low temperatures, general weather conditions.
6. Accidents (refer to accident reports).
7. Meetings and significant decisions.
8. Unusual events (refer to special reports).
9. Stoppages, delays, shortages, losses.
10. Meter readings and similar recordings.
11. Emergency procedures.
12. Orders and requests of governing authorities.
13. Change Notices/Directives and Contract Modifications received, implemented.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

14. Services connected, disconnected.


15. Equipment or system tests and startups.
16. Partial Completions, occupancies.
17. Substantial Completions authorized.
18. Material deliveries.

3.4 MATERIAL LOCATION REPORTS

A. At weekly intervals, prepare a comprehensive list of materials delivered to and stored at the site.
List shall be cumulative, showing materials previously reported plus items recently delivered.
Include with list a statement of progress on and delivery dates for all materials or items of
equipment being fabricated or stored away from the building site. Submit copies of list to COTR
at weekly intervals.

3.5 FIELD CORRECTION REPORT

A. When the need to take corrective action that requires a departure from the Contract Documents
arises, prepare a detailed report including a statement describing the problem and recommended
changes. Indicate reasons the Contract Documents cannot be followed. Submit a copy to COTR
immediately.

3.6 SPECIAL REPORTS

A. When an event of unusual or significant nature occurs at the site, prepare and submit a special
report. List the chain of events, persons participating, response by Contractor's personnel, an
evaluation of the results or effects, and similar pertinent information. Advise COTR in advance
when such events are known or predictable.

1. Include tabular CPM reports, time-scaled logic diagrams, resource curves and histograms,
and narratives as requested by COTR.

B. Submit special reports directly to COTR within seven calendar days of an occurrence. Submit a
copy to other parties affected by the occurrence.

3.7 MONTHLY PROGRESS REPORTING

A. General: Approval of Contractor's monthly Application for Payment shall be contingent, among
other factors, on the submittal of a satisfactory monthly schedule update.

B. Monthly Schedule Update Meetings: Monthly schedule updates shall be the product of joint
review meetings between Contractor, COTR, and major active subcontractors. The joint review
shall focus on actual progress for the preceding month, planned progress for the upcoming month
supported by a Contractor-prepared Four-Week Look-Ahead Schedule, impact to schedule if any
due to change notices issued, adverse weather, and any effected changes to the Construction CPM
Schedule. The agreed on progress, and changes, if any, shall be incorporated into the schedule
update to be submitted. The update shall always represent the actual history of accomplishment

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

of all activities, and will form the basis for Contractor's Application for Payment. Contractor's
delay claims shall be presented for discussion and, when possible, resolution.

C. Required Submittals: On a monthly basis, Contractor shall submit two copies in electronic format
of the updated CPM schedule and five copies of each of the following components of the Monthly
Progress Report:

1. A monthly progress narrative, the content of which shall be prescribed by COTR, but shall
include as a minimum a description of overall progress for the preceding month, a critical
path analysis, a discussion of problems encountered and proposed solution thereof, delays
experienced and proposed recovery measures, a monthly reconciliation of weather impact,
the status and impact of contract modifications, documentation of any logic changes, and
any other changes made to the schedule since the previous monthly update.
2. CPM schedule reports listing completed activities, activities in progress, and remaining
activities in the format requested by COTR. For each activity, Contractor shall provide
those details identified in Subparagraph 3.2-D-2.
3. Monthly and cumulative cash-flow curves that show actual vs. planned cash-flow status.
4. Documentation of delivered material in the form of paid invoices or other evidence that
Contractor has clear title for the material delivered.

D. If critical activities of the schedule are delayed and such delay is not excusable as defined in this
Section, the remaining sequence of activities and/or duration thereof shall be adjusted by
Contractor through such measures as additional manpower, additional shifts, or the
implementation of concurrent operations until the schedule produced indicates Work will be
completed on schedule. Except as provided elsewhere in the Contract, all costs incurred by
Contractor to recover from inexcusable delays shall be borne by Contractor.

E. The monthly schedule update shall form the basis for Contractor's Application for Payment. The
progress payment for an activity shall be based on its agreed on percentage of completion. On
unit-priced contracts, the approval of Contractor's monthly requisition is contingent on the
submittal of a satisfactory monthly schedule update; however, the basis of payment will be the
actual measurement of COTR-accepted, in-place units of work.

3.8 DELAYS AND REQUESTS FOR EXTENSION OF TIME

A. The determination for an extension of the Contract Time will be made by the Contracting Officer
according to the Contract Provision "Default."

B. Contractor acknowledges and agrees that delays in activities, irrespective of the party causing the
delay, which according to the computer mathematical analysis do not affect any critical activity
or milestone dates on the CPM network at the time of the delay, shall not become the basis for an
extension of the Contract Time. The only basis for any extension of time will be the demonstrated
impact of an excusable delay on the critical path. In demonstrating such impact, Contractor shall
provide adequate detail as required by the Contract, and Contractor shall prove that:

1. An event occurred.
2. Contractor was not responsible for the event in that the event was beyond the control of
Contractor, and was without fault or negligence of Contractor, subcontractor, or supplier,
and the event was unforeseeable.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

3. The event was the type for which an excuse is granted according to the "Default" provision
of this Contract.
4. Activities on the critical path of the Work were delayed.
5. The event in fact caused the delay of the Work.
6. The requested additional time is an appropriate and reasonable extension of the Contract
Time, given the actual delay encountered.

C. Time Extensions for Unusually Severe Weather:

1. If unusually severe weather conditions are the basis for a request for an extension of the
Contract Time, such request shall be documented by data substantiating that weather
conditions were abnormal for the period of time and could not have been reasonably
anticipated, and that weather conditions had an adverse effect on the critical activities of
the scheduled construction.
2. The schedule of anticipated adverse weather below will constitute the base line for monthly
(or a prorated portion thereof) weather/time evaluation by the Contracting Officer. On
issuance of the Notice to Proceed and continuing throughout the Contract on a monthly
basis, actual adverse weather days will be recorded by Contractor on a calendar day basis
(include weekends and holidays) and compared to the monthly anticipated adverse weather
days set forth below.

a. For purposes of this clause, the term "actual adverse weather days" shall include
days that can be demonstrated to have been impacted by adverse weather.
b. Monthly Anticipated Adverse Weather Calendar Days:

1) January - 7.
2) February - 5.
3) March - 6.
4) April - 6.
5) May - 8.
6) June - 6.
7) July - 6.
8) August - 7.
9) September - 5.
10) October - 5.
11) November - 5.
12) December - 6.

c. The number of actual adverse weather days shall be calculated chronologically from
the first to the last day in each month. Contractor shall not be entitled to any claim
for time extension based on adverse weather unless the number of actual adverse
weather days exceeds the number of anticipated adverse weather days, and unless
such adverse weather days prevent work for 50 percent or more of Contractor's
workday. In preparing the Contract Schedule, Contractor shall reflect the above
anticipated adverse weather days on all weather-dependent activities. Weather-
caused delays shall not result in any additional compensation to Contractor.

3. On days where adverse weather is encountered, Contractor shall list all critical activities
under progress and shall indicate the impact adverse weather had, if any, on the progress
of such activities. This information shall be presented at the end of the adverse weather
day to COTR or its authorized representative for its review and approval.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. If Contractor is found eligible for an extension of the Contract Time, the Contracting
Officer will issue a modification extending the time for Contract completion. The
extension of time will be made on a calendar day basis.

D. Required Submittals:

1. Provide time-impact analysis that illustrates impact during update period in which event
occurred, that event has been mitigated to greatest possible extent, and that event still
impacts overall completion of Project.
2. Include with request, two copies of submittal of impacted schedule, in electronic format,
and photocopies of all relevant documents that support the claim.
3. Submit all required items within the following time periods:

a. 10 calendar days of event occurrence.


b. 10 calendar days of Contractor's knowledge of impact.
c. 14 calendar days of written request by COTR.

4. Expiration of time periods without submittal shall constitute forfeiture of rights for these
specific impacts.

3.9 RECORD SCHEDULE

A. After all Contract work items are complete, and as a condition of final payment, Contractor shall
submit three copies of a Record, As-Built CPM Schedule showing actual start and finish dates for
all work activities and milestones, based on the accepted monthly updates. These schedule
submittals shall be in tabular and in time-scaled PDM plot formats.

END OF SECTION 013200

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 013233 - PHOTOGRAPHIC DOCUMENTATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for the following:

1. Preconstruction photographs.
2. Periodic construction photographs.
3. Final Completion construction photographs.

B. Related Sections include the following:

1. Division 01 Section "Unit Prices" for procedures for unit prices for extra photographs.
2. Division 01 Section "Submittals" for submitting construction photographs.
3. Division 01 Section "Project Closeout" for submitting photographic documentation as
Project Record Documents at Project closeout.
4. Division 02 Section “Selective Structure Demolition” for photographic documentation
before selective demolition operations commence.

1.3 UNIT PRICES (NOT USED)

1.4 SUBMITTALS

A. Qualification Data: For firms and persons specified in "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with project
names and addresses, names and addresses of architects and owners, and other information
specified.

B. Key Plan: Submit key plan of Project site and building including a detailed description of each
project area with notation of vantage points marked for location and direction of each photograph.
Indicate elevation or story of construction. Include the same label information as the
corresponding set of photographs.

C. Digital Photographs: Submit image files within three days of taking photographs.

1. Digital Camera: Minimum sensor resolution of 8 megapixels.

PHOTOGRAPHIC DOCUMENTATION 013233 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

2. Format: Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same
aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of
photograph, accompanied by key plan file.
3. Identification: Provide the following information with each image description in file
metadata tag:

a. Name of Project.
b. Name and address of photographer.
c. Name of COTR.
d. Name of Architect/Engineer.
e. Name of Contractor.
f. Date photograph was taken.
g. Description of vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
h. Unique sequential identifier keyed to accompanying key plan.

1.5 QUALITY ASSURANCE

A. Photographer Qualifications:

1. Photographer: Individual of established reputation who has been regularly engaged as a


professional construction photographer for not less than three years.
2. Videographer: Individual of established reputation who has been regularly engaged as a
professional construction videographer for not less than three years.

B. Costs: Include photographer's services in the Contract Price.

1.6 COORDINATION

A. Auxiliary Services: Cooperate with photographer. Provide auxiliary services requested,


including access to Project site and use of temporary facilities including temporary lighting
required to produce clear, well-lighted photographs without obscuring shadows.

1.7 USAGE RIGHTS

A. Obtain and transfer copyright usage rights from photographer to the Authority for unlimited
reproduction of photographic documentation.

1.8 EXTRA PRINTS

A. Extra Prints: If requested by COTR, photographer shall prepare extra prints of photographs.
Contractor will not be responsible for the cost of such additional prints.

PHOTOGRAPHIC DOCUMENTATION 013233 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 2 - PRODUCTS

2.1 PHOTOGRAPHIC MEDIA

A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum
sensor size of 8 mega pixels, and at an image resolution of not less than 3200 by 2400 pixels.

PART 3 - EXECUTION

3.1 PHOTOGRAPHS, GENERAL

A. Photographer: Engage a qualified commercial photographer to take construction photographs.

B. Date Stamp: Unless otherwise indicated, date and time stamp each photograph as it is being taken
so stamp is integral to photograph.

C. Field Office Prints: Retain one set of prints of progress photographs in the field office at Project
site, available at all times for reference. Identify photographs the same as for those submitted to
COTR.

3.2 CONSTRUCTION PHOTOGRAPHS

A. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without
alteration, manipulation, editing, or modifications using image-editing software.

1. Date and Time: Include date and time in file name for each image.
2. Field Office Images: Maintain one set of images accessible in the field office at Project
site, available at all times for reference. Identify images in the same manner as those
submitted to COTR.

B. Preconstruction Photographs: Before starting construction, take color photographs of Project site
and surrounding properties from different vantage points, as directed by COTR.

1. Take at least 20 photographs to show existing conditions adjacent to the project before
starting the Work.

C. Periodic Construction Photographs: Take a minimum of 10 color photographs monthly,


coinciding with the cutoff date associated with each Application for Payment. The COTR will
select vantage points to best show status of construction and progress since the last photographs
were taken.

D. Final Completion Construction Photographs: Take eight color photographs after date of
Substantial Completion for submission as Project Record Documents. COTR will direct
photographer for desired vantage points.

E. Additional Photographs: COTR may issue requests for additional photographs, in addition to
periodic photographs specified. Additional photographs will be paid for by Contract Modification
and are not included in the Contract Price.

PHOTOGRAPHIC DOCUMENTATION 013233 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Photographer will be given three days notice, where feasible.


2. In emergency situations, photographer shall take additional photographs within 24 hours
of request.
3. Circumstances that could require additional photographs include, but are not limited to, the
following:
a. Immediate follow-up when on-site events result in construction damage or losses.
b. Substantial Completion of a major phase or component of the Work.
c. Extra record photographs at time of final acceptance.

3.3 NOT USED

3.4 NOT USED

END OF SECTION 013233

PHOTOGRAPHIC DOCUMENTATION 013233 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 013300 - SUBMITTALS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for submitting Shop Drawings,
Product Data, Samples, and other miscellaneous submittals.

B. Related Sections include the following:


1. Division 01 Section "Project Closeout" for submitting warranties.
2. Division 01 Section "Project Record Documents" for submitting Record Drawings, Record
Specifications, and Record Product Data.
3. Divisions 02 through 33 Sections for specific requirements for submittals in those Sections.

1.3 DEFINITIONS

A. Action Submittals: Written and graphic information that requires COTR's responsive action.

B. Informational Submittals: Written information that does not require COTR's approval.
Submittals may be rejected for not complying with requirements.

1.4 SUBMITTAL PROCEDURES

A. General: COTR will provide electronic copies of CADD electronic files of the drawings for
Contractor's use in preparing submittals.

B. Coordination: Coordinate preparation and processing of submittals with performance of


construction activities.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,
and related activities that requires sequential activity.
2. Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.

a. Without change to the Contract Duration, COTR reserves the right to withhold
action on a submittal requiring coordination with other submittals until related
submittals are received.

SUBMITTALS 013300 - 1
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress


Documentation" for list of submittals and time requirements for scheduled performance of related
construction activities.

D. Contractor's Responsibilities: Contractor is responsible for the scheduling and submission of all
submittals. Submit to COTR all required Submittals. The COTR will forward submittals to the
appropriate parties for review.

E. Processing Time: Allow enough time for submittal review, including time for re-submittals, as
follows. Time for review shall commence on COTR’s receipt of submittal. No extension of the
Contract Time will be authorized because of failure to transmit submittals enough in advance of
the Work to permit processing, including re-submittals.

1. Initial Review: Allow 15 calendar days for initial review of each submittal. Allow
additional time if coordination with subsequent submittals is required. COTR will advise
Contractor when a submittal processed must be delayed for coordination. Allow an
additional 45 calendar days for submittals related to fire-protection systems.
2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as
initial submittal.
3. Re-submittal Review: Allow 15 calendar days for review of each re-submittal.
4. No extension of the Contract Time will be authorized because of failure to transmit
submittals to COTR enough in advance of the Work to permit processing. Processing of
incomplete or unacceptable submissions by COTR shall not reduce the number of calendar
days specified above for COTR's review. Resubmissions shall be treated the same as initial
submissions relative to review time.
5. Notations on submittals that increase the Contract cost or time of completion shall be
brought to COTR's attention before proceeding with the Work.

F. Identification: Place a permanent label or title block on each submittal for identification.

1. Indicate name of firm or entity that prepared each submittal on label or title block.
2. Provide a space approximately 6 by 8 inches on label or beside title block to record
Contractor's review and approval markings and action taken by COTR and Architect.
3. Include the following information on label for processing and recording action taken:

a. Contract name and number.


b. Date.
c. Name and address of Architect/Engineer.
d. Name and address of Contractor.
e. Name and address of subcontractor, if applicable.
f. Name and address of supplier, if applicable.
g. Name of manufacturer, if applicable.
h. Submittal number or other unique identifier, including revision identifier.

1) Submittal number shall use Specification Section number followed by a dash


and then a sequential number (e.g., 061000-001 or 070150.19-001). Re-
submittals shall include an alphabetic suffix after another dash (e.g., 061000-
001-A or 070150.19-001-A).

i. Alphanumeric project Identifier. Identifier is shown on the Project Drawings cover


sheet.

SUBMITTALS 013300 - 2
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

j. Number and title of appropriate Specification Section.


k. Drawing number and detail references, as appropriate.
l. Location(s) where product is to be installed, as appropriate.
m. Transmittal number.
n. Allow 15 calendar days for processing each re-submittal.

G. Resubmissions: Re-submittal procedure shall follow the same procedures and same number as
the initial submittal with the following exceptions:

1. Transmittal shall contain the same information as the first transmittal and the submission
number shall indicate second, third, etc., submission. The drawing number/description
shall be identical to the initial submission and the date shall be the revised date for that
submission.
2. No new material shall be included on the same transmittal for a resubmission.
3. COTR rejection shall not warrant a claim by Contractor for additional time or cost.

H. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract
Documents on submittals. Where significant deviations from the Contract requirements exist,
follow the guidelines set forth in Division 01 Section "Product Requirements" for substitutions.

I. Additional Copies: Unless additional copies are required for final submittal, and unless COTR
observes noncompliance with provisions of the Contract Documents, initial submittal may serve
as final submittal.

J. Transmittal: Package each submittal individually and appropriately for transmittal and handling.
Transmit each submittal from Contractor to COTR using the approved transmittal form provided
by COTR. COTR will return submittals, without review, received from sources other than
Contractor.

1. The Contractor must use the Authority provided web-based Oracle Primavera Unifier
project management system (Unifier) to transmit each submittal to the COTR. Response
of the COTR’s submittal review and action will be transmitted to the Contractor through
Unifier. The Authority will provide the Contractor a Unifier license(s) and training.

K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,


fabricators, installers, and authorities having jurisdiction, and others as necessary for performance
of construction activities. Show distribution on transmittal forms.

1. Bear all costs incurred for such reproduction and distribution. Prints of all reviewed Shop
Drawings may be made from transparencies that carry the appropriate review stamps.

L. Use for Construction: Use only final submittals with mark indicating “approved” by COTR in
connection with construction.

1.5 SUBMITTAL LOG

A. Prepare a log that contains a complete listing of all submittals required by Contract. Submit the
log at the preconstruction meeting along with Contractor's construction schedule specified in
Division 01 Section "Construction Progress Documentation." Organize the submittal log by

SUBMITTALS 013300 - 3
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Section number. Assign each submittal a sequential number for identification and tracking
purposes.

1. Coordinate the submittal log with Division 01 Section "Construction Progress


Documentation." The submittal log shall be submitted for COTR's review. Include the
following information:

a. Title of submittal/description.
b. Submittal number (sequential).
c. Scheduled date for the first submittal.
d. Drawing number, if applicable.
e. Applicable Section number.
f. Name of subcontractor/vendor.
g. Scheduled date of COTR's final release or approval.

PART 2 - PRODUCTS

2.1 ACTION SUBMITTALS

A. General: Prepare and submit Action Submittals required by individual Specification Sections

B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.

1. If information must be specially prepared for submittal because standard printed data are
not suitable for use, submit as Shop Drawings, not as Product Data.
2. Mark each copy of each submittal to show which products and options are applicable.
3. Include the following information, as applicable:

a. Manufacturer's written recommendations.


b. Manufacturer's product specifications.
c. Manufacturer's installation instructions.
d. Standard color charts.
e. Manufacturer's catalog cuts.
f. .
g. Mill reports.
h. Standard product operating and maintenance manuals.
i. Compliance with recognized trade association standards.
j. Compliance with recognized testing agency standards.
k. Application of testing agency labels and seals.
l. Notation of coordination requirements.

4. Submit Product Data before or concurrent with Samples.


5. Number of Copies: Submit six copies, in addition to the number of copies to be returned
to Contractor. Provide one additional copy for submittals related to fire-protection system.
6. Do not submit Product Data until compliance with requirements of the Contract Documents
has been confirmed.

SUBMITTALS 013300 - 4
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data.

1. Preparation: Include the following information, as applicable:

a. Dimensions.
b. Identification of products.
c. Fabrication and installation drawings.
d. Roughing-in and setting diagrams.
e. Wiring diagrams showing field-installed wiring, including power, signal, and
control wiring. Differentiate between manufacturer-installed and field-installed
wiring.
f. Shopwork manufacturing instructions.
g. Templates and patterns.
h. Schedules.
i. Design calculations.
j. Compliance with specified standards.
k. Notation of coordination requirements.
l. Notation of dimensions established by field measurement.
m. Relationship to adjoining construction clearly indicated.
n. Seal and signature of professional engineer if specified.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches.
3. Number of Copies: Submit one reproducible transparency and two black-line prints of
each submittal. Provide one additional black-line print for items related to fire-protection
systems. COTR will return the marked up reproducible transparency for Contractor’s
distribution.

a. Both the reproducible transparency and the prints shall bear Contractor's approval
stamp on each sheet.

D. Coordination Drawings:

1. Coordination Drawings are Shop Drawings prepared by Contractor that detail the
relationship and integration of different construction elements that require careful
coordination during fabrication or installation. Preparation of Coordination Drawings is
specified in Division 01 Section "Project Management and Coordination."
2. Submit Coordination Drawings for integration of different construction elements. Show
sequences and relationships of separate components to avoid conflicts in use of space.

E. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these
characteristics with other elements and for a comparison of these characteristics between
submittal and actual component as delivered and installed.

1. Transmit Samples that contain multiple, related components such as accessories together
in one submittal package.
2. Identification: Attach label on unexposed side of Samples that includes the following:

a. Generic description of Sample.


b. Product name and name of manufacturer.

SUBMITTALS 013300 - 5
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

c. Sample source.
d. Number and title of appropriate Specification Section.

3. Disposition: Maintain sets of approved Samples at Project site, available for quality-
control comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.

a. Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at time
of use.
b. Samples not incorporated into the Work, or otherwise designated as the Authority’s
property, are the property of Contractor.

4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or
sections of units showing the full range of colors, textures, and patterns available.

a. Number of Samples: Submit three full set(s) of available choices where color,
pattern, texture, or similar characteristics are required to be selected from
manufacturer's product line. COTR will return submittal with options selected.

5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared
from same material to be used for the Work, cured and finished in manner specified, and
physically identical with material or product proposed for use, and that show full range of
color and texture variations expected. Samples include, but are not limited to, the
following: partial sections of manufactured or fabricated components; small cuts or
containers of materials; complete units of repetitively used materials; swatches showing
color, texture, and pattern; color range sets; and components used for independent testing
and inspection.

a. Number of Samples: Submit three sets of Samples. COTR will retain two Sample
sets; remainder will be returned.

1) Submit a single Sample where assembly details, workmanship, fabrication


techniques, connections, operation, and other similar characteristics are to be
demonstrated.
2) If variation in color, pattern, texture, or other characteristic is inherent in
material or product represented by a Sample, submit at least three sets of
paired units that show approximate limits of variations.

F. Product Schedule or List: As required in individual Specification Sections, prepare a written


summary indicating types of products required for the Work and their intended location. Include
the following information in tabular form:

1. Type of product. Include unique identifier for each product.


2. Number and name of room or space.
3. Location within room or space.
4. Number of Copies: Submit three copies of product schedule or list, unless otherwise
indicated. COTR will return two copies.

a. Mark up and retain one returned copy as a Project Record Document.

SUBMITTALS 013300 - 6
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

G. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress


Documentation."

H. Application for Payment: Comply with requirements in Division 01 Section "Application for
Payment."

I. Schedule of Values: Comply with requirements in Division 01 Section "Application for


Payment."

J. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each
portion of the Work, including those who are to furnish products or equipment fabricated to a
special design. Include the following information in tabular form:

1. Name, address, and telephone number of entity performing subcontract or supplying


products.
2. Number and title of related Specification Section(s) covered by subcontract.
3. Drawing number and detail references, as appropriate, covered by subcontract.

K. Contractor Warranty Letter: Comply with requirements in Contract Provision "Warranty of


Construction." Provide the dates of warranty coverage and provide point of contact information
for warranty service.

L. Special Warranty Letters: Provide dates of warranty coverage and provide point of contact
information for warranty service for special warranties required in Division 02 through 33
Sections.

2.2 INFORMATIONAL SUBMITTALS

A. General: Prepare and submit Informational Submittals required by other Specification Sections.

1. Number of Copies: Submit four copies of each submittal, unless otherwise indicated.
COTR will not return copies.
2. Certificates and Certifications: Provide a notarized statement that includes signature of
entity responsible for preparing certification. An officer shall sign certificates and
certifications or other individual authorized to sign documents on behalf of that entity.
3. Test and Inspection Reports: Comply with requirements in Division 01 Section "Quality
Requirements."

B. Contractor's Construction Schedule: Comply with requirements in Division 01 Section


"Construction Progress Documentation."

C. Qualification Data: Prepare written information that demonstrates capabilities and experience of
firm or person. Include lists of completed projects with project names and addresses, names and
addresses of Architects and Owners, and other information specified.

D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that


product complies with requirements.

SUBMITTALS 013300 - 7
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

E. Welding Certificates: Prepare written certification that welding procedures and personnel comply
with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure
Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified.

F. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that


Installer complies with requirements and, where required, is authorized for this specific Project.

G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that


manufacturer complies with requirements. Include evidence of manufacturing experience where
required.

H. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that


material complies with requirements.

I. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for compliance with
requirements.

J. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of tests performed before installation
of product, for compliance with performance requirements.

K. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of compatibility tests performed before
installation of product. Include written recommendations for primers and substrate preparation
needed for adhesion.

L. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting results of field tests performed either during installation
of product or after product is installed in its final location, for compliance with requirements.

M. Product Test Reports: Prepare written reports indicating current product produced by
manufacturer complies with requirements. Base reports on evaluation of tests performed by
manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed
by a qualified testing agency.

N. Research/Evaluation Reports: Prepare written evidence from a model code organization


acceptable to the Authority that product complies with USBC. Include the following information:

1. Name of evaluation organization.


2. Date of evaluation.
3. Time period when report is in effect.
4. Product and manufacturers' names.
5. Description of product.
6. Test procedures and results.
7. Limitations of use.

O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and
normal maintenance of products and equipment. Comply with requirements in Division 01
Section "Operation and Maintenance Data."

SUBMITTALS 013300 - 8
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

P. Design Data: Prepare written and graphic information, including, but are not limited to,
performance and design criteria, list of applicable codes and regulations, and calculations.
Include list of assumptions and other performance and design criteria and a summary of loads.
Include load diagrams if applicable. Provide name and version of software, if any, used for
calculations. Include page numbers.

Q. Manufacturer's Instructions: Prepare written or published information that documents


manufacturer's recommendations, guidelines, and procedures for installing or operating a product
or equipment. Include name of product and name, address, and telephone number of
manufacturer. Include the following, as applicable:

1. Preparation of substrates.
2. Required substrate tolerances.
3. Sequence of installation or erection.
4. Required installation tolerances.
5. Required adjustments.
6. Recommendations for cleaning and protection.

R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized


service representative's tests and inspections. Include the following, as applicable:

1. Name, address, and telephone number of factory-authorized service representative making


report.
2. Statement on condition of substrates and their acceptability for installation of product.
3. Statement that products at Project site comply with requirements.
4. Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
5. Results of operational and other tests and a statement of whether observed performance
complies with requirements.
6. Statement on whether conditions, products, and installation will affect warranty.
7. Other required items indicated in individual Specification Sections.

S. Bonds: Prepare written information indicating current status of bonding coverage. Include name
of entity covered by insurance or bond, limits of the coverage, amounts of deductibles, if any and
term of coverage.

T. Manufacturers' warranties.

U. Construction Photographs: Comply with requirements in Division 01 Section "Photographic


Documentation."

V. Material Safety Data Sheets: Submit information directly to COTR.

2.3 NOT USED

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

SUBMITTALS 013300 - 9
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

A. Review each submittal and check for compliance with the Contract Documents. Note corrections
and field dimensions. Mark with approval stamp before submitting to COTR.

1. In checking Shop Drawings and Product Data, verify all dimensions and field conditions
and check and coordinate Shop Drawings and Product Data of any Section or trade with
the requirements of other sections or trades as related thereto, as required for proper and
complete installation of the Work.

B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Section title and number, name of reviewer, date of Contractor's
approval, and statement certifying that submittal has been reviewed, checked, and approved for
compliance with the Contract Documents, which shall include dimensions, clearances,
compatibility, and coordination with Shop Drawings and Product Data submitted for other work.

C. If Contractor has not checked the submittals carefully, even though stamped as checked and
approved, submittals shall be returned to Contractor for proper checking before further processing
or review by COTR regardless of any urgency claimed by Contractor. In such a situation,
Contractor will be responsible for any resulting delays to the scheduled Contract completion.
Furthermore, Contracting Officer may hold Contractor responsible for increased Authority costs
resulting from Contractor's failure to comply with the requirements set forth herein.

3.2 COTR’S ACTION

A. General: COTR will not review submittals that do not bear Contractor's approval stamp and will
return them without action.

B. COTR Responsibilities: The review of Shop Drawings and other submittals by COTR will be for
general conformance with the Contract only, and the review shall not be interpreted as a checking
of detailed dimensions, quantities, or approval of deviations from the Contract Documents.
COTR review shall not relieve Contractor of its responsibility for accuracy of Shop Drawings nor
for the furnishing and installation of materials or equipment according to the Contract
requirements.

1. Approval of Shop Drawings or other submittals is not to be interpreted as approval of a


substitute material. Approval of substitutions will be accomplished according to
requirements set forth in Division 01 Section "Product Requirements."

C. Action Submittals: COTR will review each submittal, make marks to indicate corrections or
modifications required, and return it. COTR will stamp each submittal with an action stamp and
will mark stamp appropriately to indicate action taken, as follows. Do not permit submittals
marked "Revise and Resubmit" or "Rejected" to be used at Project site, or elsewhere where Work
is in progress.

1. Approved: Means fabrication/installation may be undertaken. Approval does not


authorize changes to the Contract Price or the Contract Time.
2. Approved as Corrected: Same as "Approved," providing Contractor complies with
corrections noted on submittal. Resubmission required only if Contractor is unable to
comply with noted corrections.
3. Revise and Resubmit: Fabrication and/or installation may not be undertaken. Make
appropriate revisions and resubmit, limiting corrections to items marked.

SUBMITTALS 013300 - 10
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. Rejected: Submittal does not comply with requirements. Fabrication and/or installation
may not be undertaken. Prepare a new submittal according to requirements and submit
without delay.

D. Informational Submittals: COTR will review each submittal and will not return it, or will reject
and return it, if it does not comply with requirements. COTR will forward each submittal to
appropriate party.

E. Partial submittals are not acceptable, will be considered non-responsive, and will be returned
without review.

F. Submittals not required by the Contract Documents will not be reviewed and may be discarded.

END OF SECTION 013300

SUBMITTALS 013300 - 11
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

00 73 00 Supplementary Conditions Traffic Maintenance Plan 007300-1.5.B


Pre-existing condition survey 007300-1.10B
Work Plan 007300-1.12.D
Radio Frequencies 007300-1.14.A
Safety Personnel Qualifications 007300-1.16.C
List of Emergency contact Numbers 007300-1.16.J.6
Safety and Health Plans 007300-1.16.K

01 10 00 Summary Phasing Work Schedule 011000-1.5.D


Dimension Survey of Utilities 011000-1.13.D
Name of independent utility locating company 011000-1.13.G
List of utility detection equipment, resumes 011000-1.13.I
/qualifications of personnel assigned to this
contract and results of utility survey
completed by the contractor in report form.
Utility Outage Schedule 011000-1.14.A

01 29 00 Application for Payment Schedule of Values 012900-1.4


Initial Application for Payment 012900-1.5.G
Monthly Application for Payment and other 012900-1.5.H
information listed in the specification under
012900-1.5.H
Application for Payment at Substantial 012900-1.5.I
Completion and other information listed in
the specification under 012900-1.5.I
Final Payment Application and other information 012900-1.5.J
listed in the specification under 01290-1.5.J

SUBMITTALS 013300 - 12
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

01 31 00 Project Management and Coordination drawings as required 013100-1.4.A.3


Coordination Key Personnel List 013100-1.4.B
Weekly RFI Log 013100-1.5.G
Pre-Award Conference 013100-1.7.A
Pre-Construction Conference 013100-1.7.B
Pre-Installation Conference 013100-1.7.C
Weekly Progress Meetings Requirements 013100-1.7.D
Schedule Update Meeting Progress narrative 013100-1.7.E

01 32 00 Construction Progress Contract CPM Schedule 013200-1.5.B


Documentation Daily Progress Report 013200-1.5.C
Monthly Progress Report 013200-1.5.D
As-Built CPM Schedule 013200-1.5.E
Qualification Data for Project Scheduler 013200-1.5.F
List of Materials 013200-3.4.A
Record, As-Built CPM Schedule 013200-3.9.A

01 32 33 Photographic Documentation Photographer Qualification Data 013233-1.3.A


Key Plan 013233-1.3.B
Construction photographs, negatives, and digital 013233-1.3.C
images

01 40 00 Quality Requirements Quality Control Plan 014000-1.6 & 1.11


Complete Set of Report Forms 014000-1.7
QC Organization Qualifications 014000-1.09
Submittal Review and Approval 014000-1.15

SUBMITTALS 013300 - 13
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

01 50 00 Temporary Facilities Shop Drawings of temporary facilities, utility 015000-1.5.A


connections and traffic flows
Temporary Utility Reports 015000-1.5.B
Implementation and Termination Schedule 015000-1.5.C
Site Layout 015000-3.1.A
Storage Structures Design (if necessary) 015000-3.4.D.3

01 60 00 Product Requirements Product List 016000-1.4.A


Initial Product List 016000-1.4.A.3 & 2.3
Completed Product List 016000-1.4-A.6
Substitution Requests (if needed) 016000-1.4.B
Comparable Product Requests (if needed) 016000-1.4.C
Special Warranties 016000-1.7.B

01 71 14 Maintenance and Protection of Bucket Barricades 017114-2.2.B


Air Traffic During Class A Barricades 017114-2.2.C
Construction Construction Equipment and Vehicular Plan 017144-3.1.H
Emergency Contact Information 017144-3.1.J

01 73 00 Execution Requirements Land Surveyor Qualification Data 017000-1.3.A


Surveying Certifying Certificate 017000-1.3.B
Certified Surveys 017000-1.3.C
Project Record Documents 017000-1.3.D
Existing Utility Information 017000-3.2.A

01 77 00 Project Closeout Warranties 017700-1.3.B.4


Unrestricted Use Releases 017700-1.3.B.5
Project Record Documents 017700-1.3.B.6
Operations and Maintenance Manuals 017700-1.3.B.6
Testing and Code Inspection Proof 017700-1.3.B.7
Health Department or FDA Approvals (as 017700-1.3.B.7
needed)
Changeover Information 017700-1.3.B.11
Request for inspection for Substantial 017700-1.3.C
Completion
Final Application for Payment 017700-1.4.B.1
Substantial Completion Inspection List 017700-1.4.B.2
Contractor /COTR Joint Statement of Approval 017700-1.4.B.3
SUBMITTALS 013300 - 14
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

Final Subcontractor Payment Form 017700-1.4.B.5


Final Continuing Inspection Coverage 017700-1.4.B.7
Record Contract CPM Schedule 017700-1.4.B.8
Warranty Book 017700-1.4.B.9
Request for Final Inspection for Acceptance 017700-1.4.C
Incomplete Items (Punch List) 017700-1.5.A
Warranty Manual 017700-1.6A

01 78 39 Project Record Documents Record Drawings 017839-1.3.A


Record Specifications 017839-1.3.B
Record Product Data 017839-1.3.C
Record Schedule 017839-1.3.D
Miscellaneous Record 017839-1.3.E

P-161 Soil Stabilization Fabric Geotechnical Fabric Sample 161-3.2


Material Physical Properties 161-2.1

P-162 Geogrid for Subgrade Geogrid 162-2.1


Stabilization

P-202 HMA Crack Sealing Crack Seal Material Properties 202-2.1

P-203 HMA Sand Mix Crack Repair Crack/Joint Filler Properties 203-2.1

SUBMITTALS 013300 - 15
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

P-209 Crushed Aggregate Base Course Aggregate test data and certifications 209-1.2.1
Field Density Reports 209-1.2.2
Moisture Density Curve Reports 209-1.2.3
Compaction Test Reports 209-1.2.4
Surface Tolerance Test Reports 209-1.2.5
Thickness Test Report 209-1.2.6
Preliminary Test Results 209-2.1.a & 3.10.6
Maximum Density-Optimum Moistures Curves- 209-3.10.b & f

P-219 Recycled Concrete Aggregate Aggregate test data and certifications 219-1.2.1
Base Course Field Density Reports 219-1.2.2
Moisture Density Curve Reports 219-1.2.3
Compaction Test Reports 219-1.2.4
Surface Tolerance Test Reports 219-1.2.5
Thickness Test Reports 219-1.2.6
Aggregate Load Ticket 219-5.1
Equipment Certification 219-3.1

P-405 Bituminous Concrete Pavement Certified Test Report of Materials 405-2.3/2.4


Job Mix Formula 405-3.2
SUPERPAVE Design Data 405-3.2
Mixing Equipment Certifications 405-3.3
JMF Laboratory Accreditation 405-3.5/5.1
Lighting Plan (if needed) 405-4.16
Annual Gages Calibration Documentation 405-5.1.b.1
Daily Paving Test Data 405-5.1.b.1
Quality Control Reports 405-6.6

P-501 Portland Cement Concrete Aggregates 501-1.03.A


Pavement Cement
Cementitious Materials
Premolded Joint Filler
Expansion Joint Cap
Steel Reinforcement
Dowel and Tie Bars
Dowel Bar Paint
Dowel Bar Assembly
SUBMITTALS 013300 - 16
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

Water
Liquid Curing Compound
Admixtures
Epoxy-resin
Mix-design submittal (Plain PCC)
Testing Laboratory Certification
Testing Laboratory personnel qualifications
Certifications for batch plant, mixers and
transportation equipment
Concrete batch tickets
Test batch data and PCC strength specimen
results
Tabulation of paving lane edge elevations
Paving Plan

P-510 Rigid Pavement Repair Shop drawings, manufactures data, test reports 510-1.3.A
and material certifications. 510-1.3.A
Rapid-Curing Flexible Patch Material 510-1.3.A
Extender Materials for Flexible Patch Material 510-1.3.A
PCC Mixture Tests 510-4.1
Straightedge Tests 510-4.1

P-603 Bituminous Tack Coat Shop drawings, Manufacturer’s Data, Test 603-1.2
Reports and Material Certification.
Vendor’s Certified Test Report 603-3.4
Freight and Weigh Bills 603-3.5

P-605 Joint Sealing Filler Manufacturer’s Certification 605-2.1


Joint Sealers 605-2.1
Backer Rod 605-2.2
Proposed Equipment List 605-3.2

P-606 Adhesive Compounds, Two- Vendor’s Certified Test Reports 606-3.8


Component

SUBMITTALS 013300 - 17
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

P-610 Structural Portland Cement Coarse Aggregate 610-2.2


Concrete Gradation 610-2.2
Reactivity 610-2.1.a
C-33 Certification 610-2.2
Fine Aggregate 610-2.3
Gradation 610-2.3
Reactivity 610-2.1.a
C-33 Certification 610-2.3
Cement 610-2.4
Water 610-2.5
Admixtures 610-2.6
Steel Reinforcement 610-2.9
Curing Materials 610-2.10
Mix Design with Strength Data 610-3.2

P-620 Pavement Marking Manufacturer’s Certified Test Reports 620-2.1


Paint 620-2.2
Reflective Media 620-2.4
Manufacturer surface preparation and application 620-3.3
Requirements

D-621 Pavement Marking Removal Equipment 621-3.2

D-622 Saw-Cut Grooves Groove Sequence 622-2.1

L-108 Installation of Underground List of Materials and Equipment 108-2.1.D


Cable for Airports Cable 108-2.2
Counterpoise and Ground Rod 108-2.3
Cable Connections 108-2.4
Splicer Qualifications 108-2.5
Circuit Test Results 108.2.6/3.10
Counterpoise Wire 108-3.4

SUBMITTALS 013300 - 18
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 9, 2015

Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6


IA1403

LIST OF SUBMITTALS
Solicitation ________

SPEC SPECIFICATION TITLE INFORMATION REQUIRED REFERENCE


SECTION
NUMBER

L-110 Installation of Airport Conduit 110-2.3


Underground Electrical Duct Steel Conduit 110-2.4
Sand Bedding 110-2.5
Spacers 110-2.6
Duct Markers 110-3.5

L-125 Installation of Airport Lighting List of Materials and Equipment 125.2.1


Systems In-Pavement Light L-852C/D & G 125-2.2
Elevated Runway Guard Lights L-804 125-2.2
Elevated Taxiway Edge Lights L-861T 125-2.2
Light Base, Load Bearing L-868B 125-2.2
Transformers 125-2.2
Proposed installation and alignment tool. 125-2.3
Light Base, Load Bearing 125-3.6
Megger Testing results 125-7.1

26 05 53 Electrical Identification Product data (Tags) 260553-1.3.B


Tag Schedule 260553-1.3.C
Sample 260553-1.3.D

31 25 14 Stormwater Pollution Prevention Stormwater Pollution Prevention Plan (SPPP) 312514-1.4.A


VPDES Plan Certification 312514-1.4.D
VSMP Permit 312514-1.4.E
Notice of Project Termination 312514-1.4.F
Name and Certificate of Competence 312514-1.4.H
Weekly Inspection Checklists 312514-4.1

SUBMITTALS 013300 - 19
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 014000 - QUALITY REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.

B. Related Sections:

1. Division 00 Section “Supplementary Conditions”.


2. Division 01 Section “Project Management and Coordination”.
3. Division 01 Section “Construction Progress Documentation” for developing a schedule of
required tests and inspections.
4. Division 01 Section “Project Management and Coordination”
5. Division 01 Section “Submittals” for process required to submit the Contractor’s Quality
Control Plan.
6. Division 01 Section “Execution”.
7. Division 01 Section “Project Closeout”.
8. Division 01 Section “Operation and Maintenance Data”.
9. Division 01 Section “Project Record Documentation”.
10. Divisions 02 through 34 Technical Specification Sections and Federal Aviation
Administration (FAA) Specifications for specific test and inspection requirements.

1.2 SUMMARY

A. This Section includes the following:

1. Administrative and procedural requirements for Contractor to provide and maintain an


effective Quality-Control Program that complies with this Section and with requirements of
the "Contract Provisions," Section VII, "Inspection of Construction and Final Inspection and
Acceptance."
2. Establish a QC Program that consists of the following:

a. QC Organization.
b. QC Plan Meeting.
c. QC Plan.
d. Coordination and Meeting of Mutual Understanding.
e. QC meetings.
f. Phases of Control.
g. Submittal preparation, review, and approval.
h. Operation & Maintenance data and Warranty receipt verification prior to product
delivery.
i. Material verification at delivery and material location reports as outlined in a formal
Material Receiving Inspection Program.
j. Inspection Program utilizing an Inspection Log and Sign-off Sheets.

QUALITY REQUIREMENTS 014000 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

k. Testing and Inspections, completion inspections, QC certifications, accreditations,


documentation, training, and requirements necessary to provide materials,
equipment, workmanship, fabrication, construction, and operations that comply with
the requirements of this Contract.

3. Specific quality-control requirements for individual construction activities are specified in


the Sections that require those activities. Requirements in those Sections may also cover
production of standard products.
4. Schedule of Values: Contractor shall include all test and inspection activities in its CPM and
establish a Schedule of Values for all required QC documentation, all tests and inspection
activities, reports, and procedures required in the Contract on a Section-by-Section basis.
Additionally, Contractor shall include a pay line item specifically for Quality activities and
QC Organizational personnel required by the General Conditions. Quality activities shall be
reported per Division 01 Section "Applications for Payment."
5. Testing and inspecting services are required to verify compliance with requirements
specified or indicated. These services do not relieve Contractor of its responsibilities for
compliance with the Contract.
6. Specified tests, inspections, and related actions do not limit Contractor's quality-control
procedures that facilitate compliance with the Contract Document requirements.
7. The provisions of this Section shall not limit requirements for Contractor to provide quality-
control services required by the Authority or other agencies having jurisdiction.
8. The QC Plan does not repeat or summarize contract requirements. It describes the methods,
processes, and procedures by which the Contractor will ensure Quality construction and
compliance with the contract documents. Omissions in the QC Plan or the contractor’s
Quality Control Program does not relieve the contractor of the responsibilities to provide
work in accordance with the contract documents, applicable codes, regulations, and
governing authorities. Approval of the QC Plan by The Authority does not guarantee Quality
Control or Quality Production by the Contractor. These QC processes, procedures and
programs are controlled and managed by the Contractor.

1.3 REFERENCES

A. The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by the basic designation only.

1. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)

a. ASTM C 1077: Laboratories Testing Concrete and Concrete Aggregates for Use
in Construction and Criteria for Laboratory Evaluation latest edition.
b. ASTM D 3666: Minimum Requirements for Agencies Testing and Inspecting
Road and Paving Materials latest edition.
c. ASTM D 3740: Minimum Requirements for Agencies Engaged in the Testing
and/or Inspection of Soil and Rock as Used in Engineering Design and Construction
latest edition.
d. ASTM E 329: Agencies engaged in the Testing and/or Inspection of Materials
Used in Construction latest edition.
e. ASTM E 543: Agencies performing Nondestructive Testing latest edition.

2. METROPOLITAN WASHINGTON AIRPORT AUTHORITY

QUALITY REQUIREMENTS 014000 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Construction Safety Manual, most current edition.

1.4 DEFINITIONS

A. Quality: Conformance to the requirements established by the contract specifications and


drawings.

B. Control: To guide and have influence over.

C. Contractor Quality Control (CQC): The construction contractor’s system to establish, manage,
control, and document their own, their supplier’s, and their subcontractor’s activities to ensure
Quality compliance with the contract requirements and the QC Plan.

D. Contracting Officers Technical Representative (COTR). Primary on-site representative of the


Contracting Officer for technical matters. Duties and responsibilities of the COTR will be
transmitted to the contractor via letter from the Contracting Officer.

E. Definable Feature of Work or Element of Work: A definable feature of work (DFOW) or Element
of Work is a task that is separate and distinct from other tasks and has control requirements and
work crews unique to that task.

F. QC Management System: The management and implementation of processes, procedures, and


requirements that establish quality as identified in the QC Plan and mandated in the contract
specifications. The Three Phases of Control are the core of the contractor’s Construction Quality
Management System.

G. Mockups: If required by the contract, shall be full-size, physical example assemblies that are
constructed on site to illustrate finishes, materials, assemblies, etc. Mockups are used to verify
selections made under Sample submittals, to demonstrate aesthetic effects or details and, where
indicated, qualities of materials, execution, to review construction, coordination, testing,
inspection, or operation; they are not Samples. Mockups establish the Initial Standard of Control
by which the work shall be judged and accepted for that Definable Feature or Element of Work.
Mockups supersede samples in the approval and acceptance of the Work. Construct mockups
away from the work site or in a location designated by the COTR. Do not use mockups as part of
the work unless specifically approved by the COTR.

H. Experienced: When used with an entity, “experienced” means having successfully completed a
minimum of ten (10) projects similar in size and scope to this Project; being familiar with special
requirements indicated; and having complied with requirements of authorities having jurisdiction.
Specific experience requirements enumerated in these specifications supersede this requirement.

1.5 CONFLICTING REQUIREMENTS

A. General: If compliance with two (2) or more standards is specified and the standards establish
different or conflicting requirements for minimum quantities or quality levels, comply with the
most stringent requirement. Refer uncertainties and requirements that are different, but
apparently equal, to the COTR for a decision before proceeding. This paragraph refers to industry
and government standards. In cases of a difference between drawings and the specifications, the
specifications shall govern.

QUALITY REQUIREMENTS 014000 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1.6 SUBMITTALS

A. Submit the following in accordance with Division 01 Section, "Submittals."

1. Action Submittals.

a. Quality Control (QC) Plan.

B. NOTE: Coordinate the submittal requirement dates with the submittal dates in Division 01
Section “Construction Progress Documentation”.

C. Submit a QC plan within twenty (20) calendar days after receipt of Notice to Proceed. The QC
Plan shall include a preliminary submittal registry of all required submittals in the contract which
shall be submitted in the first ninety (90) calendar days of construction. Once final submittal
registry, accounting for all submittals, is approved by the COTR, insert registry into the QC Plan.

1. Submit at this time résumés of key personnel to be assigned to this contract and the limits of
their authority. Show how this project management structure fits into the Contractor’s
corporate management structure.

D. Any approval by the COTR of the QC Plan shall be treated as “accepted, dependent upon
successful implementation of a Quality Program as outlined in the QC Plan and Contract
Specifications.” Omissions in the QC Plan do not relieve the contractor of the responsibilities to
comply with the contract requirements. Immediately stop work if the QC Plan becomes
disapproved or Quality as defined in the contractor’s Quality Program cannot be produced. The
exception is the work authorized in the paragraph entitled "Preliminary Work Authorized Prior
to Approval," shall stop.

1.7 INFORMATION FOR THE CONTRACTING OFFICER

A. Provide sample copies, for approval, of all report forms, as identified below, to the Contracting
Officer or Representative during the Pre-Construction Conference. The report forms shall consist
of the Quality Control Daily Report, Superintendent Daily Report, Material Receiving Inspection
Report, Preparatory Phase Report, Initial Phase Report, Inspection Log and Sign-off Sheet,
Deficiency Log, Testing Log, Monthly Summary Report of Tests and Inspections, and Monthly
Quality Control Summary Report. Other reports referenced below, once approved, may be in
formats customarily used by the Contractor, and shall contain the information required by the
contract specifications for Testing Laboratories and Inspection Reports, Material Location
Reports, Specialist Reports, etc.

B. Deliver the following listed items to the COTR via the Authority directed Document Control at
the times specified below:

1. Quality Control Daily Report: one (1) original electronic or hard copy, delivered the next
calendar day after work is performed.
2. Superintendent’s Daily Report: one (1) original electronic or hard copy, delivered the next
calendar day after work is performed. Do not attach to the Quality Control Daily Report.
3. Material Receiving Inspection Report: one (1) original electronic or hard copy, delivered the
next calendar day after work is performed. Do not attach to the Quality Control Daily
Report.

QUALITY REQUIREMENTS 014000 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. Material Location Reports: one (1) original electronic or hard copy, delivered weekly. Do
not attach to the Quality Control Daily Report.
5. Preparatory Phase Report: one (1) original electronic or hard copy, delivered the next
calendar day after work is performed. Do not attach to the Quality Control Daily Report.
6. Initial Phase Report: one (1) original electronic or hard copy, delivered by the next calendar
day after work is performed. Do not attach to the Quality Control Daily Report.
7. Field or Laboratory Test and Inspection Reports: one (1) original electronic or hard copy,
delivered within two (2) workdays after the inspection and/or test is performed and, again
delivered, at the end of the month with the Monthly Summary Report of Tests and
Inspections. A certified technician performing all field tests and inspections shall sign all
inspection and test reports. A certified testing laboratory manager performing all laboratory
tests shall sign all test results. All reports will be reviewed, signed, and certified by a
Professional Engineer, registered in the Commonwealth of Virginia, as complying with the
contract specifications. Do not attach to the Quality Control Daily Report.
8. Monthly Summary Report of Tests and Inspections: one (1) original electronic or hard copy
of all cumulative tests and inspections performed to date, delivered with all tests and
inspection reports for each Definable Feature or Element of Work conducted that month.
Deliver these reports within two (2) workdays of the end of the month. A certified technician
performing all field tests and inspections shall sign all inspection reports. A certified testing
laboratory manager performing all laboratory tests shall sign all test results. All reports will
be reviewed, signed, and certified by a Professional Engineer, registered in the
Commonwealth of Virginia, as complying with the contract specifications. Do not attach to
the Quality Control Daily Report.
9. Inspection Log and Signoff Sheets for all Definable Features or Elements of Work: one (1)
original electronic or hard copy, delivered within one (1) workday of the inspection or
Signed-off activity. Do not attach to the Quality Control Daily Report.
10. Special Inspection Control Log: (If Special Inspections are required), one (1) original
electronic or hard copy, delivered within two (2) workdays of the end of the month.
11. Testing Log: upon COTR’s request, deliver one (1) original electronic, or hard copy of a
current up-to-date test log, documenting all performed tests, results, etc., do not attach to the
Quality Control Daily Report.
12. Deficiency Log: one (1) original electronic or hard copy, delivered to the COTR at the
weekly Progress Meeting. Do not attach to the Quality Control Daily Report.
13. Monthly Deficiency Report: one (1) original electronic or hard copy, delivered within two
(2) workdays of the end of the month of all nonconforming work, tests, and inspections
identified during construction. Do not attach to the Quality Control Daily Report.
14. QC Meeting Minutes: one (1) original electronic or hard copy, delivered within two (2)
workdays after the meeting. Do not attach to the Quality Control Daily Report.
15. QC Certifications, Qualifications, and Accreditations: as required by contract specifications.
16. Monthly Quality Control Summary Report: one (1) original electronic or hard copy,
delivered within two (2) workdays of the end of the month. Do not attach to a Quality
Control Daily Report. This Executive Brief shall contain these items:
a. Status of the Schedule (Monthly Progress Report) impact to schedule due to change
notices, modifications, problems encountered, weather, and any other changes or
items affecting the schedule since the previous month.
b. Status of Submittals.
c. Status of Testing and Inspections activities performed that particular month.
d. Status of Special Inspections (if required) performed that particular month.
e. Status of Preparatory meetings and Initial meetings performed that particular month.
f. Status of Deficiencies/Rework items and corrective actions.
g. Status of Non-compliances issued by COTR and corrective actions.

QUALITY REQUIREMENTS 014000 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

h. Status of Record Drawings.


i. Status or Identification of items affecting Quality.
j. Status of Training, Operation, Maintenance, and Warranty items.
k. Status of Safety and related events.
l. Other items as directed by the COTR.
17. QC Specialist Reports: one (1) original electronic or hard copy, delivered the next calendar
day after work is performed. Do not attach to the Quality Control Daily Report.

1.8 QC PROGRAM REQUIREMENTS

A. The Contractor shall establish and maintain an approved QC Program as described in this Section.
The QC Program shall consist of, but is not limited to, the following:

1. QC Organization.
2. QC Plan.
3. QC Plan Meeting.
4. Coordination and Meeting of Mutual Understanding.
5. QC meetings.
6. Phases of Control.
7. Submittal preparation, review, and approval.
8. Operations and Maintenance data.
9. Warranty receipt verification prior to product delivery.
10. Material verification at delivery and material location reports as outlined in a formal Material
Receiving Inspection Program.
11. Inspection Program utilizing an Inspection Log and Sign-off Sheets.
12. Testing, inspections, completion inspections, QC certifications, accreditations,
documentation, training, and requirements necessary to provide materials, equipment,
workmanship, fabrication, construction, and operations that comply with the requirements
of this Contract.
13. The QC Program shall cover on-site and off-site work and shall be keyed to the work
sequence.
14. No work, testing, or inspections may be performed unless the QCM or a pre-approved
alternate is on the work site.
15. At all times during performance of this contract and until the work is completed and
accepted, the contractor shall directly superintend the work by an approved competent
superintendent who is satisfactory to the Contracting Officer and has the authority to act for
the Contractor.
16. The QCM shall report to an officer of the firm and shall not be subordinate to the Project
Manager, Superintendent or any other member of the QC Organization.
17. The Quality Control Manager is the primary individual responsible for the management and
implementation of processes, procedures, and requirements that establish quality in
construction as identified in the QC Plan and mandated in the contract specifications. The
QCM shall identify, track, and notify The Authority and Management of all weaknesses and
deficiencies in this QC Management System. The Project Manager shall be responsible for
the overall quality in the contract. The Project Superintendent shall be held responsible for
the quality of all work produced by the Contractor, manages the correction of all noted
deficiencies, and ensures Quality is established and preserved in the construction process
through the Three Phases of Control.

B. Preliminary Work Authorized Prior to Approval

QUALITY REQUIREMENTS 014000 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. The only work that is authorized to proceed prior to the approval of the QC Plan is
mobilization of storage and office trailers, temporary utilities, and surveying.

C. Approval

1. Approval of the QC Plan is required prior to the start of any work or construction. The
Contracting Officer reserves the right to require changes in the QC Plan, processes,
procedures, and operations as necessary to ensure the specified quality of work is constructed
as outlined in the contract. The Contracting Officer reserves the right to interview any
member of the QC organization at any time during the contract period to verify contract
compliance. All QC organizational personnel shall be subject to acceptance by the
Contracting Officer. The Contracting Officer may require the removal of any individual for
non-compliance with quality requirements specified in the contract.

D. Notification of Changes

1. Notify the COTR, in writing, of any proposed changes to the QC Plan, including changes in
the QC organizational personnel, a minimum of seven (7) calendar days prior to a proposed
change. Proposed changes shall be subject to acceptance by the Contracting Officer.

1.9 QC ORGANIZATION

A. The contractor’s QC Organization is responsible for establishing a committed unified team in a


positive cooperative environment where all personnel and employees communicate, create,
maintain, and verify the desired level of quality in all aspects of construction as established in the
QC Plan and Contract Specifications.

B. Staffing Levels: Provide sufficient qualified quality-control personnel to monitor each work
activity at all times. Scheduling and coordinating of all inspections and testing shall match the
type and pace of work activity.

1. In cases where multiple trades, disciplines, or subcontractors are on site at same time, each
activity shall be tested and inspected by personnel skilled and qualified in that portion of the
work.
2. In cases where multiple shifts are employed, the quality-control staff shall be increased to
meet all personnel and quality requirements of this section and the contract specifications
for each shift when work is performed.
3. In all cases, the QC Organizational staff shall not conduct escorting duties.

C. The following positions are key personnel as defined by the Authority in this and other Division
01 Specification Sections. The QC Organizational personnel shall be interviewed by Quality
Department and the COTR. The COTR will approve all QC Organizational personnel.

1. Project Manager

a. Duties: Responsible for overall Quality in Construction, project management


control, planning, scheduling, cost, project administration, submittal management,
and compliance with local and national codes.

QUALITY REQUIREMENTS 014000 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. To enhance the effectiveness of the Quality Control Organization the Project


Manager shall be intimately involved in Contractor Quality Control. To this end, the
Project Manager shall have successfully completed the Army Corps of
Engineers/NAVFAC Contractor Quality Control Course (details in Paragraph
“Construction Quality Management Training”, below).

2. Project Superintendent

a. Duties: Serves as the Contractor’s on-site production manager to plan, organize,


coordinate, supervise, and observe all on-site construction activities. The
Superintendent ensures compliance with the contract specifications while
maintaining total control and responsibility for the Quality of work produced. The
Superintendent monitors and supervises all field personnel to assure compliance
with the Contract Specifications. The Superintendent corrects all noted deficiencies
and ensures Quality is established and preserved in the construction process through
the Three Phases of Control.

b. Qualifications: Fifteen (15) years of construction supervisory experience, with five


(5) years’ experience as Superintendent in a supervisory role coordinating various
trades at multiple work areas.

c. To enhance the effectiveness of the Quality Control Organization the Superintendent


shall be intimately involved in Contractor Quality Control. To this end, the
Superintendent shall have successfully completed the Army Corps of
Engineers/NAVFAC Contractor Quality Control Course (details in Paragraph
“Construction Quality Management Training”, below).

3. Quality Control Manager (QCM)

a. Duties: Provide a QCM at the work site to implement and manage the QC Program.
In addition to implementing and managing the QC Program, the QCM may perform
the duties of project superintendent. The QCM shall not be designated as the safety
competent person as defined by Construction Safety manual. The QCM shall attend
the QC Plan Meeting, shall prepare the QC Plan for COTR approval, shall conduct
the Meeting of Mutual Understanding, conduct the QC meetings, perform and
manage the Phases of Control, except for those phases of control designated to be
performed by QC Assistant and/or QC specialists, perform submittal review and
approval, ensure verification of materials, ensure all testing and inspections are
coordinated and performed by trained, authorized and certified personnel and testing
laboratories. The QCM shall provide and submit QC certifications, accreditations,
reports, and documentation as required in the contract specifications. The QCM
shall not prepare Submittals. The QCM is responsible for assuring contractor
compliance with Quality Standards as established in the contract specifications.
b. Qualifications: An individual with a minimum of five (5) years of construction
experience as a Project Manager, Superintendent, QCM, Inspector, or Construction
Manager on similar size and type construction contracts which included the major
trades that are part of this Contract. The individual shall be familiar with the
requirements of the Construction Safety Manual, and have experience in the areas
of hazard identification and safety compliance.

QUALITY REQUIREMENTS 014000 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

c. To enhance the effectiveness of the Quality Control Organization the QCM be


intimately involved in Contractor Quality Control. To this end, the QCM shall
successfully complete the Army Corps of Engineers/NAVFAC Contractor Quality
Control Course (details in Paragraph “Construction Quality Management Training”,
below).

4. Construction Quality Management Training:

a. In addition to the above experience and education requirements, the Project


Manager, Superintendent, QCM, QC Assistant, and Alternate QCM shall have
completed the course entitled "Construction Quality Management for Contractors."
If these individuals do not have a current certification, they shall obtain the CQM
course certification within 60 - calendar days of award. This short course is
periodically offered in alternate months by: (1) the Maryland Chapter, Associated
General Contractors (AGC), 410-321-7870; agcmd@aol.com and by (2) the
Virginia Chapter, Associated Builders and Contractors (ABC), 703-968-6205,
joanna@abdva.org; mervin@abc.org. The training uses Army Corps of Engineers
course content. The course is facilitated by instructors from Army Corps of
Engineers, North Atlantic Division, Baltimore District, and by instructors from the
Naval Facilities Engineering Command, Engineering Field Activity Chesapeake.

5. Alternate QCM Duties and Qualifications

a. Duties: Designate an alternate for the QCM at the work site to serve in the event of
the designated QCM's absence. The period of absence may not exceed two weeks
at one time, and not more than thirty (30) workdays during a calendar year.

b. Qualifications: The qualification requirements for the Alternate QCM shall be the
same as for the QCM.

6. Safety Representatives Duties and Qualifications:

a. Safety Engineer:

(1) Duties: as outlined in The Authority Construction Safety Manual (Revision


February 16, 2014).
(2) Qualifications: Five (5) years of experience as Outlined in The Authority
Construction Safety Manual.
(3) See Specification Section 007300 - Supplementary Conditions for further
requirements.

7. Project Scheduler:

a. Duties: Provide a Project Scheduler, either as Contractor’s employee or as


Contractor’s consultant, to provide planning, evaluation, and reporting using CPM
scheduling, and to prepare required schedules. The Scheduler shall be an active
participant at all meetings related to Project progress, alleged delays, and time
impacts. Shall be available on-site full time. Time-impact analyses and special
reports shall be provided at no additional cost to The Authority.

QUALITY REQUIREMENTS 014000 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Qualifications: Minimum of two (2) years’ experience and not less than one (1)
project of similar size and scope, with the capability to produce CPM reports and
diagrams within twenty-four (24) hours of COTR’s request. The Project Scheduler
shall be classified as one of the Contractor’s key personnel.

8. Erosion and Sediment Control Inspector

a. Duties: The Erosion and Sediment Control Inspector shall be responsible for
inspecting the erosion and sediment controls, reporting requirements, and for
ensuring conformance with the approved Storm Water Pollution Prevention Plan
(SPPP). The Erosion and Sediment Control Inspector may have other duties,
however, the designated individual shall be familiar with the requirements set forth
in the Virginia Erosion and Sediment Control Handbook.

9. QC Administrative Assistant:

a. Duties: Primary duties at the work site shall be to assist the QCM in processing and
maintaining files for submittals and preparing and publishing reports and meeting
minutes. After primary duties are accomplished, other duties may be assigned
provided the duties do not interfere with primary duties.

b. Qualifications: Basic understanding of construction activities, maintaining


construction files, and knowledge of construction procedures and practices related
to construction and the contract specifications; Basic understanding of the
Construction Specifications Institute’s (CSI) MasterFormat organization for
Specification Divisions.

10. QC Specialists Duties and Qualifications:

a. Duties: Provide a separate QC specialist at the work site for each of the areas of
responsibilities, specified below, who shall assist and report to the QCM and who
shall have no duties other than the assigned quality control duties. QC specialists
are required to attend the Meeting of Mutual Understanding, QC meetings, and be
physically present at the construction site to perform the Phases of Control and
prepare documentation for each definable feature or element of work in their area of
responsibility at the frequency specified below.

Qualification/Experience Area of Responsibility Frequency


in Area of Responsibility

Airfield Concrete Paving Concrete Mix Produc- During any paving opera-
tion, Pavement Place- tions.
ment & Finishing

11. Professional Land Surveyor:

a. Duties: Layout work using acceptable surveying practices. As requested by the


COTR, submit surveying log, records, and certificates, signed and sealed by the

QUALITY REQUIREMENTS 014000 - 10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Professional Land Surveyor certifying all survey work and records are complete and
accurate and in full compliance with the contract specifications. All locations and
elevations of improvements shall comply with the contract specifications. Record
survey data as required in the contract specifications. Maintain a log of all survey,
layout, datum, and control work. Record deviations from required lines and levels.
Survey all work to 3rd Order Accuracy. Include beginning and ending dates and
times of surveys, weather conditions, name, and duty of each survey party member,
and types of instruments and tapes used, etc. and other information as directed by
the COTR.

b. Qualifications: A registered professional land surveyor with ten (10) years’


experience, who is legally qualified to practice in the Commonwealth of Virginia
and who is experienced in providing surveying services of the kind indicated in the
contract specifications.

12. Professional Engineer with Geotechnical Specialty:

a.Qualifications: Minimum of five (5) years of experience with observation and


evaluation of temporary excavation support system installations; survey data;
excavations in soil and rock; soil and rock sub grades; installation of instrumentation
in and/or on rock; and instrumentation data. Professional Engineer registered in the
Commonwealth of Virginia.
1.10 QC PLAN MEETING

A. Within ten (10) calendar days of notice of award and prior to submission of the QC plan, meet
with the COTR and QA Manager to discuss the QC plan requirements of this Contract. The
purpose of this meeting is to communicate expectations and facilitate understanding of the QC
plan requirements prior to plan development and submission.

1.11 QUALITY CONTROL (QC) PLAN

A. The QC Manager shall prepare and provide, for approval by the COTR, a QC plan submitted in
a 3-ring binder with pages numbered sequentially that covers both on-site and off-site work and
includes but may not necessarily be limited to the following:

B. A table of contents listing the major sections identified with tabs in the following order:

1. QC ORGANIZATION
2. PERSONNEL MATRIX
3. NAMES AND QUALIFICATIONS
4. DUTIES, RESPONSIBILITY AND AUTHORITY OF QC PERSONNEL
5. APPOINTMENT LETTERS
6. OUTSIDE ORGANIZATIONS QC STAFF (subcontractors and consultants) INCLUDING
INSPECTION AND TESTING AGENCIES
7. CERTIFICATIONS, QUALIFICATIONS, AND ACCREDITATIONS
8. TESTING AND INSPECTION PLAN, AND TESTING LOG
9. SUBMITTAL PROCEDURES, 90 DAY INITIAL SUBMITTAL REGISTER, AND
FINAL SUBMITTAL REGISTER WHEN APPROVED BY COTR
10. LIST OF ALL DEFINABLE FEATURES OR ELEMENTS OF WORK

QUALITY REQUIREMENTS 014000 - 11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

11. PROCEDURES FOR PERFORMING THE PHASES OF CONTROL


12. INSPECTION REQUIREMENTS, DUTIES, AND RESPONSIBILITIES OF SPECIAL
INSPECTIONS, SPECIALISTS, SPECIALTY PERSONNEL, AND
MANUFACTURERS REPRESENTATIVES
13. DOCUMENTATION REQUIREMENTS AND PROCEDURES
14. ESTABLISH A PROGRAM TO IDENTIFY, RECORD, TRACK, COMPLETE AND
ELIMINATE DEFICIENCIES AND REWORK ITEMS
15. PROCEDURES FOR COMPLETION INSPECTION
16. FORMS
17. ATTACHMENTS

C. A chart showing the QC organizational structure.

D. A personnel matrix showing for each Section of the specifications who, by name, shall review
and approve submittals, who, by name, shall perform and document the Phases of Control, and
who, by name, shall perform and document the testing and inspections.

E. Names and qualifications, in résumé format, for each person in the QC organization. Include the
CQM course certifications for the Project Manager, Superintendent, QCM, QC Assistant, an
Alternate QCM as required by the paragraphs entitled "Construction Quality Management
Training" and "Alternate QCM Duties and Qualifications".

F. Identify duties, responsibilities, and authority of each person in the QC organization.

G. Letters signed by an officer of the firm appointing the QCM and Alternate QCM, stating that they
are responsible for implementing and managing the Contractor’ s QC Program and is the primary
individual responsible for the management and implementation of processes, procedures, and
requirements that establish quality in construction identified in the QC Plan as mandated in the
contract specifications. The QCM shall notify The Authority and Management of all failures and
deficiencies in these QC management systems. Include in this letter the responsibility of the QCM
and Alternate QCM to implement and manage the three phases of quality control and their
authority to stop work that is not in compliance with the contract. The QCM shall issue letters of
direction to all other QC staff and specialists under their control outlining their duties, authorities,
and responsibilities, as outlined in the QC Organization section of the contract specifications.
Copies of the letters shall be included in the QC plan.

H. A listing of all sub-contractors employed by the General Contractor, a description of each


subcontractor’s provided services, each subcontractor’s QC representative’s name, and contact
phone numbers.

I. Testing laboratory information required by the paragraphs entitled "Accreditation Requirements"


or "Construction Materials Testing Laboratory Requirements", as applicable. Include all
certification and accreditation requirements required in the contract for each laboratory and
testing technician.

J. Submit in this section all certifications, qualifications, and accreditations as required for each
Section, Definable Feature or Element of Work in the Specifications.

K. A Testing and Inspection Plan, and Testing Log that includes all tests and inspections required in
the contract, referenced by the specification paragraph number requiring the test and inspection,

QUALITY REQUIREMENTS 014000 - 12


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

the frequency, the desired results, and the person, by name, responsible for each test and
inspection, and shall be identified as a scheduled (CPM) activity.

L. Procedures for preparing, reviewing, approving, and managing submittals. Provide the name(s)
of the person(s) in the QC organization authorized to prepare, review and certify submittals prior
to approval. The QCM shall not prepare submittals. Provide the initial submittal register as
specified in Section entitled "Submittals." Once final submittal registry, accounting for all
submittals, is approved by the COTR, insert registry into the QC Plan.

M. List of Definable Features or Elements of Work. The list shall be cross-referenced to the
contractor's Construction Schedule and all specification sections. For projects requiring a
Progress Chart, the list of definable features or elements of work shall include but not be limited
to all items of work on the schedule. For projects requiring a Network Analysis Schedule, the list
of definable features or elements of work shall include but not be limited to all critical path
activities. Include a chart of common deficiencies for all definable features or elements of work.
Detail the control procedures that shall be employed to eliminate these common deficiencies. All
elements of work and definable features of work in this contract shall be incorporated in the Three
Phases of Control.

N. Procedures for Performing the Three Phases of Control. The primary purpose of the Three-Phases
of Control is to require the contractor to plan and schedule each work activity to ensure quality is
established, constructed, and maintained for each Definable Feature or Element of Work as
required in the contract specifications. The contractor shall develop a plan for incorporating each
of the Definable Features or Elements of Work into a Quality Production effort. The Three Phases
of Control are the core of the contractor’s Construction Quality Management System as outlined
in the contractor’s QC Plan and contract specifications. The plan shall detail who shall be
responsible for scheduling the phases, conducting the phases, as well as documenting the phases
of work. The use of project specific checklists forms may be helpful. However, the QC Plan and
the contract specifications requirements establish the quality, not just the checklists. The
Preparatory and Initial Phases and meetings shall be conducted with a view towards establishing,
achieving, and maintaining quality construction by planning ahead and identifying potential
problems early for each Definable Feature or Element of work.

O. Establish an Inspection Program utilizing an Inspection Log and Signoff Sheets: The Contractor’s
superintendent shall establish, coordinate, and maintain with all trades and personnel, for each
Definable Feature or Element of Work, a system of inspections and signoff sheets to certify that
all work under the superintendent’s control has been coordinated, constructed, and installed
according to the plans and specifications. All work shall be documented as being inspected and
signed-off by the contractor before starting and performing construction on the next Definable
Feature or Element of Work. These inspections and sign-off sheets shall be incorporated into the
Phases of Control.

P. Identify all inspection requirements, duties, and responsibilities of Specialists, Specialty


Personnel, and Manufacturer’s Representatives. As outlined by the Engineer of Record, include
a separate list of Special Inspections according to the requirements of the current Virginia
Uniform Statewide Building Code (VUSBC).

Q. Documentation procedures and requirements, including proposed report formats, necessary to


provide materials, equipment, workmanship, fabrication, construction and operations that comply
with the requirements of this Contract.

QUALITY REQUIREMENTS 014000 - 13


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

R. Procedures to identify, record, track, complete, and eliminate deficiencies and rework items.

S. Procedures for Identifying and Documenting the Completion Inspection process. Include in these
procedures the responsible party for punch out inspection, pre-final inspection, and final
acceptance inspection.

T. Submit, for approval, a complete set of report forms to be utilized on this project.

U. All applicable subcontractors and suppliers Quality Control Plans complete with Contactor’s
CQC planned involvement.

1.12 MEETING OF MUTUAL UNDERSTANDING

A. After submission and approval of the QC Plan, and prior to the start of any physical construction,
meet with the COTR and subcontractors to present the Contractor’s QC Program required by this
Contract. The purpose of the meeting is to develop a mutual understanding of the contractor’s
Quality Control Program, to include the contractor’s QC details, processes, and procedures to
assure and control quality, including the requirements of documentation, administration for on-
site and off-site work, and the coordination of the Contractor's management, production, and QC
personnel. At the meeting, the Project Manager and QC Manager shall be required to explain in
detail how the QC Program works. Discuss the Phases of Control and how it will be implemented
for each definable feature or element of work. As a minimum, the Contractor's personnel required
to attend shall include an officer of the firm, the Project Manager, Project Superintendent, QCM,
Alternate QCM, QC Specialist(s) and Subcontractor Representatives for each Definable Feature
or Element of Work. Include all Testing and Inspection Agencies required for the contract. Each
subcontractor assigned to the contract shall have QC duties and responsibilities and shall have a
principal of the firm at the meeting. Minutes of the meeting shall be prepared by the QCM and
signed by the Project Manager. The Contractor shall provide a copy of the signed minutes to all
attendees.

1.13 QC MEETINGS

A. After the start of construction, the QCM shall conduct QC meetings weekly at the work site with
the Project Manager, Superintendent, QC Assistant, QC Specialist(s),. Subcontractor’s Foremen,
and Safety Representative. The QCM shall prepare the minutes of the meeting and provide a
copy to the COTR within two (2) workdays after the meeting. The COTR may attend these
meetings. The QCM shall notify the COTR at least two (2) workdays in advance of each meeting.
To prepare, review, and address quality issues as outlined below and as addressed in the COTR’s
Progress Meeting, the QCM shall conduct these meetings in advance of the COTR’s weekly
progress meeting. As a minimum, the following shall be discussed and addressed at each QC
meeting:

1. Review the minutes of the previous meeting.

2. Review the schedule and the status of work:

a. Work, testing, or inspections accomplished since last meeting


b. Special Inspections scheduled in the next two (2) weeks

QUALITY REQUIREMENTS 014000 - 14


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

c. Inspection and Signoff schedules in the next two (2) weeks for each Definable
Feature of Work
d. Rework items and deficiencies identified since last meeting
e. Rework items and deficiencies corrected since last meeting

3. Review the status of submittals, O & M data and Warranty Manuals:

a. Submittals, O & M data and Warranties reviewed and approved since last meeting
b. Submittals, O & M data and Warranties required in the near future

4. Review the work to be accomplished in the next two (2) week(s) or three (3) weeks:

a. Establish completion dates for rework items and deficiencies.


b. Update the schedule showing planned and actual dates of the preparatory, initial,
and follow-up phases, including testing and any other inspections required by this
contract.
c. Discuss construction methods and the approach that shall be used to provide quality
construction by planning ahead and identifying potential problems for each
definable feature or element of work.
d. Discuss status of off-site and on-site work for inspections and testing.
e. Documentation required for each construction activity and definable feature or
element of work.
f. Discuss upcoming Job Hazard Analyses (JHAs).

5. Resolve QC and production problems and assist in resolving Request for Information issues.

6. Address items that may require revising the QC plan:

a. Changes in QC organization personnel.


b. Changes in processes, procedures, checklists, qualifications, accreditations,
certifications, testing, inspections, etc…

7. Review health and safety plan.

1.14 PHASES OF CONTROL

A. The Phases of Control shall adequately cover both on-site and off-site work and shall include the
following for each definable feature or element of work. Managed by the contractor, with COTR
approval, The Three Phases of Control are the core of the Construction Quality Management
System.

B. Material Receiving Inspection: Contractor shall establish a formal material receiving inspection
program to verify material compliance to approved Shop Drawings, approved submittals, and the
contract plans and specifications. Once material is received and inspected, submit Material
Receiving Inspection Reports by the next calendar day after work is performed. Do not attach to
the Quality Control Daily Report.

C. Material Location Reports: At weekly intervals, prepare a comprehensive list of materials


delivered to and stored at the site. This report shall be cumulative in nature, showing all materials
previously reported plus items recently delivered. Include with report a statement of progress on

QUALITY REQUIREMENTS 014000 - 15


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

and delivery dates for all materials or items of equipment being fabricated or stored away from
the building site. Submit copies of report to COTR at weekly intervals.

D. Inspection Program utilizing an Inspection Log and Signoff Sheets: The Contractor’s
superintendent shall establish, coordinate, and maintain with all trades and personnel, for each
Definable Feature or Element of Work, a system of inspections and signoff sheets to certify that
all work under the superintendent’s control has been coordinated, constructed, and installed
according to the plans and specifications. All work shall be documented as being inspected and
signed-off by the contractor before starting and performing construction on the next Definable
Feature or Element of Work. These inspections and sign-off sheets shall be incorporated into the
Phases of Control.

E. Preparatory Phase: Notify the COTR at least two (2) workdays in advance of each preparatory
phase. This phase shall include a meeting conducted by the QC Manager and attended by the
superintendent, QC Assistant, QC Specialist(s), all subcontractor’s foremen responsible for the
definable feature or element of work, the contractor’s Independent 3rd Party Testing, and
inspection Agencies, and the Contractor’s Safety Representative. Preparatory meetings will not
be conducted without having these individuals present at the meeting, having approved
submittals, and approved JHAs. If all personnel are not present, or if submittals and JHAs are
not approved, cancel Preparatory Phase meeting. Document the results of the preparatory phase
actions in the daily Quality Control Daily Report and in the Preparatory Phase Checklist. As a
minimum the following should be covered prior to beginning work on each definable feature or
element of work:

1. Review each paragraph of the applicable specification sections.


2. Review the project drawings.
3. Verify that appropriate shop drawings, O & M data, Warranties, and submittals for materials
and equipment have been submitted and approved. Verify receipt of approved factory test
results, when required. If submittals are not approved, cancel Preparatory Phase meeting.
4. Establish control to be utilized to assure work complies with the contract plans and
specifications.
5. Review the testing and inspection plan and ensure that provisions have been made to provide
the required QC testing and inspections.
6. Examine the work area to ensure that the required preliminary work has been completed.
7. Examine the required materials, equipment, and sample work to ensure that they are on hand
and conform to the approved shop drawings and submitted data.
8. Discuss construction methods, construction tolerances, workmanship standards, and the
approach that shall be used to provide quality construction by planning ahead and identifying
potential problems for each definable feature or element of work.
9. Discuss control measures to ensure quality through a system of sign-off sheets and
inspections. All work shall be inspected and signed-off by the contractor before starting
construction on the next Definable Feature or Element of Work. These inspections shall be
incorporated into the Phases of Control.
10. Review the safety plan and appropriate job hazard analysis (JHA) to ensure that applicable
safety requirements are met, and that required Material Safety Data Sheets (MSDS) are
submitted. If the JHA is not approved, cancel Preparatory Phase meeting.

F. Initial Phase: Notify the COTR at least two (2) workdays in advance of each initial phase. When
the Standard of Quality for workmanship has been established for that definable feature or
element of work, conduct the Initial Phase with the QC Manager, superintendent, QC Assistant,
QC Specialist(s), all subcontractors’ foremen responsible for the definable feature or element of

QUALITY REQUIREMENTS 014000 - 16


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

work’s quality standard, the contractor’s Independent 3rd Party Testing and Inspection Agencies,
and the Contractor’s Safety Representative. Initial meetings will not be conducted without having
these individuals present at the meeting, having approved submittals, and approved JHAs. If all
personnel are not present, cancel Initial Phase meeting. Observe the initial segment of the
definable feature or element of work to ensure that the work complies with Contract requirements.
Document the results of the initial phase in the daily Quality Control Daily Report and in the
Initial Phase Checklist. Repeat the initial phase for each new crew to work on-site, or when
acceptable levels of specified quality are not being met. As a minimum the following should be
covered for each definable feature or element of work:

1. Ensure controls established during Preparatory Phase are adequate to allow work to proceed
in compliance with the plans and specifications.
2. Establish the Standard of Control for Quality required for workmanship as required in the
specifications.
3. Resolve conflicts.
4. Ensure testing and inspections are performed by an approved Independent 3rd Party Testing
and Inspection Agencies.
5. Discuss control measures to ensure quality through a system of sign-off sheets and
inspections. All work will be inspected and signed-off by the contractor before starting
construction on the next Definable Feature or Element of Work. These inspections shall be
incorporated into the Phases of Control.
6. Check work procedures for compliance with the Safety Plan and the appropriate job hazard
analysis to ensure that applicable safety requirements are met.

G. Follow-Up Phase: Perform the following for on-going daily work, or more frequently as
necessary until the completion of each definable feature or element of work and document in the
daily Quality Control Daily Report:

1. Ensure the work is in compliance with Contract requirements.


2. Maintain the Standard of Control for Quality of workmanship established at the Preparatory
and Initial Phases.
3. Ensure that testing and inspections are performed by an approved Independent 3rd Party
Testing Agency.
4. Ensure that rework items and deficiencies are being identified, tracked, and corrected.
5. All work will be inspected and signed-off by the contractor before starting construction on
the next Definable Feature or Element of Work.
6. Eliminate repetitive Deficiencies and Rework.
7. Perform safety inspections.

H. Code-Required Inspections:

1. Comply with the current edition, approved by the Commonwealth of Virginia of the VUSBC,
"Special Inspections” or other agencies having jurisdiction.
2. Contractor is not responsible for Special Inspections according to requirements of the current
Virginia Uniform Statewide Building Code (VUSBC). Special Inspections are to be
performed by the Authority’s agent.
3. Contractor will maintain and submit monthly a Code and Special Inspection Control Log,
chronologically recording each Code and Special Inspection notification to the COTR,
testing and/or inspections performed under the VUSBC, or other agencies having jurisdiction
on-site, including the nature of the tests or inspections, the date performed, the results,

QUALITY REQUIREMENTS 014000 - 17


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

approval or causes for rejection, corrective action taken, and dates of subsequent tests,
inspections and final acceptance.
4. Notice to COTR: Notify COTR, in writing, at least two (2) workdays in advance of all code-
required inspections. COTR should be apprised in advance of every preparatory and initial
inspection. All preparatory, initial, and follow-up inspections shall be made a matter of
record in Contractor's quality-control documentation.

I. Additional Preparatory and Initial Phases

1. Additional Preparatory and Initial Phase meetings shall be repeated for all definable features
or elements of work where the Initial Standard of Control has changed or is not maintained;
examples where Preparatories or Initial Meetings may need to be repeated are:

a. Changes in the QC Organization, supervision, or changes to personnel performing


the work.
b. When the quality standards established at the Preparatory and Initial Meetings have
changed or are no longer acceptable.
c. Changes of materials.
d. Changes in equipment.
e. Changes in the Season.
f. Changes in Weather.
g. Changes to the Environment.
h. If work is resumed after a substantial period of inactivity.
i. When the standard of Quality is not recognized or understood by those producing
the work as established in the specifications and the Three Phases of Control
meetings.
j. As required by the COTR in writing.

J. Notification of Phases of Control for Off-Site Work

1. On determination by COTR that an item shall require surveillance by the Authority at the
point of production, manufacture, or shipment, Contractor shall be notified, in writing, of
such determination. Contractor shall furnish to COTR three copies of all purchase orders or
subcontracts, for all tiers of subcontractors or suppliers for each item. In addition, copies of
documented quality-control operations, tests, and inspections shall be made available to the
Authority's representative at the point of production, manufacture, or shipment. The QCM
shall notify the COTR at least three (3) weeks prior to the start of the preparatory and initial
phases.

K. Notification of Off-Site Inspections and Tests:

1. If Factory Witness Tests and Inspections are required for this project, follow procedures
outlined in the technical specifications for scheduling, testing, and inspection requirements.
2. Identify these tests and inspections in the contractor’s QC Plan.

1.15 SUBMITTAL REVIEW AND APPROVAL

A. Procedures for preparation, review, approval, and submission of submittals are described in
Division 01 Section “Submittals”.

QUALITY REQUIREMENTS 014000 - 18


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

B. The QC Manager shall not prepare submittals, but shall review and approve submittals.

1.16 TESTING

A. Comply with all testing and inspection requirements as outlined in the technical specification
sections of this contract, to include compliance with all applicable provisions and requirements
of Division 1.

B. Independent Testing and Inspection Laboratory: When codes or requirements of the contract
require tests or inspections by civil, mechanical, electrical, VUSBC, or other entities, a
corporately and financially independent testing or inspection organization shall be contracted by
the Contractor to perform these contractually required tests and inspections. These testing and
inspection agencies shall function as an unbiased testing and inspection authority; professionally
independent of the contractor, subcontractors, manufacturers, suppliers, and installers of
equipment; or systems evaluated by the testing and inspection organizations for this contract. The
various types of independent accrediting agencies and requirements are listed below:

C. Accreditation Requirements: Construction materials testing and inspection laboratories


performing work on Authority construction contracts shall be accredited by one of the laboratory
accreditation authorities. The laboratory's scope of accreditation shall include the ASTM
standards listed in the paragraph titled "Construction Materials Testing Laboratory
Requirements" as appropriate to the testing field. The policy applies to the specific laboratory
performing the actual testing or inspection and the testing technicians performing the tests and
inspections, not just the "Corporate Office".

D. Electrical testing of components, equipment, and systems: The testing firm shall be regularly
engaged in the testing of electrical equipment, devices, installations, and systems. The testing
firm shall have at least five (5) years’ experience in the testing of electrical equipment of the type,
rating, and voltage used on this Project. The testing laboratories shall be a current full-member
company of the International Electrical Testing Association (http://www.netaworld.org/). This
independent testing firm shall perform testing and inspections as required under the terms of this
Contract.

E. Structural and Pipe Welding: An independent testing and inspection firm shall perform all
structural and pipe welding examinations as required by this Contract. The inspectors employed
by the firm shall hold current certification as an AWS Certified Welding Inspector (CWI) for
visual weld examinations and ASNT-TC-1A Certification for nondestructive examination of
welds. ASNT-TC-1A certifications shall be by an ASNT-TC-1A ACCP Level III.

F. Construction Materials Testing Laboratory Requirements: Provide an independent construction


material testing laboratory accredited by an acceptable laboratory accreditation authority to
perform sampling, inspections, and tests required by this Contract. Testing laboratories that have
obtained accreditation by an acceptable laboratory accreditation authority listed in the paragraph
entitled "Laboratory Accreditation Authorities" shall submit with the Quality Control Plan, a copy
of the Certificate of Accreditation and Scope of Accreditation. The scope of the laboratory's
accreditation shall include the test or inspection methods and certifications required by the
Contract. On and Off-site testing and inspection facilities shall submit a certified statement by
the Supervising Professional Engineer, licensed in the Commonwealth of Virginia, as meeting
the specification requirements and the following minimum ASTM standards listed below as

QUALITY REQUIREMENTS 014000 - 19


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

appropriate to field and laboratory testing and inspection. Include all Testing Technician
qualifications per accredited Laboratory and specification requirements.

1. Laboratories engaged in testing of construction materials shall meet the requirements of


ASTM E 329.
2. Laboratories engaged in testing of concrete and concrete aggregates shall meet the
requirements of ASTM C 1077.
3. Laboratories engaged in testing of bituminous paving materials shall meet the requirements
of ASTM D 3666.
4. Laboratories engaged in testing of soil and rock, as used in engineering design and
construction, shall meet the requirements of ASTM D 3740.
5. Laboratories engaged in nondestructive testing (NDT) shall meet the requirements of ASTM
E 543.
6. Laboratories engaged in Hazardous Materials Testing shall meet the requirements of OSHA
and EPA.

G. Laboratory Accreditation Authorities: Laboratory Accreditation Authorities are the National


Voluntary Laboratory Accreditation Program (NVLAP) administered by the National Institute of
Standards and Technology, the American Association of State Highway and Transportation
Officials (AASHTO) program, ICBO Evaluation Service, Inc. (ICBO ES), and the American
Association for Laboratory Accreditation (A2LA) program and the Washington Area Council of
Engineering Laboratories (WACEL). Furnish to the COTR, a copy of the current Certificate of
Accreditation and Scope of Accreditation. The scope of the laboratory's accreditation shall
include the test and inspection methods required by the Contract.

H. Capability Check: The COTR retains the right to examine the laboratory equipment in the
proposed laboratory, the laboratory’s managers and testing technicians’ qualifications,
procedures, techniques, and other items for compliance with the standards set forth in this
Contract.

I. Capability Recheck: If non-conformities are discovered during the capability check or any
succeeding recheck, Contractor shall be assessed a charge of $750.00 to reimburse the Authority
for each recheck of the laboratory or the checking of a subsequently selected laboratory. These
charges shall be deducted from the total amount due Contractor.

J. Test and Inspection Report Results: Cite applicable Contract requirements, tests, inspections, or
analytical procedures used. Provide actual results and include a statement that the item tested,
inspected, or analyzed conforms or fails to conform to specified requirements. IF THE ITEM
FAILS TO CONFORM, NOTIFY COTR IMMEDIATELY. Conspicuously stamp the cover
sheet for each report in large red letters "CONFORMS" or "DOES NOT CONFORM" to the
specification requirements, whichever is applicable. A certified testing laboratory manager
performing all laboratory tests shall sign all test results. A certified technician performing all
field tests and inspections shall sign all inspection reports. All test and inspection reports shall
be reviewed, certified, and signed by a professional engineer, licensed in the Commonwealth of
Virginia, as complying with the contract specifications, before submission to COTR. Submit
within two (2) workdays after the tests or inspections are performed.

K. Control Tests: Outlines those tests and inspections conducted by the Contractor that assist in
maintaining the standard of quality for all operations and procedures, for each Definable Feature
or Element of Work, as identified in the Quality Control Plan and the Specifications. As described
above, the Contractor shall procure the services of an independent commercial laboratory to

QUALITY REQUIREMENTS 014000 - 20


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

perform the required control tests and inspections. The contractor shall identify these minimum
Control Test and Inspection requirements:

1. Procedures, requirements, analytical procedures used, and criteria for all Testing and
Inspections.
2. Methods of construction.
3. Number of control tests, inspections, and frequency of tests and inspections to be made for
each Definable Feature or Element of Work.
4. Provide actual results and include a statement that the item tested, inspected, or analyzed
conforms or fails to conform to specified requirements.
5. Identify testing or inspection agency performing testing and inspections.
6. Ensure proper certification and sign-off of all tests and inspections conducted and reviewed
by Contractor Independent testing and inspecting Technicians, Managers, and Professional
Engineers.
7. The QC Manager will ensure only accredited laboratories and certified technicians are
performing testing and inspections as outlined in the contract specifications.
8. Notify COTR a minimum of two (2) workdays in advance of contractor performing any
testing and inspections.

L. Acceptance or Validation Testing by The Authority: Contractor shall furnish to COTR the
quantities of materials to be used for Acceptance or Validation testing as required in the
Specifications. Acceptance or Validation testing shall be performed by the Authority at an
independent laboratory at no cost to Contractor. No direct payment shall be made to Contractor
for the furnishing of materials used for Acceptance or Validation testing. The Authorities
Acceptance and Validation program does not relieve the contractor of its responsibility to fully
comply with all regulations, standards, codes, and quality requirements of the contract
specifications.

M. Staffing: All laboratory, inspection, and testing technician personnel shall work in an accredited
laboratory under the supervision of a Professional Engineer licensed in the Commonwealth of
Virginia.

1.17 QC CERTIFICATIONS

A. Quality Control Daily Report Certification

1. Each Quality Control Daily Report shall contain the following statement:

a. “On behalf of (Name of Contractor), I certify that this report and the Inspector's
Daily Reports are complete and correct, and that all materials and equipment used,
as well as work performed during this reporting period are in compliance with
Drawings, Specifications, and Contract provisions, except as noted in this report or
attached reports.”

B. Application for Payment Certification:

1. Refer to Division 01 Section "Application for Payment" for address to which the
Applications shall be sent.

C. Completion Certification:

QUALITY REQUIREMENTS 014000 - 21


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Upon completion of work under this Contract, the QCM shall furnish a certification letter to
the Contracting Officer attesting that " that all work required of the contract has been
completed, inspected, tested and is in full compliance with the Contract Documents."

1.18 COMPLETION INSPECTIONS

A. Punch-Out Inspection: Near the completion of all work or any increment thereof established by
a completion time stated in the Contract Clause entitled "Commencement, Prosecution, and
Completion of Work," or stated elsewhere in the specifications, the QCM shall conduct an
inspection of the work and develop a "punch-list" of items which do not conform to the approved
drawings and specifications. Include in the punch-list any remaining items on the "Deficiency
Log" which were not corrected prior to the Punch-Out Inspection. The punch-list shall include
the estimated date by which the deficiencies will be corrected. A copy of the punch-list shall be
provided to the COTR. The QCM and staff shall make follow-on inspections to ascertain that all
deficiencies have been corrected before requesting a Pre-Final Inspection. Once all deficiencies
are corrected the Contractor shall notify the COTR that the facility or item is ready for The
Authority’s "Pre-Final Inspection."

B. Pre-Final Inspection: The Authority or Authority’s Representative will perform this inspection
to verify that the facility is complete and ready to be inspected. An Authority "Pre-Final Punch-
List" may be developed as a result of this inspection. Any items noted on the "Pre-Final"
inspection shall be corrected in timely manner and shall be accomplished before the contract
completion date for the work or any particular increment thereof if the project is divided into
increments by separate completion dates. The QCM shall ensure that all items on the Punch-list
are corrected prior to notifying the Authority of a request for a "Final" Acceptance Inspection.

C. Final Acceptance Inspection: The COTR, The Authorities Representatives, the QCM, the
superintendent, and other personnel as deemed necessary by the COTR shall be in attendance for
this inspection. The Contracting Officer based on corrections to the punch-lists on the “Pre-Final”
inspection will formally schedule the Final Acceptance Inspection. The contractor shall give
Written Notice to the COTR and CO, at least fourteen (14) calendar days prior to the Final
Acceptance Inspection, stating that all contract work is completed and all items previously
identified on the Punch-Out and Pre-Final Inspections have been corrected and are accepted by
The Authority’s Representatives and COTR. The contractor will also furnish a Certification
Letter, from the QC Manager to the COTR and CO, stating and attesting “that all work required
of the contract has been completed, inspected, tested and is in full compliance with the Contract
Documents.” Failure of the Contractor to give this Written Notice and Certification Letter to the
COTR and CO shall be reason and grounds for the Contracting Officer to bill the Contractor for
the Authority's additional inspection costs in accordance with the clause in the Contract
Provisions entitled "Inspection of Construction." When the Contracting Officer takes possession
of partially completed work, it shall be in accordance with clause in the Contract Provisions
entitled "Use and Possession Prior to Completion".

1.19 DOCUMENTATION

A. Contractor shall maintain current quality control records, on approved forms, of all control
activities, production, tests, and inspections performed. These records shall include factual
evidence that required tests and/or inspections have been performed, including type and number
of tests and/or inspections involved; results of tests and/or inspections; nature of defects, causes

QUALITY REQUIREMENTS 014000 - 22


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

for rejection, etc.; proposed remedial action; and corrective actions taken. These records shall
cover both conforming and defective or deficient features (non-conforming work) and shall
include a statement that all supplies and materials incorporated into the work are in full
compliance with terms of the Contract as documented in the Contractor’s materials receiving
inspection program. Only Legible copies of these records shall be furnished, submitted, and
delivered to COTR. The records shall cover all work placed subsequent to the previously
furnished records and shall be verified by Contractor's QCM. Contractor shall document all tests
and inspections as specified in the technical provisions of the Specifications. All specified records
shall be readily available for review by COTR throughout the life of the Contract.

B. Maintain current and complete records of on-site and off-site QC Program operations and
activities. Establish and maintain the following in a series of 3 ring binders. Binders shall be
divided and tabbed as shown below. These binders shall be readily available to the Authority's
Quality Assurance Team upon request.

1. All completed Preparatory and Initial Phase Reports, arranged by specification Section,
Definable Feature, or Element of Work.
2. All milestone and required inspections, arranged by Activity/Event Number.
3. Special Inspection Control Log, arranged by Definable Feature or Element of Work and
Trade.
4. A current up-to-date copy of the approved Testing and Inspection Plan, and supporting
documentation that accounts for all testing and inspection requirements as listed in the
specifications and the Monthly Summary Report of Tests and Inspections that documents all
field tests, inspections, reports, and supporting documentation, arranged by date for each
Definable Feature or Element of Work as identified in each specification section.
5. A current up-to-date copy of the Superintendent’s inspection logs and sign-off sheets for
each Definable Feature or Element of Work.
6. Copies of all contract RFIs, arranged in numerical order.
7. Copies of all contract modifications, arranged in numerical order. Also include
documentation that modified work was accomplished.
8. A current up-to-date comprehensive copy of the Deficiency Log and Noncompliance Log.

C. Report Forms - A copy of all approved forms shall be included with the Quality Control Plan.
The forms shall be designed to assist in the control of the quality. The following minimum
requirements are listed for specific reports:

1. Quality Control Daily Report: Reports are required for each day that work is performed and
for every seven consecutive calendar days of no work and on the last day of a no-work period.
Account for each calendar day throughout the life of the Contract. The reporting of work
shall be identified by terminology consistent with the construction schedule. Quality Control
Daily Reports are to be prepared, signed and dated by an approved QCM and shall contain
the following information:

a. Identify Date of report, report number, Contract Number, and Contract Title.
b. Identify Schedule Activity No., Submittal # and list equipment/material received
each day that is incorporated into the job.
c. Indicate if Preparatory Phase work was performed today (Yes/No checkboxes).
d. If Preparatory Phase work was performed today (including on-site and off-site
work), identify its Schedule Activity Number and Definable Feature or Element of
Work. The Index number is a cross reference to the Preparatory Phase Checklist.
An example of the Index number is: 0025-P01, where "0025" is the Quality Control

QUALITY REQUIREMENTS 014000 - 23


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Daily Report Number, "P" indicates Preparatory Phase, and "01" is the Preparatory
Phase Checklist number(s) for this date. Each entry in this Section shall be
accompanied with a corresponding Preparatory Phase Checklist.
e. Indicate if Initial Phase work was performed today (Yes/No checkboxes).
f. If Initial Phase work was performed today (including on-site and off-site work),
identify its Schedule Activity Number and Definable Feature or Element of Work.
The Index Number is a cross reference to the Initial Phase Checklist. An example
of the Index Number is: 0025-I01, where "0025" is the Quality Control Daily Report
Number, "I" indicates Initial Phase, and "01" is the Initial Phase Checklist number(s)
for this date. Each entry in this Section shall be accompanied with a corresponding
Initial Phase Checklist.
g. Results of the Follow-up Phase inspections held today (including on-site and off-
site work), including Schedule Activity Number, location of definable feature or
element of work, Specification Sections, etc. Indicate in the report for this definable
feature or element of work that the work complies with the Contract as approved in
the Initial Phase, work complies with safety requirements, and that required testing
and inspections have been performed. Include a list of who performed the tests and
inspections.
h. List the rework items and deficiencies identified, but not corrected by close of
business, along with its associated Schedule Activity Number.
i. List the rework items and deficiencies corrected from the deficiency log along with
the corrective action taken and its associated Schedule Activity Number.
j. Include a "remarks" section in this report that shall contain pertinent information
including but not limited to:

(1) Directions received.


(2) Quality control problem areas.
(3) Deviations from the QC plan.
(4) Construction deficiencies encountered.
(5) QC meetings held that day.
(6) Acknowledgement that record drawings, specifications, O & M data, and
Warranty Manuals, have been updated and/or submitted.
(7) Corrective direction given by the QC Organization and corrective action taken
by the Contractor.
(8) For each remark given, identify the Schedule Activity Number that is
associated with the remark.

k. Quality Control Daily Report certification, signature, and date.

2. Superintendent Daily Report: This report shall be prepared anytime work or production is
conducted or performed on or off site throughout the life of the contract. This Contractor’s
Production Report is the primary document utilized by the Superintendent for documentation
of all construction activities performed by the Contractor and/or their subcontractors. Sign-
off sheets and Inspection logs will supplement and support this Daily Report. The reporting
of work shall be identified by terminology consistent with the construction schedule and
standard construction practices. Do not attach this report to the Quality Control Daily Report.
The Superintendent Daily Reports are prepared, signed, and dated by an approved
Superintendent and shall contain the following information:

a. Identify Date of report, report number, Contract Number, Contract Title, and
Location.

QUALITY REQUIREMENTS 014000 - 24


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Identify Contractor’s name and Superintendent’s Name.


c. Identify whether work was performed A.M and/or P.M. Include Weather with Max
Temperatures (F°) and Min. Temperatures (F°), precipitation, winds, humidity and
dew point. Document any weather feature that may affect construction.
d. Enter Work Performed Today by Schedule Activity Number, Work Location and
Description of Work Activity, Employer, Number of workers, the Trade of the
workers and the hours of work conducted per each trade.
e. List Total of Work Hours on job site. Cumulative Total of Work Hours from
Previous Report and Total of Work Hours from Start of Construction
f. Identify Job Safety: If Safety Meetings were Held. Was there any lost time
Accidents? Was Crane/Man-lift/Trenching/Scaffold/HV Electric/High Work/or
Hazmat Work accomplished? Was Hazardous Material or Waste Released into the
Environment? List Safety Actions taken today. Safety Inspections Conducted. Have
Safety Requirements been met?
g. Identify by submittal number all Equipment and/or Material received that day to be
incorporated into the contract. Ensure all Equipment, Materials, and required
quantities received have been inspected and approved in comparison to approved
submittals. Give Description of Equipment and Material received; utilizing the
Material Verification at delivery checklist and Material Location Reports as outlined
in the contractors formal Material Receiving Inspection Program. The
Superintendent shall ensure all materials, products, quantities and equipment
incorporated in this contract are approved and are accepted before installation.
h. Identify Construction or Plant Equipment on the work site each day. Identify who
owns the equipment? Describe the Type, Make, quantity, and Model of the
Equipment and the hours utilized for each piece of equipment.
i. Remarks: Document construction activities, establishment, and maintenance of
quality processes and procedures, observations, correction to deficiencies, and
coordination of trades to ensure Quality Production. Document superintendent’s
utilization of sign-off sheets, inspection sheets, checklists, submittals, etc… to instill
and establish Quality. Identify production shortfalls and construction deficiencies
and ways to correct these Deficiencies and short-falls on the Superintendent Daily
Report. Document all deficiencies and corrections to Deficiencies on the
Contractor’s Deficiency Log maintained by the QC manager.

3. Preparatory Phase Report: File this report for each Definable Feature or Element of Work
that is in the Preparatory Phase. The report shall be identified by terminology consistent
with the construction schedule. Do not attach this report to the Quality Control Daily Report
of the same date.

a. Specification Section, date of report, and Contract number shall be filled out.
Duplicate this information in the header of the second page of the report.
b. Definable Feature or Element of Work, Schedule Activity Number and Index
Number entry, and format shall match entry in the Preparatory Phase section of the
Quality Control Daily Report. Duplicate this information in the header of the second
page of the report.
c. Personnel Present: Indicate the number of hours of advance notice that was given
to the COTR and indicate (Yes/No checkboxes) whether or not the COTR was
notified. Indicate the Names of Preparatory Phase Meeting attendees, their position
and their company affiliation. The meeting is conducted by the QCM and attended
by the superintendent, all subcontractor’s foremen responsible for the definable
feature or element of work, the contractor’s Independent 3rd Party Testing and

QUALITY REQUIREMENTS 014000 - 25


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Inspection Agencies, and the General Contractor’s Safety Representative. If all


personnel are not present, cancel Preparatory Phase meeting.
d. Submittals: Indicate if submittals have been approved (Yes/No checkboxes), if no
indicate what has not been submitted. If submittals are not approved, cancel
Preparatory Phase meeting. Are materials on hand (Yes/No checkboxes) and if not,
what items are missing. Check delivered material/equipment against approved
submittals and comment as required.
e. Material Storage: Indicate if materials/equipment is stored properly (Yes/No
checkboxes) and if not, what action is/was taken.
f. Specifications: Review and comment on Specification Paragraphs that describe the
material/equipment, procedure for accomplishing the work and clarify any
differences.
g. Preliminary Work & Permits: Ensure preliminary work is in accordance with the
contract documents and necessary permits are on file, if not, describe the action
taken.
h. Testing and Inspections: Identify who will perform tests and/or inspections, the
frequency, and where tests and/or inspections are to occur. Review the testing and
inspection plan, report abnormalities, and if the test and inspection facilities have
been approved.
i. Discuss Control Procedures that shall be employed to consistently obtain the
required specified quality; for example Sign-off sheets and Inspection logs.
j. Safety: Indicate if the job hazard analysis (JHA) has been approved (Yes/No
checkboxes) and comment on the review of the applicable portions of the
Construction Safety Manual. If the JHA is not approved, cancel Preparatory Phase
meeting.
k. Meeting Comments: Note comments and remarks during the Preparatory Phase
Meeting that was not addressed in previous sections of this checklist.
l. Other Items or Remarks: Note any other remarks or items that were a result of the
Preparatory Phase.
m. QCM shall sign and date the report.

4. Initial Phase Checklist: Complete this report for each Definable Feature or Element of Work
that is in the Initial Phase of Control. The report shall be identified by terminology consistent
with the construction schedule. Do not attach this report to the Quality Control Daily Report
of the same date.

a. Specification Section, date of report, and Contract number shall be entered.


b. Definable Feature or Element of Work, Schedule Activity Number and Index
Number entry, and format shall match entry in the Initial Phase section of the Quality
Control Daily Report.
c. Personnel Present: Indicate the number of hours of advance notice that was given
to the COTR and indicate (Yes/No checkboxes) whether or not the COTR was
notified. Indicate the Names of Initial Phase Meeting attendees, their position and
company/Authority they are with. This meeting is conducted by the QCM and
attended by the superintendent, all subcontractor’s foremen responsible for the
definable feature or element of work, the contractor’s Independent 3rd Party Testing
and Inspection Agencies, and the General Contractor’s Safety Representative. If all
personnel are not present, cancel the Initial Phase meeting.
d. Control Procedures: Comment on control procedures identified at Preparatory Phase
of Control and assurance that work is in accordance with plans, specifications, and
submittals; for example Sign-off sheets and Inspection logs. Control procedures not

QUALITY REQUIREMENTS 014000 - 26


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

producing the required compliance shall be adjusted until the procedures


consistently obtain the required quality.
e. Preliminary Work: Ensure preliminary work being placed is in compliance and if
not, what action is/was taken.
f. Workmanship: Identify whether the Standard of Control was established and
accepted. Identify where the initial Standard of Control work is located; if a sample
panel or Mock-up is required (Yes/No checkboxes); is the initial work the sample
(Yes/No checkboxes); and if Yes, describe the panel location and precautions taken
to preserve the sample.
g. Resolution: Comment on any differences and the resolutions reached.
h. Check Safety: Comment on the safety review of the job conditions.
i. Other: Note any other remarks or items that were a result of the Initial Phase.
j. QCM shall sign and date the report.

D. Testing Log: As tests are performed, the QCM shall record, as a tracking device, all tests on the
"Testing Log", the dates that tests were performed, the dates the test results were forwarded to
the COTR, remarks and acknowledgement that an accredited or Contracting Officer approved
testing laboratory was used, the dates that all failing or nonconforming tests were corrected,
accepted, or approved. Forward a copy of the updated “Test Log" upon request of the COTR.
Log shall be used as a management tool by the QCM to account and track all tests requirements
of the QC Plan and contract specifications. Do not attach to the Quality Control Daily Report.

E. Deficiency Log: The QCM shall maintain a comprehensive list of all work that does not comply
with the contract, identifying what items need to be reworked, the date the item was originally
discovered, the date the item shall be corrected by, and the date the item was corrected. All failed
or nonconforming work, tests, and inspections will be documented in this Log. There is no
requirement to report on the Deficiency Log a rework or deficient item that is corrected the same
day it was discovered. Provide a copy of the comprehensive deficiency log weekly to the COTR
at the weekly progress meeting and at the end of the month for the Deficiency Report. The
Contractor shall be responsible for including on this log all items needing rework including those
identified by the COTR and their staff. Do not attach to the Quality Control Daily Report.

F. Code and Special Inspection Control Log: The Contractor will maintain and submit monthly a
Code and Special Inspection Control Log, chronologically recording each Code and Special
Inspection notification to the COTR, tests and/or inspections performed under the VUSBC, or
other agencies having jurisdiction on-site, including the nature of the test or inspection, the date
performed, the results, approval or causes for rejection, corrective action taken, and dates of
subsequent tests, inspections, and final acceptance.

G. Test and Inspection Reports: Contractor shall be responsible for establishing a system that shall
record, on approved forms, all tests, and inspection results. Information on test and/or inspection
designation, location, date of test and/or inspection, specification requirements, results and retest
results, causes for rejection and recommended remedial actions shall be documented. A copy of
the test and inspection results shall be sent directly from the Agency performing the testing
services to the COTR. The COTR will be notified “IMMEDIATELY” of any failing tests and/or
inspections. A certified technician performing all field tests and inspections shall sign all
inspection reports. A certified testing laboratory manager performing all laboratory tests shall
sign all test results. All test and/or inspection reports shall be reviewed, certified, and signed by a
professional engineer, licensed in the Commonwealth of Virginia, as complying with the contract
specifications. Do not attach to the Quality Control Daily Report. Submit within two (2)
workdays after the test and/or inspection is performed.

QUALITY REQUIREMENTS 014000 - 27


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Test and Inspection Reports shall be submitted twice per month for each Definable Feature
or Element of Work:

a. Submitted two (2) days after the test and/or inspection is performed.
b. Submitted within two (2) days from the end of the month with the Monthly Summary
Report of Tests and Inspections.

H. Monthly Summary Report of Tests:

1. The QCM shall submit at the end of each month a current and up-to-date Monthly Summary
Report of Tests and Inspections, per each Definable Feature or Element of Work, that
includes and accounts for all testing and inspections performed to date for that specific
Definable Feature or Element of Work in that month. Submit with each Monthly Summary
Report of Tests and Inspections, all testing reports, and documentation pertaining to that
month’s testing and inspections.
2. The Monthly Summary Report of Tests and Inspections will summarize, in detail, all
information required of a Test and/or Inspection Report and contract specifications.
3. A Professional Engineer, licensed in the Commonwealth of Virginia, shall review, certify,
and sign all Monthly Summary Report of Tests and Inspections as complying with the
contract specifications.

I. Inspection Log and Signoff Sheets: The Contractor’s superintendent shall establish, coordinate,
and maintain with all trades and personnel, for each Definable Feature or Element of Work, a
system of inspections and signoff sheets to certify that all work under the superintendent’s control
has been coordinated, constructed, and installed according to the plans and specifications. All
work will be documented as being inspected and signed-off by the contractor before starting and
performing construction on the next Definable Feature or Element of Work. These inspections
and sign-off sheets shall be incorporated into the Phases of Control.

J. Monthly Deficiency Report: Contractor shall submit a monthly comprehensive deficiency report
to COTR identifying all nonconforming work, substandard tests and inspections identified during
the contract period including the nature of the test or inspection, location and nature of defects,
causes for rejection, and remedial actions taken or proposed for any open items on prior deficiency
reports including the date scheduled for resolution of the item. Do not attach to the Quality
Control Daily Report.

K. Record Drawings: The QCM is required to ensure the record drawings, required by Division 01
Section "Project Record Documents," are kept current on a daily basis and marked to show
deviations which have been made from the construction drawings. Ensure each deviation has
been identified with the appropriate modifying documentation (e.g. CN No., Modification No.,
Request for Information No., etc.). The QCM shall initial each deviation and each revision. Upon
completion of work, the QCM shall furnish a certificate attesting to the accuracy of the record
drawings prior to submission to the COTR.

L. Operation, Maintenance, and Warranty Manuals: The QCM shall ensure that the Operation and
Maintenance data required by Division 01 Section “Operation and Maintenance Data” and the
Warranties specified in Division 01 Section “Project Closeout” are inserted on a daily basis in the
appropriate sections of the approved formatted manuals after they have been approved by the
COTR.

QUALITY REQUIREMENTS 014000 - 28


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

M. Materials Receiving Inspection Report: Contractor shall establish a formal materials receiving
inspection program to verify material compliance to approved Shop Drawings, approved
submittals, and the contract plans and specifications. Do not attach to the Quality Control Daily
Report.

N. Material Location Report: At weekly intervals, prepare a comprehensive list of materials


delivered to and stored at the site. This report shall be cumulative, showing materials previously
reported plus items recently delivered. Include with this report a statement of progress on and
delivery dates for all materials or items of equipment being fabricated or stored away from the
building site. Submit copies of report to COTR at weekly intervals.

O. Reports from the QC Specialist(s): Reports are required for each day that work is performed in
their area of responsibility. QC specialist reports shall include the same documentation
requirements as the Quality Control Daily Report for their area of responsibility. QC specialist
reports are to be prepared, signed and dated by the QC specialists and shall not be attached to the
Quality Control Daily Report prepared for the same day.

1.20 NOTIFICATION ON NON-COMPLIANCE

A. The COTR will notify the contractor of any detected non-compliance with the foregoing
requirements. The Contractor shall take immediate corrective action after the receipt of such
notice. Such notice, when delivered to the Contractor via the Authority provided Oracle
Primavera Unifier project management system shall be deemed sufficient for the purpose of
notification. If the Contractor fails or refuses to comply promptly the Contracting Officer may:

1. Issue an order stopping all or part of the work until satisfactory corrective action has been
taken. The Contractor shall make no part of the time lost, due to such stop orders, the subject
of a claim for extension of time for excess costs or damages.
2. Repair, replace, or otherwise remedy the defective work at the Contractor’s expense. Cost
incurred by the Authority to correct defective work shall be deducted from the total amount
due the Contractor.
3. Withhold an amount from the payment due the Contractor as may be deemed necessary at
the discretion of the Contracting Officer.
4. Terminate the Contractor’s right to proceed for Default after providing required notice.

B. In cases where implementation of the Quality Control Program does not comply with the
Contractor’s Quality Control Plan, the contract provisions, or the Contractor fails to properly
operate and maintain an effective Quality Control Program, the Contracting Officer may:

1. Order the Contractor to replace ineffective or unqualified Quality Control Personnel or


subcontractors.
2. Issue an order stopping all or part of the work until acceptable personnel are on site and a
new Quality Control Plan is approved by the COTR. The Contractor shall make no part of
the time lost due to such stop orders the subject of claim for extension of time for excess
costs or damages.
3. Take a credit from the contract for Quality Control Activities not performed.
4. Terminate the Contractors right to proceed for Default after providing required notice.

C. The Contractor shall maintain a detailed record of every non-compliance and corrective action
taken.

QUALITY REQUIREMENTS 014000 - 29


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

D. Non-Compliance Notification: The COTR will use the Authority provided web-based Oracle
Primavera Unifier project management system (Unifier) to notify the Contractor on Non-
Compliance work or material. Acknowledgement and corrective action by the Contractor shall
be transmitted to the COTR through Unifier. The Authority will provide the Contractor a Unifier
license(s) and training.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 014000

QUALITY REQUIREMENTS 014000 - 30


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

SECTION 014200 - REFERENCES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section defines many of the terms used elsewhere in the Construction Documents and lists
complete names and telephone numbers for many of the associations and agencies identified
elsewhere in the Construction Documents by their acronym.

B. Abbreviations, where not defined in the Contract Documents, will be interpreted by the
Contracting Officer to mean the normal construction industry terminology.

C. Plural words will be interpreted as singular and singular words will be interpreted as plural where
applicable for context of the Contract Documents.

1.3 DEFINITIONS

A. General: Basic Contract definitions are included in Sections I and II of the Authority Solicitation
Offer and Award. Certain terms used in the Contract Documents are defined generally in this
Article. Definitions and explanations contained in this Section are not necessarily either complete
or exclusive, but are general for the Work to the extent that they may not be stated more explicitly
in another element of the Contract Documents.

B. Approve: The term "approved," where used in regard to COTR's action on Contractor's
submittals, applications, and requests, is limited to COTR's duties and responsibilities as
delegated by the Contracting Officer in the Contract and Special Provisions.

C. Architect/Engineer: For the purpose of this Project, the "Design Professional of Record." To
distinguish from the Contracting Officer and Contracting Officer's Technical Representative
(COTR).

D. Authority: Metropolitan Washington Airports Authority

E. Award: The acceptance, by the Authority, of the successful offeror's proposal.

F. Award Date: The date on which the Authority gives notice of acceptance to the successful offeror.

G. AOA (or A.O.A.): Air Operations Area. The area of the Airport used or intended to be used for
landing, taking off, surface maneuvering, loading, unloading, or servicing aircraft. This security
area requires security badging. Workers in this area are required to obtain and display an AOA

REFERENCES 014200 - 1
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

photo I.D. credential. Drivers in this area are required to obtain an Airport Vehicle Operator's
Permit for the Air Operations Area.

H. Beneficial Use: Use by the Authority prior to 100 percent completion and final acceptance.

I. Contract Documents: Documents containing requirements of the Work. These include all
Contract provisions and attachments made thereto or referenced therein.

J. Contract Provisions: The administrative and procedural requirements starting at Award Date and
ending at Final Acceptance, as provided for in Section VII, "Contract Provisions."

K. Contract Time or Duration (Time Limit): The number of calendar days established in Section III,
"Schedule," indicating the time allowed for the completion of all physical and administrative work
contemplated in the Contract, including any authorized extensions thereto.

L. Contracting Officer's Technical Representative (COTR): The Contracting Officer's designated


representative, as defined in Section VII, "Contract Provisions."

M. Contractor: Individual, partnership, corporation or joint venture under Contract to the Authority
for performance of prescribed Work.

N. Drawings: Erection/installation/construction plans, or any other supplementary plans or similar


graphic data, illustrating work to be performed that are provided to Contractor as part of the
Contract Documents.

O. Directed: A command or instruction by the Authority. Other terms including "requested,"


"authorized," "selected," "required," and "permitted" have the same meaning as "directed."

P. Final Acceptance: Refer to Division 01 Section "Project Closeout."

Q. "Indicated": Requirements expressed by graphic representations or in written form on drawings,


in Specifications, and in other Contract Documents. Other terms including "shown," "noted,"
"scheduled," and "specified" have the same meaning as "indicated."

R. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having
jurisdiction, and rules, conventions, and agreements within the construction industry that control
performance of the Work.

S. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,
installation, and similar operations.

T. "Install": Operations at Project site including unloading, temporarily storing, unpacking,


assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing,
protecting, cleaning, and similar operations.

U. "Provide": Furnish and install, complete and ready for the intended use.

V. "Installer": Contractor or another entity engaged by Contractor as an employee, Subcontractor,


or Sub-subcontractor, to perform a particular construction operation, including installation,
erection, application, and similar operations.

REFERENCES 014200 - 2
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

1. Using a term such as "carpentry" does not imply that certain construction activities must
be performed by accredited or unionized individuals of a corresponding generic name, such
as "carpenter." It also does not imply that requirements specified apply exclusively to
trades people of the corresponding generic name.

W. "Experienced": When used with an entity, "experienced" means having successfully completed
a minimum of ten previous projects similar in size and scope to this Project; being familiar with
special requirements indicated; and having complied with requirements of authorities having
jurisdiction.

X. "Project Site": Space available for performing construction activities. The extent of Project site
is indicated.

Y. Punch list Work: Minor corrective actions required to achieve "Final Acceptance." Occurs after
"Substantial Completion" of the Work in strict compliance with quality-control requirements.

Z. Roadway: General term denoting a public way for purposes of vehicular travel, including the
entire area within the right-of-way.

AA. Special Provisions: For the purpose of this Contract, the directions and requirements provided
for in Section VI of the Contract Documents.

BB. Shop Drawings: Refer to Division 01 Section "Submittals."

CC. Specifications: General term comprising all directions, provisions and requirements contained
herein, together with any other contractual requirements such as may be added or adopted as the
Contract Provisions, Special Provisions, or Supplementary Conditions, all of which are necessary
for the proper performance of the Contract.

DD. Substantial Completion: Refer to Division 01 Section "Project Closeout."

EE. Factory-Authorized Service Representative: An authorized representative of a manufacturer who


is trained and approved by the manufacturer to inspect and approve the installation of
manufacturer’s products and that are similar in material, design, and extent to those indicated for
this Project and who is authorized by the manufacturer to confirm the issuance of appropriate
warranties.

1.4 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more stringent requirements,
applicable construction industry standards have the same force and effect as if bound or copied
directly into the Contract Documents to the extent referenced. Such standards are made a part of
the Contract Documents by reference.

B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless
otherwise indicated.

REFERENCES 014200 - 3
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

C. Conflicting Requirements: Refer to Division 01 Section "Quality Requirements" for additional


information regarding conflicting requirements.

1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified
shall be the minimum provided or performed. The actual installation may comply exactly
with the minimum quantity or quality specified, or it may exceed the minimum within
reasonable limits. To comply with these requirements, indicated numeric values are
minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties
to COTR for a decision before proceeding.

D. Copies of Standards: Each entity engaged in construction on Project shall be familiar with
industry standards applicable to its construction activity. Copies of applicable standards are not
bound with the Contract Documents.

1. Where copies of standards are needed to perform a required construction activity, obtain
copies directly from publication source and make them available on request.

E. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms
are used in Specifications or other Contract Documents, they shall mean the recognized name of
the standards and regulations in the following list. Names, telephone numbers, and Web site
addresses are subject to change and are believed to be accurate and up-to-date as of the date of
the Contract Documents.
ADAAG Americans with Disabilities Act (ADA) (800) 872-2253
Accessibility Guidelines for Buildings and Facilities (202) 272-0080
Available from Access Board
www.access-board.gov

CFR Code of Federal Regulations (888) 293-6498


Available from Government Printing Office (202) 512-1530
www.access.gpo.gov/nara/cfr

CRD Handbook for Concrete and Cement (601) 634-2355


Available from Army Corps of Engineers
Waterways Experiment Station
www.wes.army.mil

DOD Department of Defense Military Specifications and Standards (215) 697-6257


Available from Department of Defense Single Stock Point
www.dodssp.daps.mil

DSCC Defense Supply Center Columbus


(See FS)

FED-STD Federal Standard


(See FS)

FS Federal Specification (215) 697-6257


Available from Department of Defense Single Stock Point.
www.dodssp.daps.mil

REFERENCES 014200 - 4
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

Available from General Services Administration (202) 501-1021


www.fss.gsa.gov

Available from National Institute of Building Sciences (202) 289-7800


www.nibs.org

FTMS Federal Test Method Standard


(See FS)

ICC-ES ICC Evaluation Service, Inc. (800) 423-6587


www.icc-es.org

MIL See MILSPEC

MS MIL See MILSPEC

MILSPEC Military Specification and Standards (215) 697-6257


Available from Department of Defense Single Stock Point
www.dodssp.daps.mil

MUTCD Manual on Uniform Traffic Control Devices


Department of Transportation
Federal Highway Administration (See FHA. Located in Paragraph
Federal Government Agencies").

UFAS Uniform Federal Accessibility Standards (800) 872-2253


Available from Access Board (202) 272-0080
www.access-board.gov

1.5 ABBREVIATIONS AND ACRONYMS

A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities in the following list.
Names, telephone numbers, and Web site addresses are subject to change and are believed to be
accurate and up-to-date as of the date of the Contract Documents.
AASHTO American Association of State Highway and (202) 624-5800
Transportation Officials
http://www.transportation.org

ACI ACI International (248) 848-3700


(American Concrete Institute)
www.aci-int.org

ACPA American Concrete Pipe Association (972) 506-7216


http://www.concrete-pipe.org

AGC Associated General Contractors of America (The) (703) 548-3118


www.agc.org

REFERENCES 014200 - 5
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

AI Asphalt Institute (859) 288-4960


http://www.asphaltinstitute.org

ALCA Associated Landscape Contractors of America (800) 395-2522


www.alca.org (703) 736-9666

ANSI American National Standards Institute (202) 293-8020


www.ansi.org

AOSA Association of Official Seed Analysts (505) 522-1437


Http://www.aosaseed.com

ASCE American Society of Civil Engineers (800) 548-2723


www.asce.org (703) 295-6300

ASTM ASTM International (610) 832-9585


(American Society for Testing and Materials International)
www.astm.org

CSI Construction Specifications Institute (The) (800) 689-2900


www.csinet.org (703) 684-0300

EJCDC Engineers Joint Contract Documents Committee (800) 548-2723


www.asce.org (703) 295-6300

EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040


www.ejma.org

GSI Geosynthetic Institute (610) 522-8440


www.geosynthetic-institute.org

ICRI International Concrete Repair Institute, Inc. (847) 827-0830


www.icri.org

NEMA National Electrical Manufacturers Association (703) 841-3200


www.nema.org

NFPA NFPA (800) 344-3555


www.nfpa.org (617) 770-3000

NRMCA National Ready Mixed Concrete Association (888) 846-7622


www.nrmca.org (301) 587-1400

SAE SAE International (724) 776-4841


www.sae.org

TPI Turfgrass Producers International (800) 405-8873


www.turfgrasssod.org (847) 705-9898

REFERENCES 014200 - 6
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

UL Underwriters Laboratories Inc. (800) 285-4476


www.ul.com (847) 272-8800

UNI Uni-Bell PVC Pipe Association (972) 243-3902


www.uni-bell.org

B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract
Documents, they shall mean the recognized name of the entities in the following list. Names,
telephone numbers, and Web site addresses are subject to change and are believed to be accurate
and up-to-date as of the date of the Contract Documents.
ICBO International Conference of Building Officials
(See ICC)

ICBO ES ICBO Evaluation Service, Inc.


(See ICC-ES)

ICC International Code Council (703) 931-4533


(Formerly: CABO - Council of American Building Officials)
www.iccsafe.org

ICC-ES ICC Evaluation Service, Inc. (800) 423-6587


www.icc-es.org (562) 699-0543

C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities in the following
list. Names, telephone numbers, and Web site addresses are subject to change and are believed
to be accurate and up-to-date as of the date of the Contract Documents.

CE Army Corps of Engineers


www.usace.army.mil

CPSC Consumer Product Safety Commission (800) 638-2772


www.cpsc.gov (301) 504-0990

DOC Department of Commerce (202) 482-2000


www.doc.gov

EPA Environmental Protection Agency (202) 260-2090


www.epa.gov

FAA Federal Aviation Administration (202) 366-4000


www.faa.gov

FCC Federal Communications Commission (202) 225-5322


www.fcc.gov

FDA Food and Drug Administration (888) 463-6332

REFERENCES 014200 - 7
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

www.fda.gov

FHA Federal Highway Administration (410) 962-0093


www.fhwa.dot.gov

GSA General Services Administration (202) 708-5082


www.gsa.gov

NIST National Institute of Standards and Technology (301) 975-6478


www.nist.gov

OSHA Occupational Safety & Health Administration (800) 321-6742


www.osha.gov (202) 693-1999

TRB Transportation Research Board (202) 334-2934


www.nas.edu/trb

TSA Transportation Security Administration 1(866)-289-9673


www.tsa.gov/public/index.jsp

USDA Department of Agriculture (202) 720-2791


www.usda.gov

D. State Government Agencies: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities in the following
list. Names, telephone numbers, and Web site addresses are subject to change and are believed
to be accurate and up-to-date as of the date of the Contract Documents.
DCR Virginia Department of Conservation and Recreation (804) 786-1712
http://www.dcr.state.va.us

VDH Virginia Department of Health (540) 829-7340


Culpepper District
www.vdh.state.va.us

USBC The Virginia Statewide Building Code (USBC) (804) 371- 7160
The Commonwealth of Virginia – Uniform Statewide
Building Code

VDHCD Virginia Department of Housing and Community


Development
Division of Building and Fire Regulation
501 North 2nd Street
Richmond, VA 23219-1321

VDOT Virginia Department of Transportation (703) 383-8368


www.virginiadot.org

REFERENCES 014200 - 8
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

VDEQ Virginia Department of Environmental Quality 1-800-592-5482


www.deq.state.va.us

1.6 GOVERNING REGULATIONS/AUTHORITIES

A. Contact authorities having jurisdiction directly for information and decisions having a bearing on
the work. Names and addresses are subject to change; they are believed to be but are not assured
to be accurate and up to date as of the date of the Contract Documents.

B. Codes: The contractor shall adhere to all applicable portions of code standards and specifications
in the construction of the work. Unless otherwise noted (reference Division 01 Section “Quality
Requirements”), the Authority will review the Contractor’s submittals and construction of the
work for code compliance. The Authority’s acceptance of completed construction does not relieve
the Contractor from strict compliance with all applicable regulations and codes.
1. Definition: The Metropolitan Washington Airports Authority has a “building department”
recognized by the Commonwealth of Virginia. This department is charged with enforcing
the Virginia Uniform Statewide Building Code (VUSBC). Where the words “code
official”, “department having jurisdiction” or “agency having jurisdiction” is referenced in
any code, including the VUSBC or its adopted model codes (ICC), those terms shall mean
the Authority Building Official and/or his designated representative.
2. Standards that influence the construction of the project include, but are not limited to, all
applicable federal and Commonwealth laws, all applicable codes, rules, regulations and
standards applicable to this project.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 014200

REFERENCES 014200 - 9
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes requirements for temporary facilities and controls, including temporary
utilities, support facilities, security, and protection facilities for Contractor staging area.

B. Temporary utilities include, but are not limited to, the following:

1. Sewers and drainage.


2. Water service and distribution.
3. Sanitary facilities, including toilets, wash facilities, and drinking-water facilities.
4. Heating and cooling facilities.
5. Ventilation.
6. Electric power service.
7. Telephone and other communication services.

C. Support facilities include, but are not limited to, the following:

1. Temporary roads and paving.


2. Dewatering facilities and drains.
3. Project identification and temporary signs.
4. Waste disposal facilities.
5. Field offices.
6. Storage and fabrication sheds.
7. Lifts and hoists.
8. Temporary elevator usage.
9. Temporary stairs.
10. Construction aids and miscellaneous services and facilities.

D. Security and protection facilities include, but are not limited to, the following:

1. Environmental protection.
2. Storm water control.
3. Tree and plant protection.
4. Security enclosure and lockup.
5. Barricades, warning signs, and lights.

E. Related Sections include the following:

TEMPORARY FACILITIES AND CONTROLS 015000 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Division 01 Section "Submittals" for procedures for submitting copies of implementation


and termination schedule and utility reports.
2. Divisions 02 through 33 Sections for temporary heat, ventilation, and humidity
requirements for products used in those Sections.

1.3 DEFINITIONS

A. Permanent Enclosure: As determined by COTR, permanent or temporary roofing is complete,


insulated, and weather tight; exterior walls are insulated and weather tight; and all openings are
closed with permanent construction or substantial temporary closures.

1.4 USE CHARGES

A. General: Temporary utilities are available from the Authority at no charge unless otherwise
noted. Provide necessary labor and materials to connect to the Authority's utilities at points
designated by COTR and extend utilities to trailers, offices, sheds, etc.

1. Provide COTR approved meters for water, natural gas, electricity, and each other utility
used for Project. Supply utilities to Subcontractors' temporary facilities through
Contractor's meters. The requirement to provide meters for utilities does not imply that the
Contractor will be charged for these utilities, except under provisions outlined in this and
other Sections.
2. Report consumption of each utility to COTR each month. Contractor is expected to
consume reasonable amounts of each utility. Should Contractor, in COTR's opinion, use
excessive amounts of any utility or waste a utility, Contractor may be required to pay for
temporary utilities.

B. Allow other entities to use temporary services and facilities without cost, including, but are not
limited to, the following:

1. The Authority’s construction forces.


2. Occupants of Project.
3. COTR.
4. Architect/Engineer.
5. Testing agencies.
6. Personnel of authorities having jurisdiction.

1.5 SUBMITTALS

A. Shop Drawings: Submit to COTR, for the Authority's review and approval, site plans indicating
all temporary facilities, support and security; utility connections and traffic flows. Provide
detailed drawings of utility connections and special facilities.

B. Temporary Utility Reports: Submit reports of tests, inspections, meter readings, and similar
procedures performed on temporary utilities at both staging area and the Project site. Make all
structures weather proof when heated and air-conditioned. Should Contractor, in COTR's opinion
fail to keep the heated and cooled structures sealed and weather proof, Contractor may be required
to pay for temporary utilities.

TEMPORARY FACILITIES AND CONTROLS 015000 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Implementation and Termination Schedule: Within 15 calendar days of date established for
submittal of Contractor's first Construction Schedule, submit a schedule indicating
implementation and termination of each temporary utility.

1.6 QUALITY ASSURANCE

A. Regulations: Comply with industry standards and applicable laws and regulations of authorities
having jurisdiction, that include but are not limited to, the following:

1. Building Code requirements.


2. Health and safety regulations.
3. Police and Fire Department regulations.
4. Environmental protection regulations.
5. ADA Compliance: All temporary facilities shall be ADA compliant.

B. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and NFPA 241.

1. Trade Jurisdictions: Assigned responsibilities for installation and operation of temporary


utilities are not intended to interfere with trade regulations and union jurisdictions.
2. Electrical Service: Comply with NECA, NEMA, and UL standards and regulations for
temporary electrical service. Install service to comply with NFPA 70.

C. Tests and Inspections: Arrange for the Authority's Building Codes/Environmental Department to
test and inspect each temporary utility before use. Coordinate with the Authority’s Building
Codes/Environmental Department for requirements for certifications, permits, and inspections.

1. Obtain permits from the Authority's Building Codes/Environmental Department for


temporary construction and temporary utilities.

D. Fire-retardant and Flame Spread Requirements: Unless otherwise noted, fire – retardant treat all
wood and wood composition products utilized in the Project and preservative treat all wood
utilized on the exterior of any building. Preservative treat all wood utilized on other items
indicated or specified with preservative treatment. Provide lumber and plywood with an
Underwriters’ Laboratory (UL) stamp certifying a value of 25 or less flame spread and a value of
200 or less smoke development. Fire retardant lumber shall not be ripped or milled.

1.7 PROJECT CONDITIONS

A. Temporary Utilities: At earliest feasible time, when acceptable to COTR, change over from use
of temporary service to use of permanent service.

1. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume
responsibility for operation, maintenance, and protection of each permanent service during
its use as a construction facility before the Authority's acceptance, regardless of previously
assigned responsibilities.

B. Conditions of Use: The following conditions apply to use of temporary services, permanent
services, and facilities by all parties engaged in the Work:

TEMPORARY FACILITIES AND CONTROLS 015000 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Keep temporary services and facilities clean and neat.


2. Relocate temporary services and facilities as required by progress of the Work.
3. Take necessary fire-prevention measures.
4. Do not overload facilities.
5. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to
develop or persist on-site.

1.8 CONTRACTOR PERSONNEL PARKING

A. The Contractor's personnel will be allowed to park their personal vehicles in staging areas or in
areas designated by COTR. Such designated parking areas are not necessarily fenced or otherwise
protected, and temporary fencing for such parking areas is a requirement of this Contract.

B. Contractor is responsible for transporting his employees from the off airport parking lot to the
Contractor's Staging areas or work areas in company vehicles.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Provide new materials. Undamaged, previously used materials in serviceable condition
may be used if approved by COTR. Provide materials suitable for use intended.

B. Water: Potable.

C. Temporary Fuel Tanks: For requirements for temporary fuel tanks see Division 31 Section
“Storm Water Pollution Protection Plan.” Comply with applicable safety and environmental
regulations for temporary surface fuel tanks. Location and installation of tanks will be subject to
review and approval of COTR and the Authority's Fire Marshal.

2.2 EQUIPMENT

A. General: Provide new equipment suitable for use intended. If acceptable to COTR, undamaged,
previously used equipment in serviceable condition may be used.

B. Field Offices: Prefabricated with lockable entrances, operable windows, and serviceable finishes;
heated and air conditioned; on foundations adequate for normal loading, and provided with proper
tie-downs.

C. Self-Contained Toilet Units: Single-occupant units of chemical, aerated re-circulation, or


combustion type; vented; fully enclosed with a glass-fiber-reinforced polyester shell or similar
nonabsorbent material.

D. Drinking-Water Fixtures: Containerized, tap-dispenser, bottled-water drinking-water units,


including paper cup supply.

1. Where power is accessible, provide electric water coolers to maintain dispensed water
temperature at 45 to 55 deg F.

TEMPORARY FACILITIES AND CONTROLS 015000 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

E. Heating Equipment: Unless COTR authorizes use of permanent heating system, provide
temporary heating units with individual space thermostatic control.

1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating


units is prohibited.

F. Electrical Outlets: Properly configured, NEMA-polarized outlets that will prevent insertion of
110v or 120v plugs into higher-voltage outlets, and equipped with ground-fault circuit interrupters
with reset button.

G. Power Distribution System Circuits: Where permitted, overhead, and visible wiring circuits, not
exceeding 125-V ac, 20-A rating, and lighting circuits may be nonmetallic-sheathed cable.

H. Electrical Power Cords: Provide grounded extension cords; use hard-service as defined by NFPA
70, Article 400, where exposed to abrasion and traffic. If single lengths of extension cords will
not reach areas where construction activities are in progress provide waterproof connectors to
connect separate lengths of electrical extension cords.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Prior to installation of temporary facilities and utilities, submit to the COTR a site layout
providing locations and details of the facilities and utilities.

B. Use qualified personnel for installation of temporary facilities. Locate facilities where they will
serve Project adequately and result in minimum interference with performance of the Work.
Relocate and modify facilities as required.

C. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required.
Do not remove until facilities are no longer needed or are replaced by authorized use of completed
permanent facilities.

3.2 CONTRACTOR STAGING AREA - GENERAL

A. Contractor will be allowed to store and stage his materials in a staging area located on Airport
property as indicated or as designated by the COTR for such purposes. Space is limited to area
indicated. COTR and Contractor will make a joint site visit to document condition of staging area
prior to occupancy. Take photos for the record.

B. Erect and maintain an 8-foot high chain link fence topped with 3-strands of barbed wire around
perimeter of staging area when the fence serves as an AOA barrier as required by the FAA/TSA.
A 6-foot high fence as described above, including barbed wire will be acceptable for all other
applications. Protect all stored equipment from the weather. The Authority accepts no
responsibility for items stored in this area.

C. Upon completion of Construction, remove all temporary staging area facilities and return the
areas to their original condition.

TEMPORARY FACILITIES AND CONTROLS 015000 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

D. Park construction equipment in the storage site or storage area identified by the COTR when
equipment is not engaged in construction activity.

E. Do not stockpile construction materials, spoils, debris or refuse in any area other than that
specifically approved for such purpose by the COTR.

F. Constrain stockpiled material in a manner to prevent its movement by wind, jet blast or propeller
wash.

3.3 TEMPORARY UTILITY INSTALLATION

A. General: Provide temporary service for each utility required. Comply with requirements of the
Authority's Building Codes Manual, the Authority's Construction Safety Manual, and the
requirements of all Sections of these specifications.

1. Arrange with COTR for time when service can be interrupted, if necessary, to make
connections for temporary services. For additional information on utility outages see
Division 01 Section, "Summary."
2. Provide adequate capacity at each stage of construction. Before temporary utility is
available, provide trucked-in services.
3. Perform work associated with utilities owned by the Authority as approved by the
Authority.
4. See additional information in Contract Provisions entitled "Availability and Use of Utility
Service."

B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent
that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage
ditches, dry wells, stabilization ponds, and similar facilities. If neither sewers nor drainage
facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose
of effluent off-site in a lawful manner.

C. When using Authority sewers:

1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that
might clog sewers or pollute waterways before discharge.
2. Connect temporary sewers to the Authority's system as directed by COTR.
3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After
heavy use, restore normal conditions promptly.

D. Water Service: Provide temporary water service and distribution piping in sizes and pressures
adequate for construction until permanent water service is in use. Sterilize temporary water piping
before use. Provide Badger Recordall, Turbo II Utility type water meter to meter all water usage
for 2-inch water feed lines and above. Provide Badger Recordall bronze disc water meter for to
meter all water usage for water feed lines under 2-inches. COTR will approve water meters, in
writing prior to installation of water meters. Do not install water meters until written approval has
been received from COTR. Provide Watts Model 909, Type RPZ backflow preventers. Do not
install backflow preventers until written approval of backflow preventers has been received from
the COTR.

TEMPORARY FACILITIES AND CONTROLS 015000 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

E. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking-water fixtures.
Comply with regulations and health codes for type, number, location, operation, and maintenance
of fixtures and facilities.

1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable
materials for each facility. Maintain adequate supply. Provide covered waste containers for
disposal of used material.
2. Toilets: Install self-contained toilet units, located as approved by COTR. Shield toilets to
ensure privacy. Provide separate facilities for male and female personnel. Use of the
Authority's existing toilet facilities will not be permitted.
3. Wash Facilities: Install wash facilities supplied with potable water at convenient locations
for personnel who handle materials that require wash up. Dispose of drainage properly.
Supply cleaning compounds appropriate for each type of material handled.

a. Provide safety showers, eyewash fountains, and similar facilities for convenience,
safety, and sanitation of personnel.

4. Drinking-Water Facilities: Provide bottled-water, drinking-water units.

a. Where power is accessible, provide electric water coolers to maintain dispensed


water temperature at 45 to 55 deg F.

5. Locate toilets and drinking-water fixtures so personnel need not walk more than 200 feet
horizontally (except on airfield construction sites) to facilities.

F. Electric Power Service: Provide weatherproof, grounded electric power service and distribution
system of sufficient size, capacity, and power characteristics during construction period. Include
meters, transformers, overload-protected disconnecting means, automatic ground-fault
interrupters, and main distribution switchgear. Provide kilowatt-hour meters with demand
capability.

1. Install electric power service underground, unless overhead service is authorized by COTR.

2. Connect temporary service to the Authority's existing power source, as directed by COTR.

3. Install power distribution wiring overhead and rise vertically where least exposed to
damage

G. Electrical Distribution: Provide receptacle outlets adequate for connection of power tools and
equipment.

1. Provide waterproof connectors to connect separate lengths of electrical power cords if


single lengths will not reach areas where construction activities are in progress. Do not
exceed safe length-voltage ratio.
2. Provide warning signs at power outlets other than 110 to 120 V.
3. Provide metal conduit, tubing, or metallic cable for wiring exposed to possible damage.
Provide rigid steel conduits for wiring exposed on grades, floors, decks, or other traffic
areas.
4. Provide metal conduit enclosures or boxes for wiring devices.

TEMPORARY FACILITIES AND CONTROLS 015000 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

5. Provide 4-gang outlets, spaced so 100-foot extension cord can reach each area for power
hand tools and task lighting. Provide a separate 125-V ac, 20-A circuit for each outlet.
Provide GFCI protection.

H. Lighting: Provide temporary lighting with local switching that provides adequate illumination
for construction operations and traffic conditions.

1. Provide and operate temporary lighting that fulfills security and protection requirements
without operating entire system.
2. Provide exterior-yard site lighting that will provide adequate illumination for construction
operations, traffic conditions, and signage visibility when the Work is being performed.
Provide exterior yard and site lighting aligned as directed by the COTR. Provide lighting
so as not to interfere with ground, air traffic and air traffic control.
3. Install lighting for Project identification signs.

I. Telephone Service: Provide temporary telephone service for key personnel engaged in
construction activities, throughout the construction period. Install telephones on separate lines for
each temporary office and first aid station. Where an office has more that two occupants, install
a telephone for each additional occupant or pair of occupants. Provide telephones with exchanges
within the Metropolitan Washington service area. The Authority owns and operates an airport-
wide Airport Communication System (ACS). This system accommodates all normal
telecommunications service requirements, i.e., local, long distance, fax, data, etc. The Contractor
may obtain information about and choose to utilize this service by contacting the ACS Help Desk
at (703) 417-8300.

1. At each telephone, post a list of emergency telephone numbers approved by COTR.


2. Provide a portable cellular telephone for superintendent's use in making and receiving
telephone calls when away from field office.
3. At the present time the Authority uses cell phones to communicate. The Authority uses
Nextel service.

3.4 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and
support facilities for easy access.
2. Provide incombustible construction for offices, shops, and sheds located within
construction area or within 30 feet of building lines. Comply with NFPA 241 and USBC.

B. Dewatering Facilities and Drains: Comply with requirements in applicable Division 31 and
Division 32 Sections for temporary drainage and dewatering facilities and operations not directly
associated with construction activities included in individual Sections. Where feasible, use same
facilities. Maintain Project site, excavations, and construction free of water.

1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining
property nor endanger permanent Work or temporary facilities.
2. Before connection and operation of permanent drainage piping system, provide temporary
drainage where roofing or similar waterproof deck construction is completed.
3. Remove snow and ice as required to minimize accumulations.

TEMPORARY FACILITIES AND CONTROLS 015000 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste
from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary
waste materials separately from other waste. Comply with Division 01 Section "Execution " for
progress cleaning requirements.

1. If required by COTR, provide separate containers, clearly labeled, for each type of waste
material to be deposited.
2. Develop a waste management plan for Work performed on Project. Indicate types of waste
materials Project will produce and estimate quantities of each type. Provide detailed
information for on-site waste storage and separation of recyclable materials. Provide
information on destination of each type of waste material and means to be used to dispose
of all waste materials.

D. Janitorial Services: Provide janitorial services on a daily basis for temporary offices, first-aid
stations, toilets, wash facilities, lunchrooms, and similar areas.

E. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate
materials and equipment involved, including temporary utility services. Sheds may be open
shelters or, if permitted by COTR, fully enclosed spaces within building or elsewhere on-site
subject to approval of COTR.

1. Construct framing, sheathing, and siding using fire-retardant-treated lumber and plywood.
2. Paint exposed lumber and plywood with exterior-grade acrylic-latex emulsion over exterior
primer.
3. Submit the design of storage structures of more than 150 sq. ft. to COTR for review and
approval by the Authority's Building Codes/Environmental Department.

3.5 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Environmental Protection: Provide protection, operate temporary facilities, and conduct


construction in ways and by methods that comply with environmental regulations and that
minimize possible air, waterway, and subsoil contamination or pollution or other undesirable
effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noisemaking
tools and equipment to hours of 11:00 p.m. to 5:00 a.m., unless directed otherwise by the COTR,
which will minimize complaints from persons or firms near Project site.

B. Storm water Control: Provide earthen embankments and similar barriers in and around
excavations and sub grade construction, sufficient to prevent flooding by runoff of storm water
from heavy rains.

C. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for
erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning
signs to inform personnel and public of possible hazard. Where appropriate and needed, provide
lighting, including flashing red or amber lights. See the Authority's Construction Safety Manual
for additional requirements.

D. Storage: Where materials and equipment are stored, and are of value or attractive for theft,
provide secure lockup. Enforce discipline in connection with installation and release of material
to minimize opportunity for theft and vandalism.

TEMPORARY FACILITIES AND CONTROLS 015000 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

3.6 UTILITY PROVISIONS AT [SOUTH STAGING AREA] [NORTHWEST STAGING AREA]

A. EXISTING CONDITIONS

1. The Authority will provide at each lot in the South Staging area the following:

a. Two 2” conduits from the utility sheds, to the limits of the lot, one electrical and one
telecommunications. The conduits will be capped below grade and signified by a 4”
x 4” x 4’ wood stake at the limits of the lot.
b. Each lot will be allocated 100 A, 480 v 3 phase, 3 wire power.
c. The power is available at the utility shed. Provide necessary conductors as indicated
in the “TELECOMMUNICATIONS” and “ELECTRICAL POWER” paragraphs
below.
d. Domestic water service will be available at the limit of the lot, identified with a blue
painted stake.

B. GENERAL REQUIREMENTS

1. Contractor is responsible for subdividing telecommunications, electrical and water within


their assigned lot in a coordinated fashion upon mobilization. Provide a site plan for COTR
review and approval. Maintain site plan up-to-date throughout the Project. Indicate on site
plan trailer locations, proposed conduit runs, proposed telecom and electrical backboards,
proposed water distribution and any other pertinent information. Locate and indicate
existing utilities on site plan.
2. Install fence around Contractors allotted area and remove fence upon completion of
Contractor’s Work. Refer to other paragraphs of this section for fencing requirements.
3. Contractor employee parking will be limited to within the allotted staging area. Provide
transportation for Contractor’s employees between the work site and the staging area.
4. Water tank fill station is located on the south side of the entrance road to the Staging Area.
Do not use the fire hydrants along the main staging area road for obtaining water.
5. Restore lot to its original condition upon contract conclusion.

C. TELECOMMUNICATIONS

1. The Airport Communications System (ACS) vendor will provide a pedestal or telecom
backboard at the limits of the Contractor’s lot. The pedestal or telecom backboard is
supplied via a communications cable installed by the ACS from the nearest utility shed to
the limits of the Contractor’s lot. As the electrical and telecommunications are adjacent,
excavation at the lot limits for both utilities should be completed at the same time.
Determining the routing of all conduits from the telecom pedestal at the lot limits to each
subcontractor trailer to avoid future cut cables. Originate all feeds within a lot at the
pedestal location. Contractor’s attention is called to the fact that all telecommunications
work between the utility sheds and the lot limits is the responsibility of the ACS. Should
the Contractor perform any telecommunications work between the utility sheds and the lot
limits, the ACS will remove work and the ACS will charge the Contractor for any cost
associated with this removal of the work.
2. Provide all conduit installations either above or below ground in accordance with the
Virginia Uniform Statewide Building Code and the applicable Division 26 Sections of the
specification.

a. Communications cable:

TEMPORARY FACILITIES AND CONTROLS 015000 - 10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1) Cable must be 24 gauge with solid, annealed, bare copper conductors


2) Conductors shall have polyolefin insulation, color coded to telephone
industry standards
3) Cable must have a black polyethylene outer jacket
4) Cable must have an aluminum or copper shield.
5) Cable must be Gel filled
6) Install in schedule 40 PVC conduits a minimum of 2” in diameter.
7) Advise the COTR of the total number of required telecom cable pairs,
including his subcontractor’s requirements, prior to any communications
cable work within the lot.

3. Special telecom provisions— T1 service is available in the South Contractors lot at


Contractor's expense. T1 or DSL service will be available in the Northwest Contractors Lot
at the contractor’s expense. Telecom services can be ordered through the Airport
Communications System vender. Please call Louise Epps at 703/417-8605 to order these
services.

D. ELECTRICAL POWER

1. Conduit is provided from one of four sheds, to a location just inside each contractor lot.
Extend the conduit, as required, to serve all facilities on Contractor’s site and provide cable
back to shed. If power requirements greater than 100 ampere, at 480v, three phase, three –
wire are required; requests for additional power will be considered on a case-by-case basis.

a. Transformers:

1) Suitable for outdoor use


2) Pad mounted with fused safety switches on the primary and secondary sides
of the transformer.

2. The Contractor is required to advise the COTR of the estimated electrical consumption
including that of his subcontractors prior to provision of cable.

E. PLUMBING

1. Provide a Watts Model 909, Type RPZ backflow prevention device at each trailer. Remove
plumbing work in place upon contract completion. There are no sanitary sewer provisions,
use above ground tanks specifically designed for sewage holding. The Contractor at his
option may use chemical or electrical toilets. Clean, pump and haul sanitary waste.
Maintain a clean and odor free lot.

F. MAINTENANCE REQUIREMENTS STAGING AREA

1. Unauthorized soil and concrete stockpiles are prohibited.


2. Cover all containers and drums of any size that are stored on site and their required
secondary containment to prevent rainwater from coming in contact with the containers.
Earthen berms are not permitted. Clearly label all drums and containers used to hold trash
and debris “Trash”. Empty drums and containers when full. Remove all unused empty
drums and containers from the site.
3. Include Contractor’s lot in the South Staging Area in the SPPP.

TEMPORARY FACILITIES AND CONTROLS 015000 - 11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. Store all fuel, petroleum based products and products potentially detrimental to the
environment in aboveground tanks.
5. Aboveground storage tanks:

a. Double walled and approved for the use intended.


b. Submit manufacturer’s literature to COTR for approval in writing for each such
storage tank intended for use by Contractor.

6. Store all trash, construction debris, and other debris in metal containers specifically
designed for such use. Do not keep trash containers on the site for more than 90 calendar
days.
7. Storage of used tires and batteries is prohibited.
8. Storage of waste oil is prohibited.
9. Only routine light equipment maintenance shall be permitted. Should Contractor require
more than routine maintenance to be performed on site, submit a work execution plan to
COTR, for written approval, describing the type of maintenance and the procedures that
will be implemented to protect the environment.

3.7 OPERATION, TERMINATION, AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of


temporary facilities to essential and intended uses to minimize waste and abuse.

B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage
caused by freezing temperatures and similar elements.

1. Maintain operation of temporary enclosures, heating, cooling, humidity control,


ventilation, and similar facilities on a 24-hour basis where required to achieve indicated
results and to avoid possibility of damage.
2. Prevent water-filled piping from freezing. Maintain markers for underground lines. Protect
from damage during excavation operations.

C. Temporary Facility Changeover: Unless Contractor is able to utilize permanent fire protection,
do not change over from using temporary security and protection facilities to permanent facilities
until Substantial Completion.

D. Termination and Removal: Remove each temporary facility when need for its service has ended,
when it has been replaced by authorized use of a permanent facility, or no later than Substantial
Completion. Complete or, if necessary, restore permanent construction that may have been
delayed because of interference with temporary facility. Repair damaged Work, clean exposed
surfaces, and replace construction that cannot be satisfactorily repaired.

1. Properly recondition and restore those portions of the site occupied by temporary facilities
and controls to condition acceptable to COTR, at least equal to condition at time of start of
Work, unless otherwise authorized in writing by COTR.
2. Materials and facilities that constitute temporary facilities are the property of Contractor.
Owner reserves right to take possession of Project identification signs.
3. Remove temporary paving not intended for or acceptable for integration into permanent
paving. Where area is intended for landscape development, remove soil and aggregate fill
that do not comply with requirements for fill or subsoil. Remove materials contaminated

TEMPORARY FACILITIES AND CONTROLS 015000 - 12


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

with road oil, asphalt and other petrochemical compounds, and other substances that might
impair growth of plant materials or lawns. Repair or replace roadway paving, curbs, and
sidewalks at temporary entrances, as required by authorities having jurisdiction.
4. At Substantial Completion, clean and renovate permanent facilities used during
construction period. Comply with final cleaning requirements in Division 01 Section
"Project Closeout."

END OF SECTION 015000

TEMPORARY FACILITIES AND CONTROLS 015000 - 13


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 016000 - PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes the following administrative and procedural requirements: selection of
products for use in Project; product delivery, storage, and handling; manufacturers' standard
warranties on products; special warranties; product substitutions; and comparable products.

1. This Section includes substitutions made for "or as approved by the Authority" items.

B. Related Sections include the following:

1. Division 01 Section "References" for applicable industry standards for products specified.
2. Divisions 02 through 33 Sections for specific requirements for warranties on products and
installations specified to be warranted.

1.3 DEFINITIONS

A. Products: Items purchased for incorporating into the Work, whether purchased for Project or
taken from previously purchased stock. The term "product" includes the terms "material,"
"equipment," "system," and terms of similar intent.

1. Named Products: Items identified by manufacturer's product name, including make or


model number or other designation, shown or listed in manufacturer's published product
literature that is current as of date of the Contract Documents.
2. New Products: Items that have not previously been incorporated into another project or
facility, except that products consisting of recycled-content materials are allowed, unless
explicitly stated otherwise. Products salvaged or recycled from other projects are not
considered new products.
3. Comparable Product: Product that is demonstrated and approved through submittal
process, or where indicated as a product substitution, to have the indicated qualities related
to type, function, dimension, in-service performance, physical properties, appearance, and
other characteristics that equal or exceed those of specified product.

B. Substitutions: Changes in products, materials, equipment, and methods of construction from


those required by the Contract Documents and proposed by Contractor.

PRODUCT REQUIREMENTS 016000 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1.4 SUBMITTALS

A. Product List: Submit a list, in tabular form acceptable to COTR, showing specified products.
Include generic names of products required. Include manufacturer's name and proprietary product
names for each product.

1. Coordinate product list with Contractor's Construction Schedule and Submittals Schedule.
2. Form: Tabulate information for each product under the following column headings:

a. Specification Section number and title.


b. Generic name used in the Contract Documents.
c. Proprietary name, model number, and similar designations.
d. Manufacturer's name and address.
e. Supplier's name and address.
f. Installer's name and address.
g. Projected delivery date or time span of delivery period.
h. Identification of items that require early submittal approval for scheduled delivery
date.
i. Item Tag Number or similar ID if identified in the drawings
j. Location (room number from the drawings)
k. Serial Number (once available)

3. Initial Submittal: Within 15 calendar days after the Notice to Proceed, submit 3 copies of
initial product list. Include a written explanation for omissions of data and for variations
from the Contract requirements.
4. COTR's Action: COTR will respond in writing to Contractor within 15 calendar days of
receipt of initial product list. COTR's response will include a list of unacceptable product
selections and a brief explanation of reasons for this action. COTR's response, or lack of
response, does not constitute a waiver of requirement that products comply with the
Contract Documents.
5. Updated submittal: Submit updated product list every 15 days following initial submittal.
The updated list shall be submitted in approved electronic spread sheet format with
additional fields as required by COTR.
6. Completed List: Submit 10 hard copies and one electronic copy of completed product list
15 calendar days before requesting inspection for substantial completion. Include a written
explanation for omissions of data and for variations from the Contract requirements.

B. Substitution Requests: Submit six copies of each request for consideration. Identify product or
fabrication or installation method to be replaced. Include Section number and title and Drawing
numbers and titles.

1. Substitution Request Form: Submit requests in the form and according to procedures
required for Contract Modification proposals supplied to Contractor at the pre-construction
meeting or as directed by COTR. Do not submit requests for substitutions as "Requests
for Information" (RFIs).
2. Documentation: Show compliance with requirements for substitutions and the following,
as applicable:

a. Statement indicating why specified material or product cannot be provided.

PRODUCT REQUIREMENTS 016000 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Coordination information, including a list of changes or modifications needed to


other parts of the Work and to construction performed by the Authority and separate
contractors that will be necessary to accommodate proposed substitution.
c. Detailed comparison of significant qualities of proposed substitution with those of
the Work specified. Significant qualities may include attributes such as
performance, weight, size, durability, visual effect, and specific features and
requirements indicated.
d. Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
e. Samples, where applicable or requested.
f. List of similar installations for completed projects with project names and addresses
and names and addresses of architects and owners.
g. Material test reports from a qualified testing agency indicating and interpreting test
results for compliance with requirements indicated.
h. Research/evaluation reports evidencing compliance with building code in effect for
Project, from a model code organization acceptable to authorities having
jurisdiction.
i. Detailed comparison of Contractor's Construction Schedule using proposed
substitution with products specified for the Work, including effect on the overall
Contract Time. If specified product or method of construction cannot be provided
within the Contract Time, include letter from manufacturer, on manufacturer's
letterhead, stating lack of availability or delays in delivery.
j. Cost information, including a proposal of change, if any, in the Contract Price.
k. Contractor's certification that proposed substitution complies with requirements in
the Contract Documents and is appropriate for applications indicated.
l. Contractor's waiver of rights to additional payment or time that may subsequently
become necessary because of failure of proposed substitution to produce indicated
results.
m. Failure by Contractor to include the above requirements in the submittal may cause
rejection of the submittal in its entirety.

3. COTR's Action: If necessary, COTR will request additional information or documentation


for evaluation within 10 calendar days of receipt of a request for substitution. COTR will
notify Contractor of acceptance or rejection of proposed substitution within 10 calendar
days of receipt of request, or 10 days of receipt of additional information or documentation,
whichever is later.

a. Form of Acceptance: Change notice.


b. Use product specified if COTR couldn’t make a decision on use of a proposed
substitution within time allocated.

C. Comparable Product Requests: Submit three copies of each request for consideration. Identify
product or fabrication or installation method to be replaced. Include Specification Section
number and title and Drawing numbers and titles.

1. COTR’s Action: If necessary, COTR will request additional information or documentation


for evaluation within 7 working days of receipt of a comparable product request. COTR
will notify Contractor of approval or rejection of proposed comparable product request
within 10 calendar days of receipt of request, or 7 calendar days of receipt of additional
information or documentation, whichever is later.

PRODUCT REQUIREMENTS 016000 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Form of Approval: As specified in Division 01 Section "Submittals."


b. Use product specified if COTR couldn’t make a decision on use of a comparable
product request within time allocated.

1.5 QUALITY ASSURANCE

A. Compatibility of Options: If Contractor is given option of selecting between two or more products
for use on Project, product selected shall be compatible with products previously selected, even
if previously selected products were also options.

1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products using means and methods that will prevent damage,
deterioration, and loss, including theft. Comply with manufacturer's written instructions.

B. Delivery and Handling:

1. Schedule delivery to minimize long-term storage at Project site and to prevent


overcrowding of construction spaces.
2. Coordinate delivery with installation time to ensure minimum holding time for items that
are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other
losses.
3. Deliver products to Project site in an undamaged condition in manufacturer's original
sealed container or other packaging system, complete with labels and instructions for
handling, storing, unpacking, protecting, and installing.
4. Inspect products on delivery to ensure compliance with the Contract Documents and to
ensure that products are undamaged and properly protected.

C. Storage:

1. Store products to allow for inspection and measurement of quantity or counting of units.
2. Store materials in a manner that will not endanger Project structure.
3. Store products that are subject to damage by the elements, under cover in a weather tight
enclosure above ground, with ventilation adequate to prevent condensation.
4. Comply with product manufacturers written instructions for temperature, humidity,
ventilation, and weather-protection requirements for storage.
5. Store foam plastic away from exposure to sunlight, except to extent necessary for period
of installation and concealment.
6. Store cementitious products and materials on elevated platforms.
7. Protect stored products from damage.
8. Replace products and materials damaged by the elements due to improper storage at no
additional cost to the Authority. This damage can be, but not limited to, oxidization, mold,
mildew, warping, and rust.

1.7 PRODUCT WARRANTIES

A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on

PRODUCT REQUIREMENTS 016000 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

product warranties do not relieve Contractor of obligations under requirements of the Contract
Documents.

1. Manufacturer's Warranty: Preprinted written warranty published by individual


manufacturer for a particular product and specifically endorsed by manufacturer to
Authority.
2. Special Warranty: Written warranty required by or incorporated into the Contract
Documents, either to extend time limit provided by manufacturer's warranty or to provide
more rights for Authority.

B. Special Warranties: Prepare a written document that contains appropriate terms and
identification, ready for execution. Submit a draft for approval before final execution.

1. Manufacturer's Standard Form: Modified to include Project-specific information and


properly executed.
2. Specified Form: When specified forms are included with the Specifications, prepare a
written document using appropriate form properly executed.
3. Refer to Divisions 02 through 33 Sections for specific content requirements and particular
requirements for submitting special warranties.

C. Submittal Time: Comply with requirements in Division 01 Section "Project Closeout."

PART 2 - PRODUCTS

2.1 PRODUCT OPTIONS

A. General Product Requirements: Provide products that comply with the Contract Documents, that
are undamaged and, unless otherwise indicated, that are new at time of installation.

1. Provide products complete with accessories, trim, finish, fasteners, and other items needed
for a complete installation and indicated use and effect.
2. Standard Products: If available, and unless custom products or nonstandard options are
specified, provide standard products of types that have been produced and used
successfully in similar situations on other projects.
3. The Authority reserves the right to limit selection to products with warranties not in conflict
with requirements of the Contract Documents.
4. Descriptive, performance, and reference standard requirements in the Specifications
establish "salient characteristics" of products.
5. "Or as approved by the Authority": Note that products submitted under an "or as approved
by the Authority” provision are considered to be substitutions. Substitutions shall follow
the requirements of Paragraph VII-42 of Contract Provisions and provisions in
"Comparable Products" Article to obtain approval for use of an unnamed product.

B. Product Selection Procedures:

1. Product: Where Specifications name a single product and manufacturer, provide the named
product that complies with requirements.
2. Manufacturer/Source: Where Specifications name a single manufacturer or source,
provide a product by the named manufacturer or source that complies with requirements.

PRODUCT REQUIREMENTS 016000 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

3. Available Products: Where Specifications include a list of names of both products and
manufacturers, provide one of the products listed, or an unnamed product, that complies
with requirements. Comply with provisions in Part - 2 "Comparable Products" Article for
consideration of an unnamed product.
4. Available Manufacturers: Where Specifications include a list of manufacturers, provide a
product by one of the manufacturers listed, or an unnamed manufacturer, that complies
with requirements. Comply with provisions in Part - 2 "Comparable Products" Article for
consideration of an unnamed product.
5. Product Options: Where Specifications indicate that sizes, profiles, and dimensional
requirements on Drawings are based on a specific product or system, provide the specified
product or system. Comply with provisions in Part 2 "Product Substitutions" Article for
consideration of an unnamed product or system.

2.2 PRODUCT SUBSTITUTIONS

A. Timing: COTR will consider requests for substitution if received within 60 calendar days after
issuance of the Notice to Proceed. Requests received after that time may be considered or rejected
at the sole discretion of the Contracting Officer.

B. Conditions: COTR will consider Contractor's request for substitution when the following
conditions are satisfied. If the following conditions are not satisfied, COTR will return requests
without action, except to record noncompliance with these requirements:

1. Requested substitution does not require extensive revisions to the Contract Documents.
2. Requested substitution is consistent with the Contract Documents and will produce
indicated results.
3. Substitution request is fully documented and properly submitted.
4. Requested substitution will not adversely affect Contractor's Construction Schedule.
5. Requested substitution has received necessary approvals of authorities having jurisdiction.
6. Requested substitution is compatible with other portions of the Work.
7. Requested substitution has been coordinated with other portions of the Work.
8. Requested substitution provides specified warranty.
9. If requested substitution involves more than one contractor, requested substitution has been
coordinated with other portions of the Work, is uniform and consistent, is compatible with
other products, and is acceptable to all contractors involved.

C. Contractor's submittal and COTR's review or approval of Shop Drawings, Product Data, or
Samples that relate to a substitute does not by itself constitute a final approval of the requested
substitution, nor does it relieve Contractor from fulfilling existing Contract requirements.

D. If a substitution offers a substantial advantage to the Authority, in terms of cost, time, energy
conservation, or other considerations of merit, after deducting offsetting responsibilities the
Authority may be required to bear, the substitution shall be submitted as a Value Engineering
Change Proposal.

PRODUCT REQUIREMENTS 016000 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

2.3 COMPARABLE PRODUCTS

A. Conditions: COTR will consider Contractor's request for comparable product when the following
conditions are satisfied. If the following conditions are not satisfied, COTR will return requests
without action, except to record noncompliance with these requirements:

1. Evidence that the proposed product does not require extensive revisions to the Contract
Documents, it is consistent with the Contract Documents, it will produce the indicated
results, and that it is compatible with other portions of the Work.
2. Detailed comparison of significant qualities of proposed product with those named in the
Specifications. Significant qualities include attributes such as performance, weight, size,
durability, visual effect, and specific features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
4. List of similar installations for completed projects with project names and addresses and
names and addresses of architects and owners, if requested.
5. Samples, if requested.

PART 3 - EXECUTION (Not Used)

END OF SECTION 016000

PRODUCT REQUIREMENTS 016000 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 017113 - MOBILIZATION AND DEMOBILIZATION

PART 1 - GENERAL

1.1 GENERAL

A. This work shall consist of the performance of construction preparatory operations, including the
movement of personnel, equipment and materials to the project site, and for establishment and
maintenance of the Contractor's offices, and other facilities necessary to begin and sustain work
on the contract. In addition, this work shall consist of demobilization including removal of all
processing plants, equipment and materials from the site. In addition, the following items are to
be included in the cost of mobilization:

1. Furnishing and applying water as needed for dust control during construction
operations.
2. Obtaining personnel identification, badges and vehicle clearances on to the AOA
as necessary to qualify personnel and equipment for entering the AOA.
3. Demobilization efforts at completion of the project.

1.2 METHOD OF MEASUREMENT

A. Payment for mobilization and demobilization will be made on a lump sum basis wherein no
measurement will be made.

1.3 PAYMENT

A. Mobilization will be paid for at the contract lump sum price which price shall be full
compensation for performing the work specified and the furnishing of all materials, labor, tools,
equipment and incidentals necessary to mobilize and subsequently demobilize the construction
preparatory operations, for furnishing and applying water for dust control, and for all haul road
control staffing.

B. The lump sum unit price for mobilization shall not exceed 5% of the total contract proposal price.

C. Payment for mobilization will be made in three installments. The first payment of 50 percent of
the lump sum price item will be made on the first estimate following partial mobilization and the
initiation of construction work including the placement or erection of all Contractors' and COTR's
offices. The second payment of 35% will be made on the next estimate following the completion
of substantial mobilization. The completion of the erection of materials processing plants, if any,
will not be required as a condition to the release of the second payment. The third and final
payment of 15% will be made on the last estimate upon completion of the project, or upon
completion of demobilization as determined by the COTR.

D. Payment will be made under:

Item 017113-1.1 – Mobilization - per lump sum.

PART 2 – PRODUCTS (Not Used)

PART 3 - EXECUTION

MOBILIZATION AND DEMOBILIZATION 017113-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

3.1 DUST CONTROL

A. The Contractor shall employ construction methods and means that will keep blowing dust to a
minimum. If, due to blowing dust, work area conditions become such that the health and safety
of the Contractor’s workers, the public or aircraft movement are affected, the COTR shall instruct
the Contractor to rectify the condition through water spraying. As a minimum, Federal, State
and Local laws, rules and regulations concerning construction safety and health standards shall
be enforced.

B. When directed by the COTR, the Contractor shall apply water on the embankment and other
location within the project site and areas adjacent to taxiways and on haul roads. The watering
shall be applied at the locations, in the amounts, and during the hours, including nights, as
directed by the COTR. The Contractor shall supply an adequate supply of water for dust control.
The equipment used for watering shall be of ample capacity and of such design as to assure
uniform application of water in the amounts directed by the COTR. The materials and methods
used for watering shall be subject to approval by the COTR.

3.2 LIGHTED BARRICADES

A. Barricades shall be furnished as discussed in Division 01, Section “Maintenance and Protection
of Air Traffic During Construction.”

3.3 PERSONNEL

A. Flagmen, radios and other items necessary to facilitate work shall be furnished as discussed in
Division 01, Section “Maintenance and Protection of Air Traffic During Construction.”

END OF SECTION 017113

MOBILIZATION AND DEMOBILIZATION 017113-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 017114- MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING


CONSTRUCTION

PART 1 - GENERAL

1.1 SUMMARY

A. Carry out operations in a manner that will cause a minimum of interference with air traffic as
indicated in the phasing plans, and shall be required to cooperate with the FAA, the Authority,
the airlines, and Contractors involved in work on other projects. All work shall be completed in
accordance with FAA Eastern Region Order Number EA-5210-1C and FAA Advisory Circular
150/5370-2F, General Requirements and Technical Specifications, Construction Phasing Plans,
and the MWAA Construction Safety Manual, latest edition.

B. Supply barricades and place, maintain, move, and store barricades and Authority-provided
Runway Closure Markers as indicated in the plans.

1.2 MEASUREMENT PROCEDURES

A. Maintenance and Protection of Air Traffic shall be measured by the lump sum and shall include
placing and maintaining Authority-provided Runway Closure Markers.

B. The quantity of bucket barricades, and Class A barricades to be paid for under this item shall be
the number of barricades delivered to the site, placed, maintained by the Contractor and ready for
operation, and accepted by the COTR. Barricades will not be counted separately for each phase.
For example, if a barricade for Phase M is also used for Phase 1, it will not be counted again for
payment.

1.3 PAYMENT PROCEDURES

A. Payment for Maintenance and Protection of Air Traffic will be made at the contract unit price per
lump sum. This price shall be full compensation for overall management of the traffic
maintenance plan, for placing and maintaining runway closure markers, temporary barricades,
temporary edge light covers, and for incidentals not specifically listed under other pay items.

B. The accepted quantities of bucket barricades and Class A barricades shall be paid for at the
contract price per each, which price and payment shall be full compensation for furnishing and
maintaining the barricades and for all labor, materials, equipment, tools, and incidentals necessary
to complete the work.

C. Payment will be made under:

Item 017114-1.1 – Maintenance and Protection of Air Traffic--per lump sum


Item 017114-1.2 – Bucket Barricade--per each
Item 017114-1.3 – Class A Barricade--per each

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 2 - PRODUCTS

2.1 CONTROL AND WARNING DEVICES

A. Furnish and maintain barricades along the edges of the construction area to warn the air and
ground traffic to stay clear of the construction work. Place light fixtures as detailed in the plans
or as designated by the COTR. Maintain orange warning flags around all equipment, stockpiles
or other areas as directed by the COTR.

B. Omni-directional warning lights on bucket and Class A barricades shall be steady-burn, omni-
directional, 6 or 12 Volt, with Red Lens. Lights shall be: United Safety Authority Model 630AP;
TAPCO Item #2771-11; TMC Safety Products Model L-204; or as acceptable to the Authority.

C. Orange warning flags to mark equipment stockpiles or trenches shall be 20” by 20” square, tacked
along a post having a length of five (5) feet and having a minimum thickness of one (1) inch.
Securely drive posts into the ground or attach to the pavement so that the top of the flag is
minimum four (4) feet above ground.

D. Ensure barricade lights and flags are monitored for proper functioning and serviced as needed to
maintain visibility.

2.2 BARRICADES

A. Bucket Barricades. Furnish bucket barricades of the type indicated. Mark paint bucket with
alternating orange and white horizontal striping and one battery operated, steady-burn omni-
directional red warning light (see paragraph 2.1.B) mounted on the top, center of each bucket as
indicated. At the completion of the Contract, bucket barricades shall become property of the
Contractor and removed from the site.

B. Class A Barricades. Furnish Class A barricades of the type indicated. Mark Class A barricades
with colors, stripes, and signage patterns as indicated. Mount two battery operated, steady-burn
omni-directional red warning lights (see paragraph 2.1.B) shall be mounted on the top, outer edges
of each barricade as indicated. At the completion of the Contract Class A barricades shall become
property of the Airport.

2.3 NOT USED

2.4 RUNWAY CLOSURE MARKERS

A. The Authority shall provide two portable lighted Runway Closure Markers in operable condition.

B. The Authority shall provide two yellow fabric runway closure markers in suitable condition for
use on the runway.

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 3 - EXECUTION

3.1 CONTROL REQUIREMENTS:

The Contractor’s responsibility for work areas and marking equipment is as follows:

A. Place nothing upon runways, taxiways, taxilanes, or aprons without written approval of the
COTR.

B. No vehicle shall enter a paved surface except at predetermined locations.

C. Provide and install barricades, flag lines and other warning markers as indicated or as directed by
the COTR.

D. No private vehicles shall be allowed on the runways or taxiways at any time unless approved by
the COTR.

E. Throughout the duration of the job, immediately rectify any practice or situation that the COTR
determines to be unsafe or a hindrance to regular Airport traffic.

F. The responsibility for controlling of Contractor’s employees, subcontractors and their employees
with regard to traffic movement rests with the Contractor.

G. Rebuild, repair, restore and make good at the Contractor’s expense all injuries or damages to any
portion of the work occasioned by the Contractor’s use of these facilities before completion and
acceptance of his work.

H. Submit to COTR in writing a plan for controlling construction equipment and vehicular
movements in the air operations area. This plan shall be submitted before notice to proceed is
given. Include material haul roads in the plan.

I. Provide a responsible Traffic Manager whose duty it shall be to direct all traffic on or near active
runways, taxiways, haul roads and highways. Paved surfaces shall be kept clear and clean at all
times and specifically must be kept free from all small stones which might damage aircraft.

J. Furnish two 24-hour emergency contacts for maintenance of the barricades and barricade lighting.

K. The FAA Control Tower shall at all times have control of operations on or near active runways,
taxiways and approach zones. The Contractor shall coordinate through COTR and MWAA
Operations with the Control Tower to develop a communication plan that will provide for a safe
crossing route without causing unnecessary radio traffic. Before entering upon or crossing any
runway or taxiway, the Contractor shall receive proper clearance from the Control Tower.
Arrivals and departures of airplanes are under the control of the FAA Control Tower.
Emergencies and operating conditions may necessitate sudden changes, both in Airport
operations and in the operations of the Contractor. Aircraft operations shall always have priority
over any and all of the Contractor’s operations. If runways or taxiways become required for the
use of aircraft or if the Control Tower or the COTR deem the Contractor to be too close to Airport
areas used by aircraft for safety, the Control Tower or the COTR may, at their discretion, order
the Contractor to suspend his operations. Removing this may include his personnel, plant,

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

equipment and materials to a safe distance and standing by until the runways and taxiways are no
longer required for use by aircraft.

L. Where any work is to be done on any operational runway or taxiway, notify the COTR sufficiently
in advance so that provisions can be made to close the runway or taxiway to aircraft traffic. Such
work shall then be prosecuted in the most expeditious manner practicable so that the runway or
taxiway can be reopened to air traffic at the earliest possible date. For additional information,
refer to Section “Supplementary Conditions,” Material Hauling article.

M. Coordinate with the COTR in advance any action that will require removing, relocating or adding
barricades.

N. Remove all equipment and all materials that would constitute a hazard to air traffic to the
designated storage area whenever work is not in progress.

O. Violations of these requirements shall be considered a violation of the Contract itself and shall be
sufficient cause for halting the work without extending the time limit of the job.

3.2 BARRICADES

A. Place barricades as indicated or as directed by the COTR.

B. Upon completion of each phase of the project, remove barricades from the site or move to a
different phase.

3.3 RUNWAY CLOSURE MARKERS

A The contractor shall transport, place, operate, and maintain the Authority-provided lighted
runway closed markers throughout the construction period. The contractor shall provide fuel and
replace lightbulbs (if needed) while in use. At the conclusion of the project, the contractor shall
clean the markers, provided necessary maintenance (oil change, light bulbs, tire inflation, etc.)
and return to the Authority at a location designated by the COTR.

B The contractor shall transport, place, anchor, and maintain the Authority-provided fabric Closed
Runway Markers throughout the construction period. The contractor shall securely anchor the
fabric markers with yellow sandbags or other devices approved by the COTR. The contractor
shall monitor the markers and ensure they remain anchored to prevent movement by wind. At the
conclusion of the project, the contractor shall clean (power-wash if needed), dry, and return the
markers to a location designated by the COTR.

END OF SECTION 017114

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 017300 - EXECUTION

PART 1 - GENERAL

RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

SUMMARY

A. This Section includes general procedural requirements governing execution of the Work
including, but not limited to, the following:

1. Construction layout.
2. Field engineering and surveying.
3. General installation of products.
4. Coordination of Authority-installed products.
5. Progress cleaning.
6. Starting and adjusting.
7. Protection of installed construction.
8. Correction of the Work.

B. Related Sections include the following:

1. Division 01 Section "Project Management and Coordination" for procedures for


coordinating field engineering with other construction activities.

SUBMITTALS

A. Qualification Data: Submit qualification data for land surveyors.

B. Certificates: Submit certificate signed and sealed by land surveyor certifying that location and
elevation of improvements comply with requirements.

C. Certified Surveys: Submit 2 copies signed and sealed by land surveyor.

D. Project Record Documents: Submit a record of Work performed (materials tests, inspections,
acceptance tests, etc.) and record survey data as required under provisions in Division 01 Sections
"Submittals" and "Project Closeout."

EXECUTION 017300 - 1
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

QUALITY ASSURANCE

A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice
in the Commonwealth of Virginia and who is experienced in providing land-surveying services
of the kind indicated.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

EXAMINATION

A. Existing Conditions: The existence and location of site improvements, utilities, and other
construction indicated as existing are not guaranteed. Before beginning work, investigate and
verify the existence and location of mechanical and electrical systems and other construction
affecting the Work, including all site utility systems.

1. Before construction, verify the location and points of connection of utility services.

B. Existing Utilities: The existence and location of underground and other utilities and construction
indicated as existing are not guaranteed. Before beginning site work, investigate and verify the
existence and location of underground utilities and other construction affecting the Work.

1. Before construction, verify the location and invert elevation at points of connection of
sanitary sewer, storm sewer, and water-service piping; and underground electrical and
communication services.
2. For additional requirements for locating and marking existing utilities, see Division 01
Section "Summary."

C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator
present where indicated, for compliance with requirements for installation tolerances and other
conditions affecting performance. Record observations.

1. Written Report: Where a written report listing conditions detrimental to performance of


the Work is required by other Sections, include the following:

a. Description of the Work.


b. List of detrimental conditions, including substrates.
c. List of unacceptable installation tolerances.
d. Recommended corrections.
2. Proceed with installation only after unsatisfactory conditions have been corrected.
Proceeding with the Work indicates acceptance of surfaces and conditions.

PREPARATION

A. Existing Utility Information: Furnish information to COTR that is necessary to adjust, move, or
relocate existing utility structures, utility poles, lines, services, or other utility appurtenances
located in or affected by construction.

EXECUTION 017300 - 2
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.

C. Space Requirements: Verify space requirements and dimensions of items shown


diagrammatically on Drawings.

D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents, submit a request for information (RFI) to COTR. Include
a detailed description of problem encountered, together with recommendations for changing the
Contract Documents.

CONSTRUCTION LAYOUT

A. Verification: Before proceeding to lay out the Work, verify layout information shown on
Drawings, in relation to the property survey and existing benchmarks. If discrepancies are
discovered, notify COTR promptly.

B. General: Engage a Registered Surveyor to layout the Work using accepted surveying practices.

1. Establish Benchmarks and control points to set lines and levels at each story of construction
and elsewhere as needed to locate each element of Project.
2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required
dimensions.
3. Inform installers of lines and levels to which they must comply.
4. Check the location, level and plumb, of every Definable Feature and Element of Work as
the work progresses.
5. Notify COTR when deviations from required lines and levels exceed allowable tolerances.
6. Conduct closed site surveys with an error of closure equal to or greater accuracy than 1
part in 10,000; 3rd Order Class 1 accuracy, (e.g. 1:10,000) and (10”)√n, where “n” equals
the number of angles in the closed traverse.
7. Perform field survey work with sufficient precision to ensure the required accuracy of the
specifications is achieved. The computed coordinate position of each horizontal control
point used in compiling the plan shall be correct within the limits of 3rd Order Class 1
accuracy (that is, the horizontal error of closure shall not exceed 10 seconds times the
square root of the number of instrument motions in the traverse, all before adjustment. The
vertical error of closure of the control level circuit for the control Benchmarks shall not
exceed plus or minus 12 millimeters times the square root of the length of the circuit in
kilometers, before adjustment.). Both the horizontal and vertical measurements shall be
expressed to the nearest millimeter.

C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and
topsoil placement, utility slopes, and invert elevations.

D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building
foundations, column grids, and floor levels, including those required for mechanical and electrical
work. Transfer survey markings and elevations for use with control lines and levels. Level
foundations and piers from two or more locations.

EXECUTION 017300 - 3
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

E. Record Log: Maintain a log of layout control work. Record deviations from required lines and
levels. Include beginning and ending dates and times of surveys, weather conditions, name and
duty of each survey party member, and types of instruments and tapes used. Make the log
available for reference by COTR.

FIELD ENGINEERING

A. Identification: Existing Horizontal Control points and Benchmarks are as identified on the
Contract Documents.

B. Reference Points: Locate existing permanent Benchmarks, control points, and similar reference
points before beginning the Work. Preserve and protect permanent Benchmarks and control
points during construction operations.

1. Do not change or relocate existing Benchmarks or control points without prior written
approval of COTR. Report lost or destroyed permanent Benchmarks or control points
promptly. Report the need to relocate permanent Benchmarks or control points to COTR
before proceeding.
2. Replace lost or destroyed permanent Benchmarks and control points promptly with the
approval of COTR. Base replacements on the original survey control points.

C. Benchmarks: Establish and maintain a minimum of two permanent Benchmarks on Project site,
referenced to data established by survey control points. Comply with the Authority for type and
size of Benchmark.

1. Record Benchmark locations, with horizontal and vertical data, on Project Record
Documents.
2. Where the actual location or elevation of layout points cannot be marked, provide
temporary reference points sufficient to locate the Work.
3. Remove temporary reference points when no longer needed. Restore marked construction
to its original condition.

D. Certified Survey: On completion of foundation walls, major site improvements, and other work
requiring field-engineering services, including utilities, prepare a certified survey showing
coordinates, dimensions, locations, angles, and elevations of construction and site work.
Coordinates shall be VA State Plane North Zone (NAD 83) and elevations shall be (NAVD 88).

INSTALLATION

A. Inspection of Conditions: Require Installer of each major component to inspect both the substrate
and conditions under which Work is to be performed. Proceed only after unsatisfactory
conditions have been corrected in a manner acceptable to COTR. Coordinate this requirement
with Division 01 Section "Quality Requirements."

B. General: Locate the Work and components of the Work accurately, in correct alignment and
elevation, as indicated.

1. Make vertical work plumb and make horizontal work level.

EXECUTION 017300 - 4
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Comply with manufacturer's written instructions and recommendations for installing products in
applications indicated.

D. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.

E. Conduct construction operations so no part of the Work is subjected to damaging operations or


loading in excess of that expected during normal conditions of occupancy.

F. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.

NOT USED

PROGRESS CLEANING

A. General: Clean Project site and work areas daily. Enforce requirements strictly. Dispose of
materials lawfully.

1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
2. Remove combustible debris from the site daily.
3. Do not hold materials more than 7 days during normal weather or 3 days if the temperature
is expected to rise above 80 deg F.
4. Containerize hazardous and unsanitary waste materials separately from other waste. Mark
containers appropriately and dispose of legally, according to regulations.

B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for
proper execution of the Work and to reduce risk of Foreign Object Debris (FOD) ingestion by
adjacent operating aircraft.

1. Remove liquid spills promptly.

D. Installed Work: Keep installed work clean. Clean installed surfaces according to written
instructions of manufacturer or fabricator of product installed, using only cleaning materials
specifically recommended. If specific cleaning materials are not recommended, use cleaning
materials that are not hazardous to health or property and that will not damage exposed surfaces.

E. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from
damage and deterioration at time of Substantial Completion.

F. Cutting and Patching: Clean areas and spaces where cutting and patching are performed.
Completely remove paint, mortar, oils, putty, and similar materials.

1. Thoroughly clean piping, conduit, and similar features before applying paint or other
finishing materials. Restore damaged pipe covering to its original condition.

EXECUTION 017300 - 5
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

G. Waste Disposal: Burying or burning waste materials on-airport property will not be permitted.
Washing waste materials down sewers or into waterways will not be permitted.

H. Limiting Exposures: Supervise construction operations to ensure that no part of the construction
completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious
exposure during the construction period.

I. Grass Mowing: Mow grass areas contained in Project site, or made inaccessible to the Authority's
mowing contractors.

NOT USED

PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure that installed Work is without
damage or deterioration at time of Substantial Completion.

B. Comply with manufacturer's written instructions for temperature and relative humidity.

CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. Restore damaged substrates and finishes.

1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up


with matching materials, and properly adjusting operating equipment.

B. Restore permanent facilities used during construction to their specified condition.

END OF SECTION 017300

EXECUTION 017300 - 6
Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 017700 - PROJECT CLOSEOUT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other


Division 01 Specification Sections apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for Project closeout, including,
but not limited to, the following:

1. Inspection procedures.
2. Warranties.
3. Final cleaning.

B. Related Sections include the following:

1. Division 01 Section “Quality Requirements” for final requirements of the Warranty


Manual.
2. Division 01 Section "Photographic Documentation" for submitting Final Acceptance
construction photographs and negatives.
3. Division 01 Section "Project Record Documents" for submitting Record Drawings, Record
Specifications, Record Product Data, and other Record Documents.
4. Divisions 02 through 33 Sections for specific closeout and special cleaning requirements
for products of those Sections.

1.3 SUBSTANTIAL COMPLETION

A. Definition: "Substantial Completion" is the stage in the progress of the work when COTR
determines that all the Work, or a designated portion thereof, is sufficiently complete and
functional according to the Contract Documents so that the Authority can occupy or utilize the
Work for its intended use. The only remaining physical work shall be the completion of punch
list work prior to Final Acceptance.

B. Preliminary Procedures: Before requesting inspection for determining date of Substantial


Completion, complete the following. List items below that are incomplete in request.

1. Prepare a list of items to be completed and corrected (punch list), the value of items on the
list, reasons why the Work is not complete, and a schedule for completing punch list work
according to Section III of the Contract.
2. Ensure previously outstanding technical submittals and Shop Drawings have been
submitted and approved.
3. Advise COTR of pending insurance changeover requirements.

PROJECT CLOSEOUT 017700 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

4. Submit warranties required by Contract Documents, workmanship bonds, maintenance


service agreements, final certifications, and similar documents.

a. Submit Contractor Warranty Letter, for review and approval, a minimum of 60 days
before requesting inspection for determining date of Substantial Completion. After
date of Substantial Completion has been determined revise the Contractor’s
Warranty Letter to include that date as start of Warranty period.

5. Obtain and submit releases permitting the Authority unrestricted use of the Work and
access to services and utilities. Include occupancy permits, operating certificates, and
similar releases.
6. Prepare and submit Project Record Documents except Record Contract CPM Schedule;
also prepare and submit Operation and Maintenance manuals, Final Completion
construction photographs and photographic negatives, damage or settlement surveys, and
similar final record information.
7. Prepare and submit proof that specified testing and code inspections have been completed,
accepted and certified, including, but not limited to, structural work, sprinkler piping
systems, fire alarm and FPS systems, bacteriological testing of domestic lines, back-flow
prevention, electrical system testing, and hydrostatic pressure testing of sanitary lines.
Submit approvals of Health Department or the FDA as applicable.
8. Deliver tools, spare parts, extra materials, and similar items to location designated by
COTR. Label with manufacturer's name and model number where applicable.
9. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
10. Advise the Authority of changeover in utilities.
11. Submit changeover information related to the Authority's occupancy, use, operation, and
maintenance.
12. Instruct the Authority's personnel in operation, adjustment, and maintenance of products,
equipment, and systems, as required by Division 01 Section "Demonstration and Training."
13. Complete final cleaning requirements.

C. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of
request, COTR will either proceed with inspection or notify Contractor of unfulfilled
requirements. COTR will prepare the Certificate of Substantial Completion after inspection or
will notify Contractor of items, either on Contractor's list or additional items identified by COTR,
that must be completed or corrected before certificate will be issued.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as


incomplete is completed or corrected.
2. Punch list work must be completed within the duration specified in Section III, "Schedule."
Failure to complete the punch list work within the duration specified may result in the
Contracting Officer ordering the work to be completed by others at the cost to Contractor.
3. Results of completed inspection will form the basis of requirements for Final Acceptance.

1.4 FINAL COMPLETION AND ACCEPTANCE

A. Definition: "Final Completion" is the stage in the Contract when the Contracting Officer
determines that all Work has been 100 percent completed according to the terms and conditions
of the Contract Documents, including administrative obligations. The date of Final Acceptance
is the date of execution by the Contracting Officer of a Certificate of Final Acceptance.

PROJECT CLOSEOUT 017700 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

B. Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:

1. Submit a final Application for Payment according to Division 01 Section "Application for
Payment."
2. Submit certified copy of COTR's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by COTR. The certified copy of
the list shall state that each item has been completed or otherwise resolved for acceptance.
3. Submit a Contractor/COTR joint statement evidencing that all Record Documents,
Operation and Maintenance Manuals, warranties, and similar required submittals have
been approved.
4. Complete demobilization and removal of temporary facilities from the site including
construction equipment and facilities, mockups, and other similar elements. Restore areas
to previously existing condition, if applicable.
5. Execute final Contract Modification and submit final Subcontractor Payment Form.
6. Return all AOA badging and all Authority Ids.
7. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
8. Submit Record Contract CPM Schedule.
9. Submit warranty book.

C. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,
COTR will either proceed with inspection or notify Contractor of unfulfilled requirements.
COTR will prepare a final Certificate for Payment after inspection or will notify Contractor of
construction that must be completed or corrected before certificate will be issued.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as


incomplete is completed or corrected.

1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST)

A. Preparation: Submit four copies of list. Include name and identification of each space and area
affected by construction operations for incomplete items and items needing correction including,
if necessary, areas disturbed by Contractor that are outside the limits of construction.

1. Organize list of spaces in sequential order


2. Organize items applying to each space by major element, including categories for ceiling,
individual walls, floors, equipment, and building systems.
3. Include the following information at the top of each page:

a. Contract name and number.


b. Date.
c. Name of COTR.
d. Name of Architect/Engineer.
e. Name of Contractor.
f. Page number.

PROJECT CLOSEOUT 017700 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1.6 WARRANTIES

A. Submittal Time: Submit one draft copy of proposed Warranty Manual Specified below within 90
days of Notice to Proceed. COTR will return comments to the Contractor no later than 30
calendar days after receipt.

1. Provide Manufacturer’s Standard Warranties, made out to the Authority, and statement of
willingness to provide any applicable Special Warranties required by the Contract
Documents 14 calendar days prior to shipping of materials and equipment. Products and
Equipment shall not be considered delivered (for payment purposes) until the approved
warranties have been received.
2. Submit written warranties on request of COTR for designated portions of the Work where
commencement of warranties other than date of Substantial Completion is indicated.

B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of


designated portions of the Work that are completed and occupied or used by the Authority during
construction period by separate agreement with Contractor.

C. Warranty Manual: Organize warranty documents into an orderly sequence based on the table of
contents of the Contract Specifications. Warranty documents include Contractor and major
subcontractors warranty letters, special warranty documents, and manufacturer's warranties.

1. Binders: Heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness


necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear
plastic sleeve on spine to hold label describing contents. Binders shall not be filled beyond
75 percent of their rated capacity. Binders shall also have boomerang plastic sheet lifters,
metal backbone, concealed rivet construction, and three-trigger position locking
mechanism (lock, unlock, open) on top and bottom. Binder color shall be black unless
another color is selected by COTR.

a. Provide maximum 3-inch binder thickness.


b. Identify each binder on front and spine, with printed title "PROJECT
WARRANTIES," Contract number and name, and subject matter of contents. If
identification cannot be attached to the front include it as the first page in the manual.
Indicate volume number for multiple-volume sets. The use of business labels is
prohibited.

2. Dividers: Provide three-hole, heavyweight, plastic tabbed dividers, (, or as approved by the


Authority) for each separate section. Provide laser printed description for each tabbed
section on the front and back of tabs. Tabs shall indicate the appropriate Specification
Section. Provide a description of the warranty or heading for sub tabs using the same laser
printed format on the dividers. Provide an index of the contents in each section on the first
page behind each section divider. The index shall be generated using a word processor and
printed on a laser printer. Include a matching master table of contents for each volume
using the same indexing system. Install a colored sheet between each different warranty
within a tabbed section.

3. Provide a digital version of the warranty manual on CD-ROM. This version shall consist
of a scanned Adobe pdf file of each warranty document in the manual.

PROJECT CLOSEOUT 017700 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: For final cleaning, use cleaning materials and agents recommended by
manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are
potentially hazardous to health or property or that might damage finished surfaces.

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with
Authority requirements, local laws and ordinances and Federal and local environmental and
antipollution regulations. General cleaning during construction is included in Division 01 Section
"Execution."

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and maintenance
program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion for entire Project or for a portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,
including landscape development areas, of rubbish, waste material, litter, and other
foreign substances.
b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
c.
d. Remove tools, construction equipment, machinery, and surplus material from
Project site.
e. Remove snow and ice to provide safe access to building.
f. Leave Project clean and ready for occupancy.

C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or
excess materials on the Authority's property. Do not discharge volatile, harmful, or dangerous
materials into drainage systems. Remove waste materials from Project site and dispose of
lawfully.

END OF SECTION 017700

PROJECT CLOSEOUT 017700 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION 017839 - PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract Provisions, Special Provisions, Supplementary Conditions and other


Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for Project Record Documents,
including the following:

1. Record Drawings.
2. Record Specifications
3. Record Product Data.
4. Record Samples.
5. Record Schedule.
6. Miscellaneous Record Submittals.
7. Computer Aided Design and Drafting (CADD) requirements for Record Drawings.

B. Related Sections include the following:

1. Division 01 Section “Construction Progress Documentation" for construction schedules as


basis for Record Schedule.
2. Division 01 Section “Quality Requirements” for ensuring the record drawings and
specifications are kept current on a daily basis and marked to show deviations which have
been made from the original Contract documents
3. Division 01 Section "Project Closeout " for general closeout procedures
4. Division 01 Section "Operation and Maintenance Data" for operation and maintenance
manual requirements.
5. Divisions 02 through 33 Sections for specific requirements for Project Record Documents
of products in those Sections.

1.3 SUBMITTALS

A. CADD Record Drawings. Comply with the following:

1. Submit copies of CADD Record Drawings as follows:

a. Initial Submittal: Submit one set of complete, full-sized, CADD Record Drawings.
Additional sets of drawings are not to be copied and submitted until after substantial
completion to insure all changes are shown on the drawings. The COTR will
facilitate review of drawings and indicate whether the CADD Record Drawings are
acceptable. The COTR will return review comments indicating any corrections that
need to be made to the drawings. The corrected CADD Record Drawings may then

PROJECT RECORD DOCUMENTS 017839 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

be reproduced, and organized into sets, printed, bound, and submitted as final
submittal.
b. Final Submittal: After construction is complete and changes are recorded, submit
six complete, full-sized, printed sets of CADD Record Drawings. Include each
sheet, whether or not changes and additional information were recorded. Submit
two copies of the CADD Record drawings in the approved electronic format. In
addition, submit the original set of marked-up record drawings onto which the mark-
ups were made.

B. Record Specifications: Submit two copies of Project Specifications, including addenda and
contract modifications.

C. Record Product Data: Submit one copy of each Product Data submittal at the direction of the
COTR.

1. Where Record Product Data is required as part of operation and maintenance manuals,
submit marked-up Product Data as an insert in the manual instead of submittal as Record
Product Data.

D. Record Schedule: Submit three copies of Record Schedule.

E. Miscellaneous Record Submittals: Submit miscellaneous Record Submittals as specified.

PART 2 - PRODUCTS

2.1 RECORD DRAWINGS

A. Record Prints: During construction, maintain one complete, full sized, set of blue- or black-line
prints of the Drawings, applicable shop drawings, and coordination drawings for record purposes.
These drawings shall be updated periodically, by the contractor, in CADD to replace the hand
mark-ups. The mark-ups shall be preserved for the record. A complete set of Conformed
Drawings in CADD will be provided to the Contractor for his use in maintaining the CADD
Record Drawings. The CADD files will be provided in Bentley Microstation v8.

1. Maintenance of Drawings: Maintain the drawings in a clean, dry, legible condition. Keep
drawings available during normal working hours for inspection by the COTR.
2. Preparation: Routinely mark Record Prints to show the actual installation where
installation varies from that shown originally. Require individual or entity who obtained
record data, whether individual or entity is Installer, subcontractor, or similar entity, to
prepare the mark-ups on the record set.

a. Give particular attention to information on concealed elements that would be


difficult to identify or measure and record later especially underground structures.
b. Record information in an understandable drawing technique. Ensure mark-ups are
legible and reproducible.
c. Record data as soon as possible after obtaining it. Record and check markups before
enclosing concealed installations.

3. Content: Types of items requiring marking include, but are not limited to, the following:

PROJECT RECORD DOCUMENTS 017839 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Dimensional changes to Drawings.


b. Revisions to details shown on Drawings.
c. Depths of foundations below first floor.
d. Locations and depths of underground utilities.
e. Revisions to routing of piping and conduits.
f. Revisions to electrical circuitry.
g. Actual equipment locations.
h. Duct size and routing.
i. Locations of concealed internal utilities.
j. Changes made by Change Notice and RFI.
k. Changes made following COTR's written orders.
l. Details not on the original Drawings.
m. Field records for variable and concealed conditions.
n. Record information on the Work that is shown only schematically.

4. Mark the Drawings or Shop Drawings, whichever is most capable of showing actual
physical conditions, completely and accurately. If Shop Drawings are marked, insert them
into drawing set and assign an appropriate sheet number (one that follows the number
sequence of the contract drawings). Show cross-references to the new sheets on the
Drawings. Update drawing index as needed to reflect new sheets.
5. Mark record drawings with red pen that will reproduce clearly. Use different colors to
distinguish between changes for different categories of the Work at the same location.
6. Mark important additional information that was either shown schematically or not
indicated on the original Drawings.
7. Note applicable Construction Change Notices, Requests for Information, Technical
Support Requests, and similar identification numbers, where applicable. Copies of change
documentation shall be inserted into the set for clarification but are not a substitute for
mark-ups. If identification numbers for documentation are marked on the drawing when
no change resulted, indicate "No Change".

B. Newly Prepared Project Record Drawing Sheets: The contractor may add new sheets with
supporting sketches and change documentation instead of marking original sheets when neither
the original Drawings nor Shop Drawings are suitable to show actual installation or if the new
sheets can show the changes more clearly or additional space is required for markup information.

1. Assign a number to each new sheet and cross-reference on the appropriate related sheets.
2. Consult with COTR for proper scale and scope of detailing and notations required to record
the actual physical installation and its relation to other construction.
3. Integrate newly prepared sheets into Record Drawing sets and update drawing index to
reflect new sheets.

C. Format:

1. Identify and date each Record Drawing. Include the designation “PROJECT RECORD
DRAWING” in a prominent location on each sheet.
2. Cover Sheet shall have the designation “PROJECT RECORD DRAWINGS”, Date, Name
of Contractor, and signature.
3. Record CADD Drawings:

PROJECT RECORD DOCUMENTS 017839 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. CADD files provided by COTR and utilized for recording of record mark-ups shall
maintain the format of the files provided. Place electronic mark-ups in a newly
created layer on each drawing.
b. CADD files created by Contractor: Organize CADD information into separate
electronic files that correspond to each sheet of the Record Drawing set. Name each
file with the sheet identification. Include identification in each CADD file.

4. Include the following identification on newly prepared Project Record Drawing Sheets:

a. Project name.
b. Date.
c. Designation "PROJECT RECORD DRAWING."
d. Name of Architect/Engineer (if applicable).
e. Name of Contractor.
f. Initials of person incorporating the change.
g. Drawing identification number. (Ixx/Dxx)

5. Organization of Newly Prepared Project Record Drawing Prints: Organize newly prepared
Record Drawings into manageable sets. Include any contract required coordination
drawings and applicable shop drawings. Bind each set with durable paper cover sheets.
Include identification on cover sheets.

D. ADDITIONAL REQUIREMENTS FOR RECORD DRAWINGS

1. When there are multiple copies of the same sheet with different mark-ups on each copy,
the General Contractor is responsible for consolidating all mark-ups onto a single copy of
each individual sheet.
2. The information from all RFI's, Change Notices, Design Clarifications, field adjustments,
or any other changes, must be noted on the appropriate drawing. These mark-ups must
include enough information to clearly show the actual constructed conditions resulting
from the change. The information may be drawn onto the drawing, copied onto the drawing
or copied onto a new full size sheet. Every change in construction must have RFI’s, Change
Orders or similar supplementary documents; therefore they must be copied in original size
and attached to the back of the preceding drawing or at the end of the drawing set, as an
appendix, as a full size sheet, same in size as the drawing set. Multiple RFI’s, CN’s and
other supplemental documents may be copied in each single sheet.
3. All changes made on the drawings shall reference the appropriate RFI, Change Notices,
Design Clarification, or details from the contractor prepared shop drawings. If the mark-
up is due to a field adjustment, it shall be indicated as such.
4. Additional Sheets such as shop drawings and sheets showing copies of applicable change
documentation must be inserted into the set as necessary. Such sheets shall have a title
block.
5. All shop drawings showing information not on the construction drawings (with the
exception of concrete embedded steel reinforcement bending drawings and steel reaction
and fabrication drawings) shall be marked up and included in the record drawing set. They
shall be the same size (changes in scale noted) as all other drawings, include a title block,
and clearly indicate that they are record shop drawings. When the shop drawings more
accurately show locations and conditions, they may be marked in lieu of referenced on the
original drawings. This does not relieve the contractor from the shop drawing inclusion
requirements in the Operation and Maintenance Manuals that are a separate item
6. Include contract required coordination drawings in the record drawing set.

PROJECT RECORD DOCUMENTS 017839 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

2.2 RECORD SPECIFICATIONS

A. Preparation: Mark Specifications to indicate the actual product installation where installation
varies from that indicated in Specifications, addenda, and contract modifications. Print marked
specifications, addenda, and contract modifications on paper any color but white and ensure that
black font is clearly legible on the color chosen. Use the same paper color throughout the project.
Use black font for these changes.

1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Mark copy with the brand name and model number of products, materials, and equipment
furnished, including substitutions and product options selected.
3. Record the name of the manufacturer, supplier, Installer, and other information necessary
to provide a record of selections made.
4. For each principal product, indicate whether Record Product Data has been submitted in
operation and maintenance manuals instead of submitted as Record Product Data.
5. Note related Change Orders, Record Drawings, and Product Data where applicable.

2.3 RECORD PRODUCT DATA

A. Preparation: Mark Product Data to indicate the actual product installation where installation
varies substantially from that indicated in Product Data submittal.

1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and changes in
manufacturer's written instructions for installation.
3. Note related Change Orders, Record Drawings, and Product Data where applicable.
4. Upon completion of mark-up, submit a complete set of record Product Data to COTR for
the Authority's records.
5. Where Record Product Data is required as part of maintenance manuals, submit marked-up
product data as an insert in the manual.

2.4 RECORD SAMPLE SUBMITTAL

A. Prior to date of Substantial Completion, the Contractor shall meet the Authority's personnel at the
site to determine which of the samples maintained during the construction period shall be
transmitted to the Authority for record purposes. Comply with the COTR's instructions for
packaging, identification marking, and delivery to the Authority's sample storage space. Dispose
of other samples in manner specified for disposal of surplus and waste materials.

2.5 RECORD SCHEDULE

A. Record Schedule Submittal: Immediately prior to date of inspection for Final Acceptance, submit
a copy of the As-built Contract CPM Schedule (if applicable) to the COTR.

B. Mark the Contractor’s Construction Schedule to show actual start and finish dates for all work
activities and milestones, based on the accepted monthly updates. This Record Schedule shall be

PROJECT RECORD DOCUMENTS 017839 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

in same format as Contractor’s Construction Schedule. This Record Schedule shall be in tabular
and in time-scaled PDM plot formats.

2.6 MISCELLANEOUS RECORD SUBMITTALS

A. Assemble miscellaneous records required by other Specification Sections for miscellaneous


record keeping and submittal in connection with actual performance of the Work. Bind or file
miscellaneous records and identify each, ready for continued use and reference. Submit to COTR.

1. Categories of requirements resulting in miscellaneous records include, but are not limited
to the following:

a. Field records on excavations and foundations.


b. Field records on underground construction and similar Work.
c. Survey showing locations and elevations of underground lines.
d. Invert elevations of drainage piping.
e. Authorized measurements utilizing unit prices or allowances.
f. Ambient and substrate condition tests.
g. Certifications received in lieu of labels on bulk products.
h. Batch mixing and bulk delivery records.
i. Testing and qualification of tradesmen.
j. Documented qualification of installation firms.
k. Load and performance testing.
l. Inspections and certifications by governing authorities.
m. Final inspection and correction procedures.
n. Final inspections of all trades.

PART 3 - EXECUTION

3.1 RECORDING AND MAINTENANCE

A. Recording: Maintain one copy of each submittal during the construction period for Project
Record Document purposes. Post changes and modifications to Project Record Documents as
they occur.

B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the
field office apart from the Contract Documents used for construction. Do not use Project Record
Documents for construction purposes. Maintain Record Documents in good order and in a clean,
dry, legible condition, protected from deterioration and loss. Repair or reproduce torn or dirty
sheets. Provide access to Project Record Documents for COTR's reference during normal
working hours.

END OF SECTION 017839

PROJECT RECORD DOCUMENTS 017839 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-153 – UNSUITABLE SUBGRADE UNDERCUT

DESCRIPTION

153-1.1 SUMMARY

This item covers excavation and disposal of unsuitable subgrade materials.

The contractor shall keep the subgrade well drained at all times. Depressions or areas that hold
water are not permitted at any time in the proposed subgrade. It is expected that pumping will
be necessary to maintain a well-drained subgrade. The contractor shall take actions necessary
to prevent surface water runoff from entering the excavated trench.

153-1.2 CLASSIFICATION

Unsuitable Subgrade Undercut Excavation. Unsuitable Subgrade Undercut Excavation shall


consist of the removal and disposal of fat clay type material classified as CH, when classified
in accordance with the USCS by a Geotechnical Engineer or removal of other soft and yielding
subgrade material when directed by the COTR.

153-1.3 UNSUITABLE EXCAVATION

Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod
shall be considered unsuitable for use in embankment construction. Material, when approved
by the COTR suitable to support vegetation, may be used for topsoiling. Any fat clay or soft
and yielding material shall be considered unsuitable for use in embankment construction.

CONSTRUCTION METHODS

153-2.1 EXCAVATION

A. Initial Subgrade Proofrolling. For areas larger than 25’ x 25’, after initial subgrade
excavation operations have been completed, the subgrade should be proofrolled utilizing a
heavily loaded dump truck or other pneumatic-tired vehicle of similar size and weight with
at least a 12-KIP single axle load. The purpose of the proofrolling is to locate any isolated
areas of soft or loose soils requiring improvement or replacement. Proofrolling shall not
be attempted during and following wet weather conditions. Soil or loose soil areas
identified by proofrolling, which cannot be compacted to specified percent of maximum
density or which, due to excess moisture in underlying soils, cannot be compacted to the
specified percentage of maximum density, shall be brought to the attention of the COTR.
The Contractor shall undercut these areas as directed by the COTR. After undercut is
complete, the COTR may waive the requirement to proofroll prior to backfilling with P-
220 Undercut Backfill Stone.
For areas smaller than 25’ x 25’, the subgrade shall be visually checked for soft, yielding
areas by pushing on the exposed subgrade with an excavator bucket. Soft areas should be
treated as described above.

B. Unsuitable Subgrade Undercut Excavation. Fat clay or other soft and yielding material,
such as muck, peat, matted roots, or other yielding material that are considered unsuitable
as subgrade material shall be undercut to a depth as determined by the COTR. The COTR,
prior to removal, shall approve the exact limits of the unsuitable material excavation.

UNSUITABLE SUBGRADE UNDERCUT P-153 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Excavation of unsuitable subgrade material shall be measured and paid for at the contract
unit price per cubic yard for Unsuitable Subgrade Undercut Excavation.

C. The undercut area, whether from rock or unsuitable subgrade material, shall be refilled
with P-220 Undercut Backfill Stone and thoroughly compacted by rolling. The use of soil
stabilization fabric shall be as directed by the COTR. The necessary refilling will constitute
a part of the embankment. Where rock cuts are made and refilled with selected material,
any pockets created in the rock surface shall be drained. The Contractor shall retain a
Geotechnical engineer to determine the limits of fat clay excavation.

D. Sump Installation and Pumping. During construction trapped moisture in low areas of the
subgrade, may cause undesirable soil conditions, particularly at excavations adjacent to
existing pavements. Undrained areas or depressions created in the subgrade by excavation
are not permitted at any time in this project. The Contractor shall install gravel sumps and
pump the depressed subgrade locations to maintain a well-drained subgrade at all times.
The contractor shall install additional sumps at locations as directed by the COTR. No
direct payment shall be made for the installation of the sumps or pumping but shall be
included in the unit price for pavement removal.

E. Disposal of Excavated Materials. All unsuitable excavated material shall be legally


disposed of off the Airport Property.

153-2.2 FINISHING AND PROTECTION OF SUBGRADE

A. After the subgrade has been substantially completed the full width shall be conditioned by
removing any soft or other unstable material which will not compact properly. The
resulting areas and all other low areas, holes or depressions shall be brought to grade with
suitable select material. Scarifying, blading, rolling and other methods shall be performed
to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the
plans.

B. Grading of the subgrade shall be performed so that it will drain readily. The Contractor
shall take all precautions necessary to protect the subgrade from damage. He/she shall limit
hauling over the finished subgrade to that which is essential for construction purposes.

C. Areas in the subgrade that hold water and do not drain are not permitted. The contractor
shall install a sump and pump the low area so the subgrade is well drained at all times.

D. All ruts or rough places that develop in a completed subgrade shall be smoothed and
recompacted.

E. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has
been approved by the COTR.

153-2.3 HAUL

All hauling will be considered a necessary and incidental part of the work. Its cost shall be
considered by the Contractor and included in the contract unit price for the pay of items or
work involved. No payment will be made separately or directly for hauling on any part of the
work.

UNSUITABLE SUBGRADE UNDERCUT P-153 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

153-2.4 PUMPING

It is anticipated that the contractor will have to pump to maintain a dry and well drained
subgrade. Depressions in the subgrade that hold water and do not drain are not permitted. The
cost of pumping shall be included in the unit cost for unclassified excavation. See Section
312514 for requirements to filter pumped water.

153-2.5 DUST CONTROL

The Contractor shall take all actions necessary to limit and control dust generated by
construction activities to the satisfaction of the COTR. Water trucks, vacuum sweepers and
brooms shall be used as necessary to stabilize and remove dust from the project site. Slurry
from pavement sawcuts shall be cleaned from the pavement before it is allowed to dry.

153-2.6 BLASTING

Blasting shall not be permitted.

METHOD OF MEASUREMENT

153-3.1 UNSUITABLE SUBGRADE UNDERCUT EXCAVATION

A. The quantity of unsuitable subgrade undercut excavation to be paid for shall be the number
of cubic yards measured in its original position.

B. Undercut excavation, whether rock or unsuitable subgrade, shall be only as authorized by


the COTR.

C. Undercut excavation to support the contractors’ operations shall not be measured for
payment.

153-3.2 MEASUREMENT OF EXCAVATED MATERIAL

For payment specified by the cubic yard, measurement for all excavation shall be computed by
the average end area method. The end area is that bound by the original ground line established
by field cross sections and the final theoretical pay line established by excavation cross sections
shown on the plans, subject to verification by the COTR. After completion of all excavation
operations and prior to the placing of base or subbase material, the final excavation may be
verified by the COTR by means of field cross sections taken randomly at intervals not
exceeding 50 linear feet.

BASIS OF PAYMENT

153-4.1 UNSUITABLE SUBGRADE UNDERCUT EXCAVATION

Payment shall be made at the contract unit price for Unsuitable Subgrade Undercut Excavation
per cubic yard. This price and payment be full compensation for all excavation, removal,
hauling and disposal and for all labor, equipment, tools, and incidentals necessary to complete
the item.

Payment will be made under:

UNSUITABLE SUBGRADE UNDERCUT P-153 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Item P-153-4.1 Unsuitable Subgrade Undercut Excavation per cubic yard

END ITEM P-153

UNSUITABLE SUBGRADE UNDERCUT P-153 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-154 – CONTROLLED LOW-STRENGTH MATERIAL (CLSM)

DESCRIPTION
153.1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material
(CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the
COTR.
MATERIALS
153-2.1 MATERIALS
a. Portland Cement. Portland cement shall conform to the requirements of ASTM C 150 Type I, II.
If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected.
Cement salvaged from discarded or used bags shall not be used.
b. Flyash. Flyash shall conform to ASTM C 618, Class C or F.
c. Fine Aggregate (Sand). Fine aggregate shall conform to the requirements of ASTM C 33 except
for aggregate gradation. Any aggregate gradation which produces performance characteristics of the
CLSM specified herein will be accepted, except as follows.

Sieve Size Percent Passing by


weight
3/4 in (19.0 mm) 100
No. 200 (0.075 mm) 0 - 12
d. Water. Water used in mixing shall be free of oil, salt, acid, alkali, sugar, vegetable matter, or other
substances injurious to the finished product.
MIX DESIGN
153-3.1 PROPORTIONS. The contractor shall submit, to the COTR, a mix design including the
proportions and source of materials, admixtures, and dry cubic yard (cubic meter) batch weights. The mix
shall contain a minimum of 50 pounds of cement and 250 pounds flyash per cubic yard (30 kg of cement
and 148 kg of flyash per cubic meter), with the remainder of the volume composed of sand, water, and
any approved admixtures.
a. Compressive Strength. CLSM shall be designed to achieve a 28-day compressive strength of 100
to 200 psi (690 to 3,680 kPa) when tested in accordance with ASTM D 4832. There should be no
significant strength gain after 28 days. Test specimens shall be made in accordance with ASTM D 4832.
b. Consistency. Consistency of the fresh mixture shall be such that the mixture may be placed
without segregation. A desired consistency may be approximated by filling an open-ended 3 in (75 mm)
diameter cylinder, 6 in (150 mm) high to the top, with the mixture and the cylinder immediately pulled
straight up. The correct consistency of the mixture will produce an approximate 8 in (205 mm) diameter
circular-type spread without segregation. Adjustments of the proportions of materials should be made to
achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be
maintained at one cubic yard (cubic meter) for the given batch weights.
CONSTRUCTION METHODS
153-4.1 PLACEMENT.
a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space to be
filled. Agitation is required during transportation and waiting time. Placement shall be performed in such

CONTROLLED LOW-STRENGTH MATERIAL (CLSM) P-154-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a manner that structures or pipes are not displaced from their desired final position and intrusion of
CLSM into undesirable areas is avoided. The material shall be brought up uniformly to the fill line shown
on the plans or as directed to the COTR. Each placement of CLSM shall be as continuous an operation as
possible. If CLSM is placed in more than one layer, the base layer shall be free of surface water and loose
of foreign material prior to placement of the next layer.
b. Limitations of Placement. CLSM shall not be placed on frozen ground. Mixing and placing may
begin when the air or ground temperature is at least 35 °F (2 °C) and rising. At the time of placement,
CLSM shall have a temperature of at least 40 °F (4 °C). Mixing and placement shall stop when the air
temperature is 40 °F (4 °C) and falling or when the anticipated air or ground temperature will be 35 °F (2
°C) or less in the 24 hour period following proposed placement.
153-4.2 CURING AND PROTECTION
a. Curing. The air in contact with the CLSM should be maintained at temperatures above freezing for
a minimum of 72 hours. If the CLSM is subjected to temperatures below 32 °F (0 °C), the material may
be rejected by the COTR if damage to the material is observed.
b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction
activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa) is obtained. The
Contractor shall be responsible for providing evidence to the COTR that the material has reached the
desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with
paragraph 153-3.1a.
MATERIAL ACCEPTANCE
153-5.1 Acceptance. Acceptance of CLSM delivered and placed as shown on the plans or as directed by
the COTR shall be based upon mix design approval and batch tickets provided by the Contractor to
confirm that the delivered material conforms to the mix design. The Contractor shall verify by additional
testing, each 5,000 cubic yards (3,825 cubic meters) of material used. Verification shall include
confirmation of material proportions and tests of compressive strength to confirm that the material meets
the original mix design and the requirements of CLSM as defined in this specification. Adjustments shall
be made as necessary to the proportions and materials prior to further production.
METHOD OF MEASUREMENT
153-6.1 Measurement. Controlled low strength material shall not be measured for payment separately.
All costs associated with CLSM shall be considered incidental to Item P-160-Pavement Removal and
Replacement
TESTING REQUIREMENTS

ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength
Material (CLSM) Test Cylinders
MATERIAL REQUIREMENTS

ASTM C 33 Specification for Concrete Aggregates


ASTM C 150 Specification for Portland Cement
ASTM C 618 Specification for Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a
Mineral Admixture in Concrete
ASTM C 595 Specification for Blended Hydraulic Cements
END OF ITEM P-154

CONTROLLED LOW-STRENGTH MATERIAL (CLSM) P-154-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-160 - SHOULDER REMOVAL AND REPLACEMENT

DESCRIPTION

160-1.1 GENERAL

This item shall consist of removing and disposing of existing taxiway shoulder pavement
structure (5” Bituminous Concrete and underlying CTB or base course) to facilitate the
installation of the new PCC pavement in accordance with these specifications and at the
locations shown in the plans.

MATERIALS

160-2.1 GENERAL

The types of materials to be removed along with approximate depths and typical pavements
are shown in the plans. Pavement structure information was taken from airport records. No
extra compensation will be allowed if the actual pavement thickness is within 3 inches of the
thickness shown on the plans.

CONSTRUCTION METHODS

160-3.1 REMOVAL

The existing pavement areas to be removed shall be removed in such a manner as to prevent
damage to the adjacent vertical edges and pavements. Removal limits and all edges adjacent
to existing pavements shall be saw cut full depth prior to removal or as directed by the COTR.
Cement treated base course shall be considered part of the pavement structure.

160-3.2 HAULING

The Contractor shall provide hauling equipment similar to the type used to transport waste
materials on public roads. The hauling equipment shall be equipped with covers adequate to
prevent any spillage of waste material on the pavement. Using runways, aprons, taxilanes, or
taxiways as haul roads is prohibited unless approved by the COTR and airport operations.
Runways, aprons, taxilanes, or taxiways, and all roads used in hauling waste material shall be
kept clean.

160-3.3 DISPOSAL OF MATERIALS

All materials resulting from bituminous pavement removal shall become the property of the
Contractor and disposed of off the airport property.

160-3.4 REPLACEMENT OF BASE COURSE

In locations where cement treated base (CTB) or aggregate base course is removed adjacent to
PCC pavement construction, the area shall be backfilled with P-154 Controlled Low Strength
Material.

160-3.5 PREPARATION FOR HMA PAVING

SHOULDER REMOVAL AND REPLACEMENT P-160-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

After CLSM has been allowed to cure for a minimum 24 hours, prepare the area for HMA
placement. Sawcut fresh vertical faces at the limits of demolition and blow the area completely
clean of dust, dirt and debris. Spray the CLSM surface and vertical sawcut faces with tack coat
in accordance with Section P-603.

160-3.6 HMA REPLACEMENT

Replace removed HMA pavement in two lifts, in accordance with Section P-405.

METHOD OF MEASUREMENT

160-4.1 SHOULDER REMOVAL AND REPLACEMENT

The quantity of bituminous shoulder removal and replacement to be paid for shall be measured
in square feet, measured on a horizontal plane of the actual material removed as indicated in
the plans or marked in the field by the COTR, regardless of depth of the material to be removed.
Removal outside of the limits shown on the plans as marked by the COTR will be at the
Contractor’s expense. Removal of the existing cement treated base course or aggregate base
course under the bituminous pavement and backfill with CLSM shall not be measured
separately, but shall be included with the price of this item.

BASIS OF PAYMENT

160-5.1 SHOULDER REMOVAL AND REPLACEMENT

The accepted quantity of bituminous shoulder removal and replacement shall be paid for at the
contract unit price per square foot. This price shall be full compensation for furnishing all
equipment and for all preparation, sawcutting, excavating, removal of bituminous concrete and
base course material regardless of thickness, dewatering, hauling and disposing; backfilling
with P-154 CLSM and placement and compaction of P-405 HMA pavement and for all labor,
equipment, tools and incidentals necessary to complete the bituminous shoulder removal and
replacement.

Payment will be made under:

Item P-160-5.1 - Shoulder Removal and Replacement - per square foot.

END ITEM P-160

SHOULDER REMOVAL AND REPLACEMENT P-160-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-161 - SOIL STABILIZATION FABRIC

DESCRIPTION

161-1.1 GENERAL

This item consists of the installation of a geotechnical fabric over the prepared subgrade
surfaces at the locations shown on the plans or as directed by the COTR.

MATERIALS

161-2.1 SUBMITTALS

The geotechnical fabric shall consist of woven or non-woven filaments of polypropylene,


polyester, nylon or polyethylene. Non-woven fabric may be needle punched, heat-bonded, or
combinations thereof. The fabric shall be inert to commonly encountered chemicals, rot proof,
dimensionally stable (i.e. fibers must maintain their relative position with respect to each other),
resistant to delamination, and conform to the following physical properties:

Test Test Method Units Elongation Elongation


<50% ≥50%
Grab Strength ASTM D 4632 lbs 245 (min) 155 (min)
Tear Strength ASTM D 4533 lbs 90 (min) 55 (min)
Puncture ASTM D 6241 lbs 495 (min) 310 (min)
Strength
Permittivity ASTM D 4491 sec-1 0.02 (min)
Apparent ASTM D 4751 U.S. No. 30 Sieve max. avg. roll value
Opening Size

Notes:
1. For woven fabric, test results shall be referenced to orientation with warp, or
weave, whichever case may be. Both woven and nonwoven fabric shall be tested
wet.

2. Test results may be obtained by manufacturer's certification.

CONSTRUCTION METHODS

161-3.1 GENERAL

Soil Stabilization Fabric shall be placed on subgrade where shown in the plans, on subgrade in
prepared undercut areas as discussed in Item P-153 and as directed by the COTR. If the COTR
determines that the use of Soil Stabilization Fabric in undercut areas will expedite construction,
the COTR will direct the Contractor to place the Soil Stabilization Fabric prior to placing the
aggregate stone used to fill the undercut area. The use of Soil Stabilization Fabric in undercut
areas is reserved for the discretion of the COTR.

Fabric to be used for undercut shall be double layered. One layer of fabric shall be placed
under the aggregate backfill and one layer of fabric shall be placed on top of the aggregate

SOIL STABILIZATION FABRIC P-161-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

backfill. The square yard measurement shall include both layers of fabric.

161-3.2 DELIVERY, STORAGE, PREPARATION AND INSTALLATION

The Contractor shall submit samples of the proposed fabric and proposed widths for approval
by the Engineer prior to ordering the fabric.

Fabric shall be delivered to the job site in such a manner as to facilitate handling and
incorporation into the work without damage. Material shall be stored in such a manner as to
prevent exposure to direct sunlight and damage by other construction activities.

Prior to the installation of the fabric, the application surface shall be cleared of debris and sharp
objects. All wheel tracks or ruts in excess of three (3) inches in depth shall be graded smooth
or otherwise filled with soil to provide a reasonably smooth surface.

Fabric may be installed on the application surface either by hand or mechanical methods,
provided that the fabric is not torn or the surface rutted.

Fabric of insufficient width or length to fully cover the specified area shall be lapped, or sewn.
The following are minimum laps for each:

1) Lap Only - 24"


2) Sewn - 4"

If sewn, the seam strength shall be equal or more than the minimum grab tensile strength of the
fabric when tested wet.

Aggregate material meeting the requirements of P-209 Crushed Aggregate Base Course and/or
P-219 shall be installed in conjunction with the Soil Stabilization Fabric under this provision.
The aggregate material used to fill the undercut area shall be selected by the COTR, and paid
for under Item P-209 or P-219.

The fabric shall be placed to the width and depth directed by the COTR. Unless otherwise
specified, the material shall be back-dumped on the fabric in a sequence of operations
beginning at the outer edges of the treatment area with subsequent placement towards the
middle.

Placement of the aggregate on the fabric shall be accomplished by spreading dumped material
off of previously placed material with a bulldozer blade or end-loader, in such a manner as to
prevent tearing or shoving of the cloth. Dumping of material directly on the fabric will only
be permitted to establish an initial working platform. No vehicles or construction equipment
shall be allowed on the fabric prior to placement of the granular blanket.

Fabric which is damaged during installation or subsequent placement of granular material, due
to failure of the Contractor to comply with these provisions, shall be repaired or replaced at his
expense, including costs of removal and replacement of the base course material.

Torn fabric may be patched in-place by cutting and placing a piece of the same fabric over the
tear. The dimensions of the patch shall be at least two (2) feet larger than the largest dimension
secured to prevent the granular material from causing lap separation.

SOIL STABILIZATION FABRIC P-161-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

The fabric shall be installed immediately before the base course to minimize exposure to
sunlight. No construction traffic will be allowed on the fabric until the fabric is covered by the
base course. The Contractor shall keep pedestrian traffic on the applied fabric to a minimum
and shall repair any damage to the fabric at his cost as directed by the COTR.

All fabric placed shall be wrinkle free and accepted for paving by the COTR. All fabric placed
shall be covered by a layer of base the same day.

METHOD OF MEASUREMENT

161-4.1 Soil Stabilization Fabric will be measured in square yards of subgrade surface covered with the
geotechnical fabric as shown in the plans, in accordance with the provisions of this item and
accepted by the COTR. The square yard measurement shall include two layers of fabric (top
and bottom of backfill stone).

No additional quantity is allowed for lapping of the fabric at joints or for any vertical distance.

BASIS OF PAYMENT

161-5.1 Payment will be made at the contract unit price per square yard for Soil Stabilization Fabric
which shall be full compensation for all materials, fabric, labor, equipment, tools, and
incidentals necessary to complete the work as specified. Payment per square yard for Soil
Stabilization Fabric will include the cost for two applications of fabric (top and bottom of
backfill stone).

Payment will be made under:

Item P-161-5.1 - Soil Stabilization Fabric per square yard

END ITEM P-161

SOIL STABILIZATION FABRIC P-161-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

SECTION P-162 – GEOGRID FOR SUBGRADE STABILIZATION

DESCRIPTION

162-1.1 GENERAL

This item consists of the installation of a geogrid over the prepared subgrade surfaces as
directed by the COTR. This item is included as a contingency item when extremely poor soils
are encountered and other methods of undercutting and backfill stone are not deemed as
sufficient to provide construction platform.

MATERIALS

162-2.1 SUBMITTALS

The geogrid shall be a biaxial grid consisting of polypropylene, polyester, nylon or


polyethylene. The geogrid shall be inert to commonly encountered chemicals, rot proof,
dimensionally stable (i.e. fibers must maintain their relative position with respect to each other),
and resistant to delamination and conform to the following physical properties:

Test Test Method Units Longitudinal Transverse


Direction Direction
Ultimate Tensile Strength ASTM D 6637 Lb/ft 1320 2100
Tensile Strength @ 2% Strain ASTM D 6637 Lb/ft 410 600
Tensile Strength @ 5% Strain ASTM D 6637 Lb/ft 810 1340
Initial Modulus ASTM D 6637 Lb/ft 27,400 44,500
Tensile Modulus @ 2% Strain ASTM D 6637 Lb/ft 19,000 29,750
Tensile Modulus @ 5% Strain ASTM D 6637 Lb/ft 16,400 26,800
Junction Strength GFI-GG2 Lb/ft 1,080 1,770
Flexural Rigidity ASTM D 1388 Mg-cm 750,000 NA

Acceptable products include:

a. Tensar BX1200
b. US Fabric BaseGrid 33
c. Tenax MS330

CONSTRUCTION METHODS

162-3.1 GENERAL

Geogrid shall be placed in the bottom of unsuitable undercut excavations or on subgrade as


directed by the COTR.

162-3.2 DELIVERY, STORAGE, PREPARATION AND INSTALLATION

The Contractor shall submit samples of the proposed geogrid and proposed widths for approval
by the COTR prior to ordering the geogrid.

Geogrid shall be delivered to the job site in such a manner as to facilitate handling and

GEOGRID FOR SUBGRADE STABILIZATION P-162-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

incorporation into the work without damage. Material shall be stored in such a manner as to
prevent exposure to direct sunlight and damage by other construction activities.

Prior to the installation of the geogrid, the application surface shall be cleared of debris and
sharp objects. All wheel tracks or ruts in excess of three (3) inches in depth shall be graded
smooth or otherwise filled with soil to provide a reasonably smooth surface.

Geogrid of insufficient width or length to fully cover the specified area shall be lapped. The
following are minimum laps for each:

1) Overlap = 36”

Aggregate material meeting the requirements of P-209 Crushed Aggregate Base Course and/or
P-220 Undercut Backfill Stone shall be installed in conjunction with the Soil Stabilization
Fabric under this provision. The aggregate material used to fill the undercut area shall be
selected by the COTR, and paid for under Item P-209 and/or P-220.

The geogrid shall be placed to the width and depth directed by the COTR. Unless otherwise
specified, the material shall be back-dumped on the geogrid in a sequence of operations
beginning at the outer edges of the treatment area with subsequent placement towards the
middle.

Placement of the aggregate on the geogrid shall be accomplished by spreading dumped material
off of previously placed material with a bulldozer blade or end-loader, in such a manner as to
prevent tearing or shoving of the geogrid. Dumping of material directly on the geogrid will
only be permitted to establish an initial working platform. No vehicles or construction
equipment shall be allowed on the geogrid prior to placement of the granular blanket.

Geogrid which is damaged during installation or subsequent placement of granular material,


due to failure of the Contractor to comply with these provisions, shall be repaired or replaced
at his expense, including costs of removal and replacement of the base course material.

Torn geogrid may be patched in-place by cutting and placing a piece of the same geogrid over
the tear. The dimensions of the patch shall be at least two (2) feet larger than the largest
dimension secured to prevent the granular material from causing lap separation.

The geogrid shall be installed immediately before the base course to minimize exposure to
sunlight. No construction traffic will be allowed on the geogrid until the geogrid is covered by
the base course. The Contractor shall keep pedestrian traffic on the applied geogrid to a
minimum and shall repair any damage to the geogrid at his cost as directed by the COTR.

All geogrid placed shall be covered by a layer of aggregate the same day.

METHOD OF MEASUREMENT

162-4.1 Geogrid will be measured in square yards of subgrade surface covered with the geogrid as
shown in the plans, in accordance with the provisions of this item and accepted by the COTR.

No additional quantity is allowed for lapping of the geogrid at joints or for any vertical distance.

GEOGRID FOR SUBGRADE STABILIZATION P-162-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

BASIS OF PAYMENT

162-5.1 Payment will be made at the contract unit price per square yard for Geogrid For Subgrade
Stabilization which shall be full compensation for all materials, fabric, labor, equipment, tools,
and incidentals necessary to complete the work as specified.

Payment will be made under:

Item P-162-5.1 – Geogrid for Subgrade Stabilization per square yard

END ITEM P-162

GEOGRID FOR SUBGRADE STABILIZATION P-162-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-202 – HMA CRACK SEALING

DESCRIPTION

202-1.1 GENERAL

This item consists of cleaning, routing, removal of vegetation and sealing of joints and cracks
in existing HMA pavements prior to being overlaid. All joints and cracks to be sealed shall be
designated by the COTR.

MATERIALS

202-2.1 Crack Sealant

The crack sealant shall meet the requirements of ASTM D 5329 and ASTM D 6690.

CONSTRUCTION METHODS

202-3.1 GENERAL

The cracks or joints to be sealed shall be a minimum of 1/4” and not exceed 3/4" in width. The
cracks shall be routed and/or cleaned to provide a sealant reservoir of a width to depth ratio of
1:1 with a minimum width of 3/8” and a depth equal to the width plus 1/4”. No crack sealer
material shall be placed until the cracks have been cleaned of all loose dirt and material.
Following the initial routing and cleaning operation, all cracks will be blown out with
compressed air. The cracks shall be inspected and approved prior to placing the sealer material.
Any and all loose materials shall be disposed of by the Contractor off site. Contractor shall use
any combination of joint/crack rakes, plows, routers, wire wheels and air compressors to clean
the crack/joint of all laitance, sealant debris and dust film.

202-3.2 APPLICATION OF CRACK SEALING MATERIAL

Final cleaning will not proceed in advance of sealing by more than one (1) working day, except
as otherwise approved by the COTR.

The crack routing shall provide a width to depth ratio of 1:1 for sealant material.

The crack sealant shall be applied uniformly solid from bottom to top and shall be filled without
formation of entrapped air or voids. The heating kettle shall be an indirect heating type,
constructed as a double boiler. A positive temperature control and mechanical agitation shall
be provided. The sealant shall not be heated to more than 20° F above the safe heating
temperature. The safe heating temperature can be obtained from the manufacturer's shipping
container. A direct connecting pressure type extruding device with nozzles shaped for insertion
into the joint shall be provided. Sealing material should be used sparingly. Only enough
material shall be poured into the opening to fill the crevice to within 1/8" below the pavement
surface. Overfilling will not be permitted. Any excess joint or crack sealer on the surface of
the pavement shall be removed from the pavement surface.

HMA CRACK SEALING P-202-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

METHOD OF MEASUREMENT

202-4.1 The linear feet of cleaning and sealing of cracks to be paid for shall be the number of linear
feet of each crack or joint routed, cleaned, sealed and accepted by the COTR.

BASIS OF PAYMENT

202-5.1 Payment will be made at the contract unit price per linear feet of each crack or joint routed,
cleaned, sealed and accepted as complete. Measurement of linear feet of crack cleaning and
sealing for payment shall be to the nearest foot.

Payment will be made under:

Item P-202-5.1 – HMA Crack Sealing - per linear foot

END ITEM P-202

HMA CRACK SEALING P-202-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-203 – HMA SAND MIX CRACK REPAIR

DESCRIPTION

203-1.1 GENERAL

This item consists of cleaning, routing, removal of vegetation in cracks of 3/4 inch minimum
width, with placement and compaction of an HMA sand mix in the void in existing HMA
pavements. All cracks to be filled by sand mix crack material shall be designated by the COTR

MATERIALS

203-2.1 CRACK/JOINT FILLER

HMA sand mix shall be a mixture of emulsified asphalt and aggregate. The aggregate shall
consist of limestone, volcanic ash, sand, or other material that will cure to form a hard
substance. The combined gradation shall be as shown in Table 1.

TABLE 1
Sieve Size Percent Passing
No. 4 100
No. 8 90-100
No. 16 65-90
No. 30 40-60
No. 50 25-42
No. 100 15-30
No. 200 10-20

The mixture shall not contain more than 20% natural sand without approval in writing from the
COTR.

The proportions of asphalt emulsion and aggregate shall be determined in the field and may be
varied to facilitate construction requirements. Normally, these proportions will be
approximately one part asphalt emulsion to five parts aggregate by volume. The material shall
be poured into the joints or cracks or shall be placed in the joint or crack and compacted to
form a voidless mass. The joint or crack shall be filled within 0 to 1/4 inch below the surface.
Any material spilled outside the width of the joint shall be removed from the surface prior.

CONSTRUCTION METHODS

203-3.1 GENERAL

The cracks or joints to be sealed shall not be less than 3/4 inch in width. No crack filler material
shall be placed until the cracks have been cleaned of all loose dirt, joint material and debris.

A tack coat shall be applied to the cleaned crack prior to installation of the sand mix.

203-3.2 APPLICATION OF SAND MIX MATERIAL

Final cleaning will not proceed in advance of sealing by more than one (1) working day, except

HMA SAND MIX CRACK REPAIR P-203-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

as otherwise approved by the COTR.

A tack coat shall be applied to the cleaned joint prior to installation of the sand mix.

The crack shall be filled with the bituminous mixture and the top lift compacted with a self-
propelled vibratory "pup" roller or other means approved by the COTR.

Mixture for cracks and joints delivered to the work site which has cooled to 200° F shall be
considered unsatisfactory to the work and shall not be used.

METHOD OF MEASUREMENT

203-4.1 The linear feet of HMA sand mix crack filler to be paid for shall be the number of linear feet
of cracks filled as directed and accepted by the COTR.

BASIS OF PAYMENT

203-5.1 Payment will be made at the contract unit price per linear feet of HMA sand mix crack repair
cleaned and accepted as complete. Measurement of linear feet of HMA sand mix crack repair
for payment shall be to the nearest foot.

Payment will be made under:

Item P-203-5.1 – HMA Sand Mix Crack Repair - per linear foot

END ITEM P-203

HMA SAND MIX CRACK REPAIR P-203-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-209 - CRUSHED AGGREGATE BASE COURSE

DESCRIPTION
209-1.1 This item consists of a base course composed of crushed aggregates constructed on a prepared
course in accordance with these specifications and in conformity to the dimensions and typical cross
sections shown on the plans.
209-1.2 SUBMITTALS. Furnish shop drawings, manufacturer’s data, test reports and materials
certification for all materials required in the referenced section, including:
1. Aggregate Test Data and Certifications
a. Flat and Elongated Pieces
b. Fractured Faces
c. Abrasion
d. Sulfate Soundness
e. Gradation
f. Sand Equivalent Value of Fine Aggregate
g. Atterberg Limits of minus 40 Sieve Material
h. Source of Supply
2. Field Density Reports
3. Moisture Density Curve Reports
4. Compaction Test Reports
5. Surface Tolerance Test Reports
6. Thickness Test Reports
The test data shall not be more than 6 months previous to the date of the submittal.
MATERIALS
209-2.1 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone,
crushed gravel, or crushed slag and shall be free from coatings of clay, silt, organic material, or other
objectionable materials. Aggregates shall contain no clay lumps or balls. Fine aggregate passing the No.
4 (4.75 mm) sieve shall consist of fines from the coarse aggregate crushing operations. If necessary, fine
aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by
crushing stone, gravel, or slag that meet the coarse aggregate requirements for wear and soundness.
The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70
pounds per cubic foot (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29.
The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve, shall not
have a loss of greater than 45% when tested per ASTM C 131. The sodium sulfate soundness loss shall
not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when
tested in accordance with ASTM C 88. The aggregate shall contain no more than 15%, by weight, of flat,
elongated, or flat and elongated particles per ASTM D 4791. A flat particle is one having a ratio of width
to thickness greater than 3; an elongated particle is one having a ratio of length to width greater than three
(3). The aggregate shall have at least 90% by weight of particles with at least two fractured faces and
100% with at least one fractured face per ASTM D 5821. The area of each face shall be equal to at least
75% of the smallest mid-sectional area of the piece. When two fractured faces are contiguous, the angle
between the planes of fractures shall be at least 30 degrees to count as two fractured faces.
The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25 and a
plasticity index of not more than 3 when tested in accordance with ASTM D 4318. The fine aggregate

CRUSHED AGGREGATE BASE COURSE P-209-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

shall have a minimum sand equivalent value of 35 when tested accordance with ASTM D 2419.
a. Sampling and Testing. Samples shall be taken by the Contractor in the presence of the COTR.
Material shall meet the requirements in paragraph 209-2.1 and 209-2.2. This sampling and testing will be
the basis for approval of the aggregate base quality requirements.
In lieu of testing, the COTR may accept certified state test results indicating that the aggregate meets
specification requirements. Certified test results shall be less than 6 months old.
209-2.2 GRADATION REQUIREMENTS. The gradation of the aggregate base material shall meet the
requirements of the gradation given in Table 1 when tested per ASTM C117 and ASTM C136. The
gradation shall be well graded from coarse to fine as defined by ASTM D2487 and shall not vary from the
lower limit on one sieve to the high limit on an adjacent sieve or vice versa. The fraction of material
passing the No. 200 (0.075 mm) sieve shall not exceed one-half the fraction passing the No. 40 (0.45 mm)
sieve.
The material finer than 0.02 mm shall be limited to a maximum of 3% and the maximum allowable
material passing the No. 200 sieve shall be reduced from 0-8% to 0-5%. Testing per ASTM D422 will be
required for the percentage passing the 0.02 mm particle size once per day of production.
Table 1. Requirements For Gradation Of Aggregate Base

Sieve Size Design Range Job Mix Tolerances


Percentage by Weight Percent

2 in (50.0 mm) 100 0

1-1/2 (37.0 mm) 95-100 +/- 5

1 in (25.0 mm) 70-95 +/- 8

3/4 in (19.0 mm) 55-85 +/- 8

No. 4 (4.75 mm) 30-60 +/- 8

No. 30 (0.60 mm) 12-30 +/- 5

No. 200 (0.075 mm) 0-8 +/- 3

Note: VDOT Gradation 21B is permitted.


The “Job Control Grading Band Tolerances for Contractor’s Final Gradation” in the table shall be applied
to “Contractor’s Final Gradation” to establish a job control grading band. The full tolerance still applies if
application of the tolerances results in a job control grading band outside the design range.
a. Sampling and Testing for gradation. Gradation tests shall be performed by the Contractor per
ASTM C136 and sieve analysis on material passing the No. 200 sieve (75 mm) per ASTM C112. The
Contractor shall take at least two aggregate base samples per day of production to check the final
gradation. Sampling shall be per ASTM D75. The samples shall be taken from the in-place, un-compacted
material in the presence of the COTR. Sampling points and intervals will be designated by the COTR.
In lieu of testing, the COTR may accept certified state test results indicating that the aggregate meets
specification requirements. Certified test results shall be less than 6 months old.

CRUSHED AGGREGATE BASE COURSE P-209-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

CONSTRUCTION METHODS
209-3.1 PREPARING UNDERLYING COURSE. The underlying subgrade and/or subbase shall be
checked and accepted by the COTR before base course placing and spreading operations begin. Re-proof
rolling of the subgrade or proof rolling of the subbase in accordance with P-153, at the Contractor’s
expense, may be required by the COTR if the Contractor fails to ensure proper drainage or protect the
subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or
any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the
spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high
side of the pavement with a one-way slope.
209-3.2 PRODUCTION. The aggregate shall be uniformly blended and, when at a satisfactory moisture
content per paragraph 209-3.4, the approved material may be transported directly to the spreading
equipment.
209-3.3 PLACING. The aggregate base material shall be placed on the prepared underlying subgrade
and/or subbase and compacted in layers to the thickness shown on the plans. Work shall progress without
interruption. The material shall be deposited and spread in lanes in a uniform layer without segregation to
such loose depth that, when compacted, the layer shall have the specified thickness. The aggregate base
course shall be constructed in layers of uniform thickness of not less than 3 inches nor more than 6 inches
of compacted thickness. The aggregate as spread shall be of uniform grading with no pockets of fine or
coarse materials. The aggregate, unless otherwise permitted by the COTR, shall not be spread more than
2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits.
Care shall be taken to prevent cutting into the underlying layer during spreading. No material shall be
placed in snow or on a soft, muddy, or frozen course. The aggregate base material shall be spread by
spreader boxes or other approved devices. This equipment shall have positive thickness controls that
spread the aggregate in the required amount to avoid or minimize the need for hand manipulation.
Dumping from vehicles that require re-handling shall not be permitted. Hauling over the uncompacted
base course shall not be permitted.
When more than one layer is required, the construction procedure described herein shall apply similarly to
each layer.
209-3.4 COMPACTION. Immediately after completion of the spreading operations, compact each layer
of the base course, as specified, with approved compaction equipment. The number, type, and weight of
rollers shall be sufficient to compact the material to the required density within the same day that the
aggregate is placed on the subgrade. The moisture content of the material during placing operations shall
be within ±2 percentage points of the optimum moisture content as determined by ASTM D1557, Method
C.
209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall
be accepted for density on a slab-by-slab basis. Contractor’s laboratory shall perform all density tests in
the COTR’s presence and provide the test results upon completion daily to the COTR for acceptance.
One test shall be made for each replacement slab and shall consist of the average of two random locations
within the slab footprint for density determination. Sampling locations will be determined by the COTR
on a random basis per ASTM D3665.
For the top course of 6-inch Crushed Aggregate Base Course, each slab area will be accepted for density
when the field density is at least 100% of the maximum density of laboratory specimens.
For areas where crushed aggregate base course is used to fill unsuitable undercut, each undercut area will
be accepted for density when the field density is at least 95% of the maximum density of laboratory
specimens.
The specimens shall be compacted and tested per ASTM D 1557, Method C. The in-place field density

CRUSHED AGGREGATE BASE COURSE P-209-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

shall be determined per ASTM D6938 using Procedure A, the direct transmission method; and ASTM
D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in
accordance with ASTM D6938. If the specified density is not attained, the entire replacement slab area
shall be reworked and/or recompacted and two additional random tests made at the Contractor’s expense.
This procedure shall be followed until the specified density is reached.
209-3.6 SURFACE TOLERANCES. After the course has been compacted, the surface shall be tested
for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing
in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm), reshaped and
recompacted to grade until the required smoothness and accuracy are obtained and approved by the
COTR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s
expense. The smoothness and accuracy requirements specified here apply only to the top layer when base
course is constructed in more than one layer.
a. Smoothness. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a
12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge
shall be moved continuously at half the length of the 12-foot (3.7-m) straightedge for the full length of
each line on a 50-foot (15-m) grid.
b. Accuracy. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within
+0 and -1/2 inch (12 mm) of the specified grade or at Sampling points and intervals designated by the
COTR.
209-3.7 THICKNESS CONTROL. The thickness of the base course shall be within +0 and -1/2 inch (12
mm) of the specified thickness as determined by depth tests taken by the Contractor in the presence of the
COTR. Tests shall be taken at in random locations at a frequency no less than one test per two
replacement slabs. Sampling locations will be determined by the COTR per ASTM D3665. Where the
thickness is deficient by more than 1/2 inch (12 mm), the Contractor shall correct such areas at no
additional cost by scarifying to a depth of at least 3 inches (75 mm), adding new material of proper
gradation, and the material shall be blended and recompacted to grade. Additional test holes may be
required to identify the limits of deficient areas. The Contractor shall replace, at his expense, base
material where depth tests have been taken.
209-3.8 PROTECTION. Perform construction when the atmospheric temperature is above 35°F (2°C).
When the temperature falls below 35°F (2°C), protect all completed areas by approved methods against
detrimental effects of freezing. Correct completed areas damaged by freezing, rainfall, or other weather
conditions to meet specified requirements. When the aggregates contain frozen materials or when the
underlying course is frozen or wet, the construction shall be stopped. Hauling equipment may be routed
over completed portions of the base course, provided no damage results. Equipment shall be routed over
the full width of the base course to avoid rutting or uneven compaction. The COTR will stop all hauling
over completed or partially completed base course when, in the COTR’s opinion, such hauling is causing
damage. Any damage to the base course shall be repaired by the Contractor at the Contractor’s expense.
209-3.9 MAINTENANCE. The Contractor shall maintain the base course in a satisfactory condition until
the full pavement section is completed and accepted by the COTR. The surface shall be kept clean and
free from foreign material and properly drained at all times. Maintenance shall include immediate repairs
to any defects and shall be repeated as often as necessary to keep the area intact. Any base course that is
not paved over prior to the onset of winter shall be retested to verify that it still complies with the
requirements of this specification. Any area of base course that is damaged shall be reworked or replaced
as necessary to comply with this specification.
Equipment used in the construction of an adjoining section may be routed over completed base course, if
no damage results and the equipment is routed over the full width of the base course to avoid rutting or
uneven compaction.

CRUSHED AGGREGATE BASE COURSE P-209-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

The Contractor shall remove all survey and grade hubs from the base courses prior to placing any
bituminous surface course.
209-3.10 CONTRACTOR QUALITY CONTROL FOR CRUSHED AGGREGATE BASE
COURSE. The Contractor shall provide quality control for crushed aggregate base course in accordance
with the Contractor Quality Control Program. In addition, the Contractor supplied quality control shall
consist of:

a. Material Requirements. The Contractor shall perform all preliminary testing and testing during
production of all material used as crushed aggregate base course. The quality and gradation of the crushed
aggregate base course shall meet the requirements specified herein. The certifications and test reports shall
be dated within 6 months of the submittal date and shall identify the test method.
b. Maximum Density-Optimum Moisture. The Contractor shall obtain a maximum density-optimum
moisture curve in accordance with ASTM D 1557 Method C for each material used a crushed aggregate
base course.
c. Compaction Tests. The Contractor shall obtain in-place field densities, at the sampling rate
specified in paragraph 209-3.5 Acceptance Sampling and Testing for Density.
d. Surface Tolerance. The Contractor shall measure and document the surface smoothness in
accordance with paragraph 209-3.6 Surface Tolerance.
e. Thickness Control. The Contractor shall determine complete thickness in accordance with
paragraph 209-3.7 Thickness Control.
f. Reports. A report of all preliminary test results and maximum density-optimum moisture curves
shall be made and given to the COTR prior to use of the material as crushed aggregate base course. A
report of all production testing, in-place densities, surface tolerances and thicknesses shall be made and
given to the COTR within 48 hours of making the tests.

METHOD OF MEASUREMENT
209-4.1 The quantity of Crushed Aggregate Base Course, 6” will be determined by measurement of the
number of square yards of material actually constructed and accepted by the COTR as complying with the
plans and specifications. Base materials shall not be included in any other excavation quantities.
209-4.2 The quantity of Crushed Aggregate Base Course used as backfill in unsuitable undercut areas
shall be measured by the number of tons of crushed aggregate base course used in the accepted work.
Recorded truck scale weights shall be used to determine the basis for the tonnage.
BASIS OF PAYMENT
209-5.1 Payment shall be made at the contract unit price per square yard for crushed aggregate base
course. This price shall be full compensation for furnishing all materials, for preparing and placing these
materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.
209-5.2 Payment for accepted Crushed Aggregate Base Course used as backfill in unsuitable undercut
areas shall be made at the unit price per ton. The price shall be compensation for furnishing all materials,
for all preparation and placing of these materials, and for all labor, equipment, tools and incidentals
necessary to complete the item.
Payment will be made under:
Item P-209-5.1 Crushed Aggregate Base Course, 6”-per square yard
Item P-209-5.2 Crushed Aggregate Base Course -per ton

CRUSHED AGGREGATE BASE COURSE P-209-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

TESTING REQUIREMENTS

ASTM C 29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in
Aggregate

ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium


Sulfate or Magnesium Sulfate

ASTM C 117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in
Mineral Aggregates by Washing

ASTM C 131 Standard Test Method for Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine

ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates

ASTM D 75 Standard Practice for Sampling Aggregates

ASTM D 422 Standard Test Method for Particle-Size Analysis of Soils

ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3))

ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method

ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))

ASTM D 2167 Standard Test Method for Density and Unit Weight of Soil in Place by the
Rubber Balloon Method

ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate

ASTM D 3665 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method

ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index
of Soils

ASTM D 4718 Standard Practice for Correction of Unit Weight and Water Content for
Soils Containing Oversize Particles

ASTM D 4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate

ASTM D 5821 Standard Test Method for Determining the Percentage of Fractured Particles
in Coarse Aggregate

CRUSHED AGGREGATE BASE COURSE P-209-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM D 6938 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)

END OF ITEM P-209

CRUSHED AGGREGATE BASE COURSE P-209-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-219 - RECYCLED CONCRETE AGGREGATE BASE COURSE

DESCRIPTION
219 -1.1 This item consists of a base course composed of recycled concrete aggregate, crushed to meet a
particular gradation, constructed on a prepared course in accordance with these specifications and in
conformity to the dimensions and typical cross sections shown on the plans.
219-1.2 SUBMITTALS. Furnish shop drawings, manufacturer's data, test reports and materials
certifications for all materials required in the referenced section, including:

1. Aggregate test data and certifications


a. Flat and elongated pieces
b. Fractured Face
c. Abrasion
d. Sulfate soundness
e. Gradation
f. Sand equivalent value of fine aggregate
g. Atterberg limits of minus 40 sieve material
h. Source of supply
2. Field Density Reports
3. Moisture Density Curve Reports
4. Compaction Test Reports
5. Surface Tolerance Test Reports
6. Thickness Test Reports

The test data shall not be more than 6 months previous to the date of the submittal.

MATERIALS
219-2.1 AGGREGATE. Recycled concrete aggregate shall consist of Portland Cement Concrete or other
concrete containing pozzolanic binder material. The recycled concrete material shall be free of reinforcing
steel, expansion material. Asphalt concrete overlays shall be removed from the PCC surface prior to
pavement removal and crushing. Also, full-slab asphalt concrete panels (used as a replacement for a
removed PCC slab) shall be removed. An incidental amount of recycled asphalt concrete pavement and
other foreign material may be present in the recycled concrete aggregate.
Recycled concrete aggregate for base course shall consist of at least 90%, by weight, Portland cement
concrete, with the following materials making up the remaining 10%:

Wood 0.1 percent maximum

Brick, mica, schist, or other friable materials 4 percent maximum

Asphalt concrete 10 percent maximum

Virgin aggregates may be added to meet the 90% minimum concrete requirement.
The percentage of wood, brick, mica, schist, other friable materials, and asphalt concrete shall be
determined by weighing that material retained on the No. 4 sieve, and dividing by the total weight of
recycled concrete aggregate material retained on the No. 4 sieve.

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

The fine aggregate shall be produced by crushing stone, gravel, slag, or recycled concrete that meet the
requirements for wear and soundness specified for coarse aggregate. Fine aggregate may be added to
produce the correct gradation.
The amount of flat and elongated particles in recycled concrete aggregate shall not exceed 20% for the
fraction retained on the 1/2 inch (12 mm) sieve nor 20% for the fraction passing the 1/2 inch (12 mm)
sieve when tested per ASTM D4791. A flat particle is one having a f width to thickness ratio greater than
3; an elongated particle is one having a length to width ratio greater than 3.
The percentage of wear shall not be greater than 45% when tested per ASTM C 131. The sodium sulfate
soundness test (ASTM C88) requirement is waived for recycled concrete aggregate.
The fraction passing the No. 40 (0.42-mm) sieve shall have a liquid limit no greater than 25 and a
plasticity index of not more than four (4) when tested per ASTM D 4318. The fine aggregate shall have a
minimum sand equivalent value of 35 when tested per ASTM D 2419.
a. Sampling and Testing. Recycled concrete aggregate samples for preliminary testing shall be
furnished by the Contractor prior to the start of base construction. All tests for initial aggregate submittals
necessary to determine compliance with the specification requirements will be made by the COTR at no
expense to the Contractor.
Samples of recycled concrete aggregate shall be furnished by the Contractor at the start of production
and at intervals during production. The sampling points and intervals will be designated by the COTR.
The samples will be the basis of approval of recycled concrete aggregate for the quality requirements.
Samples of recycled concrete aggregate to check gradation shall be taken at least once daily.
Sampling shall be per ASTM D75, and testing shall be per ASTM C136 and ASTM C117.
b. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design
range indicated in the following table, when tested per ASTM C117 and ASTM C136. The final gradation
shall be continuously graded from coarse to fine and shall not vary from the low limit on one sieve to the
high limit on an adjacent sieve or vice versa.
Requirements for Gradation of Recycled Concrete Aggregate

Sieve Size Percentage by Job Mix Tolerances


Weight
Percent
Passing Sieves

2 in (50 mm) 100 --

1-1/2 (38 mm) 95 - 100 +/- 5

1 in (25 mm) 70 - 95 +/- 8

3/4 in (19 mm) 55 - 85 +/- 8

No. 4 (4.75 mm) 30 - 60 +/- 8

No. 30 (0.60 mm) 12 - 30 +/- 5

No. 200 (0.075 mm) 0-5 +/- 3

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

The job mix tolerances in table shall be applied to the job mix gradation to establish a job control
gradation band. The full tolerance still will apply if application of the tolerances results in a job control
gradation band outside the design range.

EQUIPMENT
219-3.1 GENERAL. All equipment necessary to mix, transport, place, compact, and finish the recycled
concrete aggregate base course shall be furnished by the Contractor. The Contractor shall provide written
certification to the COTR that all equipment meets the requirements for this section. The equipment shall
be inspected by the COTR at the job site prior to the start of construction operations.
219-3.2 MIXING EQUIPMENT. Base course shall be thoroughly mixed in a plant suitable for recycled
concrete aggregate. The mixer shall be a batch or continuous-flow type equipped with a calibrated
metering and feeding device that introduce the aggregate and water into the mixer in specified quantities.
If necessary, a screening device shall be installed to remove oversized material greater than 2 inches (50
mm) from the recycled concrete aggregate feed.
The COTR shall have access to the plant at all times for inspection of the plant’s equipment and operation
and for sampling the mixed recycled concrete aggregate materials.
219-3.3 HAULING EQUIPMENT. The mixed recycled concrete aggregate base course shall be
transported from the plant to the job site in hauling equipment having beds that are smooth, clean, and
tight. Truck bed covers shall be provided and used to protect the mixed recycled concrete aggregate base
course from rain during transport.
219-3.4 PLACING EQUIPMENT. Recycled concrete aggregate shall be placed using a mechanical
spreader or machine capable of receiving, spreading, and shaping the material without segregation into
uniform layer or lift. The placing equipment shall be equipped with a strike off plate that can be adjusted
to the layer thickness.
219-3.5 COMPACTION EQUIPMENT. Recycled concrete aggregate base course shall be compacted
using one or a combination of the following pieces of equipment: steel-wheeled roller; vibratory roller;
pneumatic-tire roller; and/or hand-operated power tampers (for areas inaccessible to rollers).
219-3.6 FINISHING EQUIPMENT. Trimming of the compacted recycled concrete aggregate to meet
surface requirements shall be accomplished using a self-propelled grader or trimming machine, with a
mold board cutting edge of 12 feet (3.7 m) minimum width automatically controlled by sensors in
conjunction with an independent grade control from a taut stringline. Stringline will be required on both
sides of the sensor controls for all lanes.

CONSTRUCTION METHODS
219-4.1 WEATHER LIMITATIONS. Construction is allowed only when the atmospheric temperature
is at or above 35 °F (2 °C). When the temperature falls below 35 °F (2 °C), the Contractor shall protect all
completed areas against detrimental effects of freezing. The Contractor shall repair any areas damaged by
freezing, rainfall, or other weather conditions.
219-4.2 PREPARING UNDERLYING COURSE. The underlying course shall be checked by the
COTR before placing and spreading operations are started. Any ruts or soft yielding places caused by
improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor’s expense
before the base course is placed there. Material shall not be placed on frozen material.
To protect the existing layers and to ensure proper drainage, the spreading of the recycled concrete
aggregate base course shall begin along the centerline of the pavement on a crowned section or on the

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

greatest contour elevation of a pavement with a variable uniform cross slope.


219-4.3 GRADE CONTROL. Grade control between the edges of the recycled concrete aggregate base
course lanes shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the
centerline and at intervals of 50 feet (15 m) or less on the longitudinal grade and 25 feet (7.5 m) or less on
the transverse grade.
219-4.4 MIXING. The recycled concrete shall be uniformly blended during crushing operations and
mixed with water in a mixing plant suitable for recycled concrete aggregate. The plant shall blend and
mix the materials to meet the specifications and to secure the proper moisture content for compaction.
219-4.5 PLACING. The recycled concrete aggregate base material shall be placed on the moistened
subgrade or base in layers of uniform thickness with an approved mechanical spreader.
The maximum depth of a compacted layer shall be 6 inches (150 mm). If the total depth of the compacted
material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi-layer
construction, the material shall be placed in approximately equal-depth layers.
The previously constructed layer shall be cleaned of loose and foreign material prior to placing the next
layer. The surface of the compacted material shall be kept moist until covered with the next layer.
Adjustments in placing procedures or equipment shall be made to obtain grades, to minimize segregation
grading, to adjust the water content, and to ensure an acceptable recycled concrete aggregate base course.

219-4.6 COMPACTION. Immediately after completion of the spreading operations, the recycled
concrete aggregate shall be compacted. The number, type, and weight of rollers shall be sufficient to
compact the material to the required density.
Each layer of the recycled concrete aggregate base course shall be compacted to the required density
using the compaction equipment. The moisture content of the material during placing operations shall be
within ±1-1/2 percentage points of the optimum moisture content as determined by ASTM D 1557.
The compaction shall continue until each layer has reached compaction that is at least 100% of the
laboratory maximum density through the full depth of the layer. An exception shall be allowed to the
undercut backfill for a density that is compacted to a minimum 95% of the laboratory maximum density.
The Contractor shall make adjustments in compacting or finishing techniques to obtain true grades, to
minimize segregation and degradation, to reduce or increase water content and to ensure a satisfactory
base course. Any unsatisfactory materials shall be removed and replaced with satisfactory material or
reworked, to meet the requirements of this specification.
219-4.7 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. The Contractor’s laboratory
shall perform all density tests in the COTR’s presence and provide the test results upon completion daily
to the COTR for acceptance. Recycled concrete aggregate shall be accepted for density on a slab-by-slab
basis.
One gradation test shall be made for each day’s production. Sampling locations will be determined by the
COTR on a random basis per ASTM D3665.
Each day’s production will be accepted for gradation when it falls within the limits and tolerances shown
in the table above when tested per ASTM C117 and ASTM C131. If the proper gradation is not attained
the gradation test will be repeated. If the re-test does not indicate gradations within the limits of the table
above, the entire day’s production shall be rejected and replaced by the Contractor at the Contractor’s
expense.
For the top course of 6-inch Recycled Concrete Aggregate Base Course, each slab area will be accepted
for density when the field density is at least 100% of the maximum density of laboratory specimens

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

prepared from samples of the base course material.


For areas where recycled concrete aggregate base course is used to fill unsuitable undercut, each undercut
area will be accepted for density when the field density is at least 95% of the maximum density of
laboratory specimens.
The specimens shall be compacted and tested per ASTM D 1557, Method C. The in-place field density
shall be determined per ASTM D6938. If the specified density is not attained, the entire slab area shall be
reworked and two additional random tests made. This procedure shall be followed until the specified
density is reached.
Acceptance testing for density shall be accomplished using a nuclear gauge in accordance with ASTM D
6938. The gauge should be field calibrated in accordance with ASTM standards. Calibration tests shall be
conducted on the first day’s production of material placed that meets the density requirements.
When using the nuclear method, ASTM D 6938 shall also be used to determine the moisture content of
the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with
ASTM standards. The calibration checks gauge shall be made at the beginning of a job and at regular
intervals.
If a nuclear gauge is used for density determination, two random measurements shall be made and
averaged for each slab footprint.
219-4.8 FINISHING. The surface of the recycled concrete aggregate base course shall be finished by
equipment designed for this purpose.
Adding a thin layer of material to the top of the base course to meet grade shall not be allowed. If the
elevation of the layer is 1/2 inch (12 mm) or more below grade, the layer shall be scarified to a depth of at
least 3 inches (75 mm), new material added, and the layer shall be recompacted. If the finished surface is
above plan grade, it shall be cut back to grade and rerolled. The grade shall be measured on a maximum
25-foot (7.5-m) grid (longitudinal and transverse). Thickness results shall be furnished to the COTR daily
for acceptance determination.
Should the surface become rough, corrugated, uneven in texture, or traffic marked prior to completion,
the unsatisfactory portion shall be scarified, and recompacted or replaced at the Contractor’s expense..
219-4.9 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch (9 mm)
when tested with a 12-foot (3.7-m) straightedge applied parallel with or at right angles to the centerline.
The Contractor shall correct any deviation in excess of this amount, at the Contractor’s expense.
219-4.10 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch
(12 mm) of the design thickness. One thickness determination shall be made at a frequency of no less than
one test per two replacement slabs. Sampling locations will be determined per ASTM D 3665. Where the
thickness is y more than 1/2 inch (12 mm) deficient, the Contractor, at his or her expense, shall correct the
areas by excavating to the required depth and replacing with new material. Additional test holes may be
required to identify the limits of deficient areas.
219-4.11 TRAFFIC. Equipment used in construction may be routed over completed portions of the base
course, provided there is no damage to the base course. The equipment shall be routed evenly over the full
width of the base course to avoid rutting or uneven compaction.
219-4.12 MAINTENANCE. The base course shall be maintained until the base course is completed and
accepted. Maintenance will include immediate repairs to any defects and shall be repeated as often as
necessary to keep the completed work intact. The Contractor, at his or her expense, will rework any area
of the recycled concrete aggregate base course that is damaged.

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

METHOD OF MEASUREMENT
219-5.1 The quantity of recycled concrete aggregate base course will be determined by measurement of
the number of square yards and tons of material actually constructed and accepted as complying with the
plans and specifications. See Paragraphs 209-4.1 and 209-4.2 for method of measurement.
BASIS OF PAYMENT
219-6.1 Payment shall be made at the contract unit price per square yard and ton for recycled concrete
aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and
placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item.
See Paragraphs 209-5.1 and 209-5.2 for basis of payment.
Payment will be made under:
Payment will be made under Item P-209-5.1 and P-209-5.2 at a new negotiated price.

TESTING REQUIREMENTS

ASTM C 29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in Aggregate

ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or
Magnesium Sulfate

ASTM D 75 Standard Practice for Sampling Aggregates

ASTM C 117 Standard Test method for Materials Finer than 75 µm (No. 200) Sieve in Mineral
Aggregates by Washing

ASTM C 131 Standard Test method for Resistance to Degradation of Small Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine

ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate

ASTM D 693 Crushed Stone, Crushed Slag, and Crushed Gravel for Dry-or Water- Bound
Macadam Base Courses and Bituminous Macadam Base and Surface Courses of
Pavements

ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3))

ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand
Cone Method

ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))

ASTM D 2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber-
Balloon Method

ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM D 3665 Standard Practice for Random Sampling of Construction Materials

ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D 4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by
Microwave Oven Heating

ASTM D 4718 Standard Practice for Correction of Unit Weight and Water Content for Soils
Containing Oversize Particles

ASTM D 4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated
Particles in Coarse Aggregate

ASTM D 6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-
Aggregate by Nuclear Methods (Shallow Depth)

END OF ITEM P-219

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-405 – BITUMINOUS CONCRETE PAVEMENT

DESCRIPTION
405-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement
binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance
with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections
shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required
by the plans and shall be rolled, finished, and approved before the placement of the next course.
MATERIALS
405-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag,
screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides,
such as pyrite, that would cause “ruse” staining that can bleed through pavement markings. The portion
retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion of combined materials passing the
No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion
passing the No. 200 (0.075 mm) sieve is mineral filler.
Coarse Aggregate. Coarse aggregate shall be VDOT Grade A or B, conforming to the following
quality requirements. Coarse aggregate shall be sound, angular crushed stone or crushed gravel,
complying with AASHTO M43 and AASHTO M283 for Type A stone. Soundness loss shall be a
maximum of 6% per AASHTO T103 or 15% per AASHTO T104. The coarse aggregate sizes retained on
and above the No. 4 sieve shall meet the coarse aggregate requirements in the aggregate properties Table
1 below. Flat and Elongated (F&E) shall be tested in accordance with ASTM D 4791 and coarse
aggregate angularity (CAA) shall be tested, on crushed gravel only, in accordance with ASTM D 5821.
The amount of deleterious material shall not be more than is listed in Table 1.
b. Fine Aggregate. Sharp-edged natural sand or sand prepared from stone, gravel, or combination
thereof, complying with AASHTO M6. Soundness loss shall be a maximum of 15% per AASHTO T103
or 25% (for surface and intermediate courses) or 30% (for base courses) per AASHTO T104. The fine
aggregate requirements in the aggregate properties are shown in Table 1 below. Fine aggregate angularity
(FAA) shall be tested in accordance with AASHTO T 304 (Method A) and sand equivalent (SE) in
accordance with AASHTO T 176.
The amount of deleterious material in sands shall be not more than is listed in Table 1.

BITUMINOUS CONCRETE PAVEMENT P-405 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Table 1 – Aggregate Properties

Coarse Aggregate Properties Fine Aggregate Properties

Coarse Aggregate Angularity


(CAA)
1 Fractured 2 Fractured F&E
Mix Type Face Faces % by Weight SE FAA

SM-12.5D 85% Min 80% Min 10% Max1 45% Min 45% Min

Max LA Abrasion Loss


Magnesium Freeze and
Sulphate 100 Thaw, 500
Rev. Rev.
Grade A 9 40
Grade B 12 45

Deleterious Material
% by Weight AASHTO % by AASHTO
Test Method Weight Test Method
Coal and Lignite 0.25 T113 - -
Clay Lumps 0.25 T112 0.25 T112
Material passing 1.002 T11 5.03 T11 and T21
No. 200 sieve by
washing
Shale, mica, - - 1.0 T113
coated grains, soft
or flaky particles
Organic Material - - 0.0 T21
NOTES
1. Flat and Elongated: 10 Percent measured at 5:1 on maximum to minimum dimension.
2. Coarse Deleterious: When the material passing the No. 200 sieve by washing is dust of fracture, the
percentage of deleterious material may be increased to 1.50 percent.
3. Fine Deleterious: In the case of stone sand, if the material passing the No. 200 sieve is dust of
fracture, essentially free from clay or shale, the percentages shown for use in concrete subject to
abrasion and in other concrete may be increased to 5.0 percent and 7.0 percent, respectively.

c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be
used in sampling mineral filler.
405-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary,
it shall meet the requirements of ASTM D 242.
405-2.3 ASPHALT CEMENT BINDER. Asphalt cement binder shall conform to the following
requirements:
a. Mix SM-12.5D shall use a Performance Graded 70-22 bituminous cement conforming to
the requirements of AASHTO Provisional Specification MP-1.

BITUMINOUS CONCRETE PAVEMENT P-405 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

A certificate of compliance from the manufacturer shall be included with the mix design submittal.
The supplier’s certified test report with test data indicating grade certification for the asphalt binder shall
be provided to the COTR for each load at the time of delivery to the mix plant. A certified test report
with test data indicating grade certification for the asphalt binder shall also be provided to the COTR for
any modification of the asphalt binder after delivery to the mix plant and before use in the HMA.
405-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site,
the Contractor shall submit certified test reports to the COTR for the following materials:
a. Coarse Aggregate.
(1). Percent of wear.
(2). Soundness.
(3). Clay lumps and friable particles
(4). Percent fractured faces.
(5). Flat and elongated particles
(6). Deleterious Materials
b. Fine Aggregate.
(1) Liquid limit.
(2) Soundness
(3) Clay lumps and friable particles
(4) Percent natural sand
(5) Sand equivalent.
(6) Plasticity Index
c. Mineral Filler.
d. Asphalt Binder. Test results for asphalt binder shall include temperature/viscosity charts for
mixing and compaction temperatures.
The certifications shall show the appropriate ASTM tests for each material, the test results, and a
statement that the material meets the specification requirement.
The COTR may request samples for testing, prior to and during production, to verify the quality of
the materials and to ensure conformance with the applicable specifications.
405-2.5 ANTI-STRIPPING AGENT. Any anti-stripping agent or additive if required shall be heat
stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful
ingredients, shall be added in recommended proportion by approved method, and shall be a material
approved by the Virginia Department of Transportation.
The mixture shall produce a tensile strength ratio (TSR) value not less than 0.80 for the design and
production tests. The TSR value shall be determined in accordance with AASHTO T283, including a
freeze-thaw cycle, (4 inch specimens compacted with Marshall hammer or 3.5 x 6 inch specimens when
compacted with a gyratory), except that the 16 hour curing time requirement and 72 to 96 hour storage
period will be waived. Design tests shall use the same materials that are to be used in the production mix
and shall be conducted in a VDOT approved laboratory.

BITUMINOUS CONCRETE PAVEMENT P-405 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

COMPOSITION
405-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of
well-graded aggregate, filler and anti-strip agent if required, and bituminous material. The several
aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that
the resulting mixture meets the grading requirements of the job mix formula (JMF).
405-3.2 JOB MIX FORMULA. No hot-mixed asphalt (HMA) for payment shall be produced until a
JMF has been approved in writing by the COTR.
a. Provide the indicated hot mix bituminous concrete mix indicated on the drawings and in Table
2. Aggregate gradation shall be tested in accordance with AASHTO T27.

TABLE 2
ASPHALT CONCRETE MIXTURES –
DESIGN RANGE PERCENTAGE
By Weight Passing Square Mesh Sieves

Mix Type 1 3/4 1/2 3/8 No. 8 No. 200

SM-12.5D 100 100 95-100 90 Max 34-50 2-10


Surface
Course

TABLE 3
MIX DESIGN CRITERIA

VFA
VTM VFA (%) Min. Density
(%) (%) Production VMA Fines Number of Gyrations (%)
Mix N N N N
Type (Note 1) Design (Note 2) (%) (Note 3) Design Initial Max. Initial

SM-12.5D 2.0 – 5.5 70 – 78 65 – 83 14 0.6 – 1.2 75 7 115 < 90.5

Note 1: Asphalt content should be selected at the 4.0 percent Air Voids.
Note 2: During production of an approved job mix, the VFA shall be controlled within
these limits.
Note 3: Fines-Asphalt Ratio is based on effective asphalt content.

b. The job-mix-formula (JMF) shall be submitted to the COTR for approval prior to construction
of the test strip. In support of the JMF, the Contractor shall submit SUPERPAVE design test data
for the following minimum list:

BITUMINOUS CONCRETE PAVEMENT P-405 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

1. Aggregate sieve analysis.


2. Percent of aggregate component comprising the aggregate blend.
3. Aggregate gradation after stripping bituminous from the mix for sample
preparation.
4. VTM, VMA, VFA, and F/A percentages.
5. Mix specific gravity to 3 decimal places.
6. Mix temperature for testing - 300°F to 300°F; compaction temperature for testing
shall be 285°F to 290°F.
7. Field correction factor.
8. SUPERPAVE design data shall be plotted on graphs provided by the software of
the test equipment manufacturer illustrating that the JMF requirements have been
met.

c. The JMF shall establish a single percentage of aggregate passing each required sieve, a single
percentage of asphalt material to be added to the aggregate, a temperature at which the mixture is
to be produced, and a temperature at which the mixture is to be compacted for SUPERPAVE testing
according to the requirements of AASHTO PP-28-99. All formulas shall remain in effect until
modified in writing by the COTR.
d. SUPERPAVE mixes shall be designed and controlled according to the requirements of AASHTO
PP-28-99. The contractor shall have available all of the equipment outlined in AASHTO TP-4
(Section 4-6) and a VDOT certified SUPERPAVE Level I Mix Design Technician. The
SUPERPAVE Gyratory Compactor (SGC) shall be one from the approved list maintained by the
VDOT Materials Division. The SUPERPAVE mixes shall conform to the criteria outlined in
Tables 2 and 3. Section 7.1.2 of AASHTO PP-2-99 shall be modified such that the compaction
temperature is as specified in Section 405-3.2.b.6.
The mixture shall be designed and compacted at the N design gyrations specified in Table 3. The
N max requirement shall be verified as part of the design process by compacting a minimum of 2
specimens at the design asphalt content.
e. Type SM-12.5D asphalt concrete shall consist of crushed stone, crushed slag, or crushed
gravel and fine aggregate, slag or stone screenings or a combination thereof combined with
asphalt cement. No more than 5 percent of the aggregate retained on the No. 4 sieve and no more
than 20 percent of the total aggregate may be polish susceptible.

405-3.3 RECYCLED ASPHALT CONCRETE. Reclaimed HMA shall consist of reclaimed asphalt
pavement (RAP), coarse aggregate, fine aggregate, mineral filler, and asphalt cement. Recycled asphalt
shingles (RAS) shall not be allowed. The RAP shall be of a consistent gradation and asphalt content and
properties. When RAP is fed into the plant, the maximum RAP chunk size shall not exceed 1-1/2 inches
(38 mm). The reclaimed asphalt pavement mix shall be designed using procedures contained in the
Asphalt Institute MS-2 Mix Design Manual, 7th Edition. The percentage of asphalt in the RAP shall be
established for the mixture design according to ASTM D 2172 using the appropriate dust correction
procedure. The JMF shall meet the requirements of paragraph 405-3.2. RAP shall only be used for
shoulder surface course mixes and for any intermediate courses. The use of RAP containing Coal Tar

BITUMINOUS CONCRETE PAVEMENT P-405 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

shall not be allowed. Coal Tar surface treatments must be removed prior to recycling underlying asphalt
material. The amount of RAP shall be limited to 30 percent. In addition to the requirements of paragraph
405-3.2, the JMF shall indicate the percent of reclaimed asphalt pavement and the percent and grade of
new asphalt binder. For the PG graded asphalt binder selected, adjust as indicated in the VDOT
Specifications.

405-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor’s laboratory used to
develop the JMF shall be accredited in accordance with ASTM D 3666. The laboratory
accreditation must be current and listed on the accrediting authority’s website. All test methods
required for developing the JMF must be listed on the lab accreditation. A copy of the
laboratory’s current accreditation and accredited test methods shall be submitted to the COTR
prior to start of construction.
405-3.5 NOT USED.

CONSTRUCTION METHODS
405-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the
surface temperature of the underlying course is less than specified in Table 4. The temperature
requirements may be waived by the COTR, if requested; however, all other requirements including
compaction shall be met.
Table 4. Surface Temperature Limitations of Underlying Course
Base Temperature (Minimum)
Mat Thickness
°F °C

3 inches (7.5 cm) or greater 40 4


Greater than 2 inches (50 mm)
45 7
but less than 3 inches (7.5 cm)

405-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of
American Association of State Highway and Transportation Officials (AASHTO) M156 with the
following changes:
Requirements for all plants include:
(a) Truck Scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on
certified public scales at the Contractor’s expense. Scales shall be inspected and sealed as often as the
COTR deems necessary to assure their accuracy.
In lieu of scales, and as approved by the COTR, HMA weight may be determined by the use of an
electronic weighing system equipped with an automatic printer that weighs the total HMA production and
as often thereafter as requested by the COTR.
(b) Not Used.
(c) Inspection of Plant. The COTR, or COTR’s authorized representative, shall have access, at all
times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant:
verifying weights, proportions, and material properties; and checking the temperatures maintained in the
preparation of the mixtures.

BITUMINOUS CONCRETE PAVEMENT P-405 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(d) Storage Bins and Surge Bins. The HMA stored in storage and surge bins shall meet the same
requirements as HMA loaded directly into trucks and may be permitted under the following conditions:
(1) Stored in non-insulated bins for a period of time not to exceed three (3) hours.
(2) Stored in insulated bins for a period of time not to exceed eight (8) hours.
If the COTR determines that there is an excessive amount of heat loss, segregation, or oxidation of the
HMA due to temporary storage, no temporary storage will be allowed.
405-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth
metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated
with a minimum amount of paraffin oil, lime solution, or other material approved by the COTR.
Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to
protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to
the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely
fastened.
405-4.3.1 Material Transfer Vehicle (MTV). Material transfer vehicles are not required.
405-4.4 HMA PAVERS. HMA pavers are not required.
405-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic-tired type shall be used. They
shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The
number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while
it is still in a workable condition.
All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly
used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be
used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own
expense.
The use of equipment that causes crushing of the aggregate will not be permitted.
405-4.6 DENSITY DEVICE. The Contractor shall have on site a density gauge during all paving
operations in order to assist in the determination of the optimum rolling pattern, type of roller and
frequencies, as well as to monitor the effect of the rolling operations during production paving. The
Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and
obtain accurate density readings for all new HMA. These densities shall be supplied to the COTR upon
request at any time during construction. No separate payment will be made for supplying the density
gauge and technician
405-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in
a manner that will avoid local overheating and provide a continuous supply of the bituminous material to
the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer
shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall
not exceed 325 °F (160 °C), unless otherwise required by the manufacturer.
405-4.7 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that
will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a
uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be
sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not
exceed 325°F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be
no more than 350°F (175°C) when added to the aggregate.
405-4.8 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated
and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the
aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the

BITUMINOUS CONCRETE PAVEMENT P-405 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium
content are not damaged by overheating. The temperature shall not be lower than is required to obtain
complete coating and uniform distribution on the aggregate particles and to provide a mixture of
satisfactory workability.
405-4.9 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered
and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed
until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout
the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not
less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the
Contractor, based on the procedure for determining the percentage of coated particles described in ASTM
D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to
achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be
determined by dividing the weight of its contents at operating level by the weight of the mixture delivered
per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%.
405-4.10 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the
HMA, the underlying course shall be cleaned of all dust and debris. A tack coat shall be applied in
accordance with Item P-603, if shown on the plans.
405-4.11 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING.
The HMA shall be transported from the mixing plant to the site in vehicles conforming to the
requirements of paragraph 405-4.3. Deliveries shall be scheduled so that placing and compacting of HMA
is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall
not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric
temperature.
Areas of segregation in the surface course, as determined by the COTR, shall be removed and replaced at
the Contractor’s expense. The area shall be removed by saw cutting and milling a minimum of 2 inches
(50 mm) deep. The area to be removed and replaced shall be a minimum width of the paver and a
minimum of 10 feet (3 m) long.
405-4.12 COMPACTION OF MIXTURE. After placing, the HMA shall be thoroughly and uniformly
compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has
attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving.
The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor.
The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture
and be effective in compaction. Any displacement occurring as a result of reversing the direction of the
roller, or from any other cause, shall be corrected at once.
Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the
surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To
prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly
moistened but excessive water will not be permitted.
In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power
driven tampers. Tampers shall weigh not less than 275 pounds (125 kg), have a tamping plate width not
less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably
equipped with a standard tamping plate wetting device.
Any HMA that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way
defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to
the surrounding area. This work shall be done at the Contractor’s expense. Skin patching shall not be
allowed.

BITUMINOUS CONCRETE PAVEMENT P-405 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

405-4.13 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous
bond between the courses and obtain the required density. All joints shall have the same texture as other
sections of the course and meet the requirements for smoothness and grade.
The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form
a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a
bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a
straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact
surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint.
Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature
has cooled to less than 175°F (80°C); or are irregular, damaged, uncompacted or otherwise defective shall
be cut back 3 inches (75 mm) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for
the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or
other product approved by the COTR shall be applied to the clean, dry joint, prior to placing any
additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by
vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA.
405-4.14 SAW-CUT GROOVING. If shown on the plans, saw cut grooves shall be provided as
specified in Item P-622.
405-4.15 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing
with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a
cutting head mounted on a machine designed specifically for diamond grinding that will produce the
required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch
(3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head
width; the actual number of blades will be determined by the Contractor and depend on the hardness of
the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that
causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth
of grinding shall not exceed 1/2 inch (13mm) and all areas in which diamond grinding has been
performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in
all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground
will be sealed with a P 608 surface treatment as directed by the COTR. It may be necessary to seal a
larger area to avoid surface treatment creating any conflict with runway or taxiway markings.
405-4.16 NOT USED.

MATERIAL ACCEPTANCE
405-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance
sampling and testing necessary to determine conformance with the requirements specified in this section
will be performed by the Contractor.
Testing organizations performing these tests shall meet the requirements of ASTM D 3666. The
laboratory accreditation must be current and listed on the accrediting authority’s website. All test
methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of
the laboratory’s current accreditation and accredited test methods shall be submitted to the COTR prior to
start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an
independent testing organization prior to the start of operations at the Contractor’s expense.
a. Hot mixed asphalt. Plant-produced HMA shall be tested for air voids on a day’s production basis.
Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples
shall be taken in accordance with ASTM D979.

BITUMINOUS CONCRETE PAVEMENT P-405 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(1) Sampling. Sufficient HMA for preparation of test specimens for all testing will be sampled by
the Contractor on a random basis, in accordance with the procedures contained in ASTM D 3665.
Samples will be taken in accordance with ASTM D 979.
The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30
minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of
the specimens shall be as specified in the JMF.
(2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D
6927. Air voids will be determined by the COTR in accordance with ASTM D 3203. One set of
laboratory compacted specimens will be prepared for each day’s production in accordance with ASTM D
6926 at the number of blows required by paragraph 405-3.2, Table 1. Each set of laboratory compacted
specimens will consist of three test specimens prepared from the same sample. The manual hammer in
ASTM D 6926 shall be used.
Air voids will be determined by the Contractor in accordance with ASTM D 3203. One set of
laboratory compacted specimens will be prepared for each day’s production in accordance with ASTM D
6925 at the number of gyrations required by paragraph 405-3.2, Table 1. Each set of laboratory
compacted specimens will consist of three test specimens prepared from the same sample.
Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Contractor in
accordance with ASTM D 2726 using the procedure for laboratory-prepared thoroughly dry specimens
for use in computing air voids and pavement density.
(3) Acceptance. Acceptance of plant produced HMA for and air voids shall be verified by the COTR
in accordance with the requirements of paragraph 405-5.2b.
b. In-Place HMA. HMA placed in the field shall be tested for mat and joint density on a slab-by slab
repair basis.
(1) Mat Density. Density shall be determined by the use of a thin-lift nuclear density gauge, with
printer, using the backscatter method of testing and shall be furnished and operated by the Contractor.
The nuclear density gage shall be calibrated in accordance with AASHTO test method T238-86.
Submit certification of annual calibration of gages and documentation of licensed operator’s training
to the COTR.
The required density of the compacted surface and intermediate courses shall be at least 94.0 but not
more than 98.0 percent of the compacted unit weight of the mixture, at the job-mix asphalt content and
design voids, as established by the SUPERPAVE design gyrations for the mixture.
Each repair within each slab (25 LF maximum length) shall be checked for density by taking a nuclear
density reading from two random locations selected by the COTR within the repair. When readings are
taken to determine acceptance for payment of the repair, the readings shall be taken in the presence of the
COTR. Readings taken without the presence of the COTR will not be accepted in determining acceptance
for payment. The average of the two nuclear density readings will be compared to the target nuclear
theoretical density, as a guide, to determine the integrity of the repair. If density results are less than 94 or
greater than 98 percent of the target nuclear density, the Contractor shall immediately notify the COTR and
institute corrective action. By the end of each day, the Contractor shall furnish the test data developed
during the day’s repairs to the COTR.

Payment will be based on the density as determined by nuclear density gauge as described above.

Payment will be adjusted for density variations in accordance with Table 6:

BITUMINOUS CONCRETE PAVEMENT P-405 - 10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

TABLE 6
PAYMENT SCHEDULE FOR REPAIR DENSITIES

% of Target Density % of Payment (per repair)


Greater than 98 95
94 to 98 100
93 to less than 94 95
92 to less than 93 90
Less than 92 75

(2) Not Used.


(3) Not Used.
(4) Not Used.
(5) Acceptance. Acceptance of field placed HMA for mat density will be verified by the COTR using
Table 6.
405-5.2 ACCEPTANCE CRITERIA.
a. General. Acceptance will be based on the following characteristics of the HMA and completed
pavement as well as the implementation of the Contractor Quality Control Program and test results:
(1) Air Voids
(2) Mat Density
(3) Smoothness
Mat density and air voids will be evaluated for acceptance in accordance with paragraph 405-5.2b(1).
Acceptance for smoothness will be based on the criteria contained in paragraph 405-5.2b(5).
The COTR may at any time, reject and require the Contractor to dispose of any batch of HMA which
is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper
mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In
the event of such rejection, the Contractor may take a representative sample of the rejected material in the
presence of the COTR, and if it can be demonstrated in the laboratory, in the presence of the COTR, that
such material was erroneously rejected, payment will be made for the material at the contract unit price.
b. Acceptance Criteria.
(1) Mat Density and Air Voids. Acceptance of each day’s production of plant produced material
for mat density and air voids shall be based on the percentage of material within the required density, as
listed in Table 6.
(2) Not Used.
(3) Not Used.
(4) Not Used.

BITUMINOUS CONCRETE PAVEMENT P-405 - 11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(5) Smoothness. The final surface shall be free from roller marks. After the final rolling, but not
later than 24 hours after placement, the surface of each repair shall be tested in both longitudinal and
transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified.
The finished surface course of the pavement shall not vary more than 1/4 inch (6mm) when evaluated
with a 12-foot (3.7m) straightedge. Corrections involving diamond grinding will be subject to the final
pavement thickness tolerances specified. The Contractor shall apply a surface treatment to all areas that
have been subject to grinding as directed by the COTR.
(6) Not Used.

405-5.3 NOT USED.

405-5.4 NOT USED.

CONTRACTOR QUALITY CONTROL


405-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section
100 of the General Provisions. The program shall address all elements that affect the quality of the
pavement including, but not limited to:
a. Mix Design
b. Aggregate Grading
c. Quality of Materials
d. Stockpile Management
e. Proportioning
f. Mixing and Transportation
g. Placing and Finishing
h. Compaction
i. Surface Smoothness
j. Personnel
The Contractor shall perform quality control sampling, testing, and inspection during all phases of the
work and shall perform them at a rate sufficient to ensure that the work conforms to the contract
requirements, and at minimum test frequencies required by paragraph 405-6.3. As a part of the process for
approving the Contractor’s plan, the COTR may require the Contractor’s technician to perform testing of
samples to demonstrate an acceptable level of performance.
No partial payment will be made for materials that are subject to specific quality control requirements
without an approved plan.
405-6.2 CONTRACTOR TESTING LABORATORY. The lab shall meet the requirements of ASTM
D 3666 including all necessary equipment, materials, and current reference standards to comply with the
specifications.
405-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests
necessary to control the production and construction processes applicable to these specifications and as
set forth in the approved Quality Control Program. The testing program shall include, but not necessarily
be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate

BITUMINOUS CONCRETE PAVEMENT P-405 - 12


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed
as part of the Quality Control Program.
a. Asphalt Content. A minimum of one asphalt content test shall be performed per day’s production
in accordance with ASTM D 6307 or ASTM D 2172 if the correction factor in ASTM D 6307 is greater
than 1.0. The asphalt content for the day’s production will be determined by averaging the test results.
b. Gradation. Aggregate gradations shall be determined a minimum of once per day’s production
from mechanical analysis of extracted aggregate in accordance with ASTM D 5444, ASTM C 136, and
ASTM C 117.
c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be
determined a minimum of once per day’s production in accordance with ASTM C 566.
d. Moisture Content of HMA. The moisture content shall be determined once per day’s production
in accordance with ASTM D 1461 or AASHTO T329.
e. Temperatures. Temperatures shall be checked, at least four times per day’s production, at
necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the
HMA at the plant, and the HMA at the job site.
f. In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that
the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in
accordance with ASTM D 2950.
g. Additional Testing. Any additional testing that the Contractor deems necessary to control the
process may be performed at the Contractor’s option.
h. Monitoring. The COTR reserves the right to monitor any or all of the above testing.
405-6.4 SAMPLING. When directed by the COTR, the Contractor shall sample and test any material that
appears inconsistent with similar material being sampled, unless such material is voluntarily removed and
replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard
procedures specified.
405-6.5 NOT USED.

405-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit
reports of quality control activities daily, in accordance with the Contractor Quality Control Program
described in General Provisions.

METHOD OF MEASUREMENT
405-7.1 MEASUREMENT.
a. PCC Linear Crack Repair with HMA shall be measured by the square foot of repairs completed in
the accepted work.

b. PCC Linear Crack Repair with HMA Demonstration shall be measured as a lump sum. Item shall
include sawcuts, pavement removal, surface preparation, tack coat, furnishing, missing and placing
materials. Demonstration area shall be at a location designated by the COTR. Maximum patch length is
25 ft and maximum patch width is 2 ft. If the demonstration repairs are unsuccessful, the item will not be
measured and paid again, but will be re-accomplished at Contractor’s expense.

BITUMINOUS CONCRETE PAVEMENT P-405 - 13


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

c. HMA for Shoulder Removal and Replacement shall not be measured separately. All costs
associated with this item shall be considered incidental to Item P-160-5.1 Shoulder Removal and
Replacement.

BASIS OF PAYMENT
405-8.1 PAYMENT.

a. Payment for accepted PCC Linear Crack Repair with HMA shall be made at the unit price per
square foot. The price shall be compensation for furnishing all materials, for all pavement removal,
sawcut, surface preparation, tack coat, furnishing, preparing, mixing, and placing of these materials, and
for all labor, equipment, tools, and incidentals.

b. Payment for PCC Linear Crack Repair with HMA Demonstration shall be paid for at the contract
unit price per lump sum, which price shall include all materials, equipment, labor, and engineering
necessary to complete this item.

Payment. Payment will be made under:

Item P-405-8.1 PCC Linear Crack Repair with HMA – per square foot

Item P-405-8.2 PCC Linear Crack Repair with HMA Demonstration – per lump sum

TESTING REQUIREMENTS

ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in
Aggregate

ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium


Sulfate or Magnesium Sulfate

ASTM C 117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve
in Mineral Aggregates by Washing

ASTM C 127 Standard Test Method for Density, Relative Density (Specific Gravity)
and Absorption of Coarse Aggregate

ASTM C 131 Standard Test Method for Resistance to Degradation of Small-Size


Coarse Aggregate by Abrasion and Impact in the Los Angeles
Machine

ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates

BITUMINOUS CONCRETE PAVEMENT P-405 - 14


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM C 183 Standard Practice for Sampling and the Amount of Testing of
Hydraulic Cement

ASTM C 566 Standard Test Method for Total Evaporable Moisture Content of
Aggregate by Drying

ASTM D 75 Standard Practice for Sampling Aggregates

ASTM D 979 Standard Practice for Sampling Bituminous Paving Mixtures

ASTM D 1073 Standard Specification for Fine Aggregate for Bituminous Paving
Mixtures

ASTM D 2172 Standard Test Method for Quantitative Extraction of Bitumen from
Bituminous Paving Mixtures

ASTM D 1461 Standard Test Method for Moisture or Volatile Distillates in


Bituminous Paving Mixtures

ASTM D 2041 Standard Test Method for Theoretical Maximum Specific Gravity and
Density of Bituminous Paving Mixtures

ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate

ASTM D 2489 Standard Practice for Estimating Degree of Particle Coating of


Bituminous-Aggregate Mixtures

ASTM D 2726 Standard Test Method for Bulk Specific Gravity and Density of Non-
Absorptive Compacted Bituminous Mixtures

ASTM D 2950 Standard Test Method for Density of Bituminous Concrete in Place by
Nuclear Methods

ASTM D 3203 Standard Test Method for Percent Air Voids in Compacted Dense and
Open Bituminous Paving Mixtures

ASTM D 3665 Standard Practice for Random Sampling of Construction Materials

ASTM D 3666 Standard Specification for Minimum Requirements for Agencies


Testing and Inspecting Road and Paving Materials

ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils

ASTM D 4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat
and Elongated Particles in Coarse Aggregate

ASTM D 4867 Standard Test Method for Effect of Moisture on Asphalt Concrete
Paving Mixtures

BITUMINOUS CONCRETE PAVEMENT P-405 - 15


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM D 5444 Standard Test Method for Mechanical Size Analysis of Extracted
Aggregate

ASTM D 6084 Standard Test Method for Elastic Recovery of Bituminous Materials
by Ductilometer

ASTM D 6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by
Ignition Method

ASTM D 6752 Standard Test Method for Bulk Specific Gravity and Density of
Compacted Bituminous Mixtures Using Automatic Vacuum Sealing
Method

ASTM D 6925 Standard Test Method for Preparation and Determination of the
Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of
the SuperPave Gyratory Compactor.

ASTM D 6926 Standard Practice for Preparation of Bituminous Specimens Using


Marshall Apparatus
ASTM D6925 Standard Test Method for Preparation and Determination of the
Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of
the SuperPave Gyratory Compactor

ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test
Sieves

ASTM E178 Standard Practice for Dealing with Outlying Observations

ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a
Profilograph

AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted


Aggregate

AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot
Mix Asphalt (HMA)

AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of
Compacted Hot Mix Asphalt (HMA) Using Paraffin-Coated
Specimens

AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot-
Mixed, Hot-Laid Bituminous Paving Mixtures.

AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt
(HMA) by Oven Method

BITUMINOUS CONCRETE PAVEMENT P-405 - 16


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Asphalt Institute Handbook Asphalt Binder


MS-26,

Asphalt Institute MS-2 Mix Design Manual, 7th Edition

MATERIAL REQUIREMENTS

ASTM D 242 Standard Specification for Mineral Filler for Bituminous Paving
Mixtures

ASTM D 946 Standard Specification for Penetration-Graded Asphalt Cement for Use
in Pavement Construction

ASTM D 3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use
in Pavement Construction

ASTM D 4552 Standard Practice for Classifying Hot-Mix Recycling Agents


ASTM D 6373 Standard Specification for Performance Graded Asphalt Binder

END OF ITEM P-405

BITUMINOUS CONCRETE PAVEMENT P-405 - 17


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-501 - PORTLAND CEMENT CONCRETE (PCC) PAVEMENT

DESCRIPTION
501-1.1 This work shall consist of pavement composed of Portland cement concrete (PCC), with and
without reinforcement constructed on a prepared underlying surface in accordance with these
specifications and shall conform to the lines, grades, thickness, and typical cross sections shown on the
plans.
501-1.02 QUALITY ASSURANCE

A. Reference Standards. Meet requirements of the referenced standards except to the extent
more detailed or stringent requirements are indicated by the Contract Documents, including
requirements of this Section and of governing codes and regulations.

B. Compliance with Laws, Codes, Rules, and Regulations. Comply with all local, State, and
Federal laws, rules, and regulations applicable to this Section and to the selective
demolition work to be done.

501-1.03 SUBMITTALS

A. Furnish shop drawings, manufacturer's data, test reports and materials certifications for all
materials required in the referenced section, including:

1. Aggregates
2. Cement
3. Cementitious Materials
4. Premolded Joint Filler
5. Expansion Joint Cap
6. Steel Reinforcement
7. Dowel and Tie Bars
8. Dowel Bar Paint
9. Dowel Bar Assembly
10. Water
11. Liquid Curing Compound
12. Admixtures
13. Epoxy-resin
14. Mix-design submittal
15. Testing Laboratory Certification
16. Testing laboratory personnel qualifications
17. Certifications for batch plant, mixers and transportation equipment
18. Concrete batch tickets
19. Test batch data and PCC strength specimen results
20. Tabulation of paving lane edge elevations
21. Paving Plan – show paving lanes, sequence, hand-pours, etc.

The certifications and test data shall be dated not more than 6 months previous to the date
of the submittal. A test batch shall be required for this project.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

MATERIALS
501-2.1 AGGREGATES.
a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by
the Contractor for alkali-aggregate reactivity in accordance with both ASTM C 1260 and ASTM C 1567.
Aggregate and mix proportion reactivity tests shall be performed for each project.
(1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C 1260. The
aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with
ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting).
(2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C 1567,
modified for combined aggregates, using the proposed mixture design proportions of aggregates,
cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for
use with or without supplementary cementitious materials, the aggregates shall be tested in accordance
with Corps of Engineers (COE) Concrete Research Division (CRD) C662. If lithium nitrate admixture is
used, it shall be nominal 30% ±0.5% weight lithium nitrate in water.
(3) If the expansion of the proposed combined materials test specimens, tested in accordance with
ASTM C 1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28
days, the proposed combined materials will be accepted. If the expansion of the proposed combined
materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless
adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or
new aggregates shall be evaluated and tested.
b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Grading of the
fine aggregate, as delivered to the mixer, shall conform to the requirements of Table 1 when tested in
accordance with ASTM C 136, except as may otherwise be qualified under Section 6 of ASTM C 33 and
shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not
exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when
tested per ASTM C88.
Table 1. Gradation for Fine Aggregate (ASTM C 33)

Sieve Designation Percentage by Weight


(Square Openings) Passing Sieves

3/8 in. (9.5 mm) 100

No. 4 (4.75 mm) 95-100

No. 8 (2.36 mm) 80-100

No. 16 (1.18 mm) 50-85

No. 30 (600 μm) 25-60

No. 50 (300 μm) 10-30

No. 100 (150 μm) 2-10

The amount of deleterious material in the fine aggregate shall not exceed the following limits:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Limits for Deleterious Substances in Fine Aggregate for Concrete


Percentage
Deleterious material ASTM
by Mass

Clay Lumps and friable particles ASTM C142 1.0

Material finer than 0.075mm (No. 200 sieve) ASTM C117 3.0

Lightweight particles ASTM C123 using a 0.5


medium with a density
of Sp. Gr. of 2.0
Total of all deleterious Material 3.0

c. Coarse Aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate
grading requirements of ASTM C33, as shown in Table 2, when tested in accordance with ASTM C136.
When the nominal maximum size of the aggregate is greater than one inch (25 mm), the aggregates shall
be furnished in two size groups.
Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-
cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates
should be free of ferrous sulfides, such as pyrite, that would cause “rust” staining that can bleed through
pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of
clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing.
The percentage of wear shall be no more than 40 when tested in accordance with ASTM C 131.
The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8
sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D 4791. A flat
particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one
having a ratio of length to width greater than 5.
The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium
sulfate is used, after five cycles, when tested per ASTM C 88.
The amount of deleterious material in the coarse aggregate shall not exceed the following limits:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Limits for Deleterious Substances in Coarse Aggregate for Concrete

Percentage
Deleterious material ASTM
by Mass

Clay Lumps and friable particles ASTM C142 1.0

Material finer than No. 200 sieve (0.075mm) ASTM C117 1.0

Lightweight particles ASTM C123 using a 0.5


medium with a density of
Sp. Gr. of 2.0
Chert (less than 2.40 Sp Gr.) ASTM C123 using a 1.0
medium with a density of
Sp. Gr. of 2.0)
Total of all deleterious Material 3.0

Table 2 Gradation For Coarse Aggregate


(ASTM C 33)

Sieve Designations
Percentage by
(square openings)
Weight
Passing Sieves
in mm

2-1/2 63 ---

2 50.8 ---

1-1/2 38.1 100

1 25.0 95-100

3/4 19.0 ---

1/2½ 12.5 25-60

3/8 9.5 ---

No. 4 4.75 0-10

No. 8 2.36 0-5

Aggregate gradations that produce concrete mixtures with well-graded or optimized


aggregate combinations may be substituted for the requirements of Table 1 and Table 2
with prior approval of the COTR and the FAA. The contractor shall submit complete
mixture information necessary to calculate the volumetric components of the mixture.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(1) Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D-
cracking shall not be used.
Coarse aggregate may be accepted from sources that have a 20 year service history for the same
gradation to be supplied with no durability issues. Aggregates that do not have a record of 20 years of
service without major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking
shall not be used unless it meets the following:
(a) Material currently being produced shall have a durability factor greater than or equal to 95
using ASTM C666 procedure B. Coarse aggregates that are crushed granite, calcite cemented sandstone,
quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet
all other quality tests. Aggregates meeting Virginia State Highway Department material specifications
may be acceptable.
(b) The Contractor shall submit a current certification that the aggregate does not have a history
of D-cracking and that the aggregate meets the state specifications for use in PCC pavement for use on
interstate highways. Certifications, tests and any history reports must be for the same gradation as being
proposed for use on the project. Certifications which are not dated or which are over six (6) months old
or which are for different gradations will not be accepted. Test results will only be accepted when tests
were performed by the Virginia State Department of Transportation (DOT) materials laboratory or an
accredited laboratory.
(2) Combined aggregate gradation. If substituted for the grading requirements specified for coarse
aggregate and for fine aggregate and when approved by the COTR, the combined aggregate grading shall
meet the following requirements:
(a) The materials selected and the proportions used shall be such that when the Coarseness Factor
(CF) and the Workability Factor (WF) are plotted on a diagram as described in d. below, the point thus
determined shall fall within the parallelogram described therein.
(b) The CF shall be determined from the following equation:
CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No.
8 sieve)
(c) The Workability Factor WF is defined as the percent passing the No. 8 (2.36 mm) sieve based
on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for
each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic
yard (335 kg per cubic meter).
(d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20
(bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this
diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-
75, WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the
computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate
used and the proportions selected shall be changed as necessary.
501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I or II.
If aggregates are deemed innocuous when tested in accordance with paragraph 501-2.1.a.1 and accepted
in accordance with paragraph 501-2.1.a.2, higher equivalent alkali content in the cement may be allowed
if approved by the COTR and FAA. If cement becomes partially set or contains lumps of caked cement,
it shall be rejected. Cement salvaged from discarded or used bags shall not be used.
501-2.3 CEMENTITIOUS MATERIALS.
a. Flyash. Fly ash shall meet the requirements of ASTM C 618, with the exception of loss of ignition,
where the maximum shall be less than 6%. Fly ash for use in mitigating alkali-silica reactivity shall have

PORTLAND CEMENT CONCRETE PAVEMENT P-501-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per
ASTM C 311. Fly ash produced in furnace operations using liming materials or soda ash (sodium
carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most
recent, consecutive ASTM C 618 reports for each source of fly ash proposed in the mix design, and shall
furnish each additional report as they become available during the project. The reports can be used for
acceptance or the material may be tested independently by the COTR.
b. Slag Cement (Ground Granulated Blast Furnace (GGBF)). Slag cement shall conform to
ASTM C 989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of
the total cementitious material by mass.
c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to
ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling
Alkali-Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in
mitigating Alkali-Silica Reactivity shall have a total available alkali content less than 3%.
501-2.4 JOINT SEAL. The joint seal for the joints in the concrete pavement shall meet the requirements
of Item P-604 or Item P-605 and shall be of the type specified in the plans.
501-2.5 ISOLATION JOINT FILLER. Premolded joint filler for expansion joints shall conform to the
requirements of ASTM D 1752, Type II or III and shall be where shown on the plans. The filler for each
joint shall be furnished in a single piece for the full depth and width required for the joint, unless
otherwise specified by the COTR. When the use of more than one piece is required for a joint, the
abutting ends shall be fastened securely and held accurately to shape by stapling or other positive
fastening means satisfactory to the COTR.
501-2.6 STEEL REINFORCEMENT. Where Steel Reinforcing Mats are shown on the plans, the mats
shall consist of welded steel wire fabric (in flat sheets) conforming to the requirements of ASTM A1064
and bar mats conforming to ASTM A184 or A704, as shown on the plans. Where Steel Reinforcing Bars
are shown on the plans, the bars shall consist of steel bars conforming to the requirements of ASTM A184
or A704.
501-2.7 DOWEL AND TIE BARS. Dowel bars shall be plain steel bars conforming to ASTM A 615 and
shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the
construction site each dowel bar shall be epoxy coated per ASTM A 1078. The dowels shall be coated
with a bond-breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout
retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the
grout hardens.
Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615. Tie bars designated as
Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars.
501-2.8 WATER. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali,
sugar, vegetable, or other substances injurious to the finished product, except that non-potable water, or
water from concrete production operations, may be used if it meets the requirements of ASTM C 1602.
501-2.9 COVER MATERIAL FOR CURING CONCRETE. Curing materials shall conform to one of
the following:
a. Liquid membrane-forming compounds for curing concrete shall conform to the requirements of
ASTM C309, Type 2, Class B, or Class A if wax base only.
501-2.10 ADMIXTURES. The Contractor shall submit certificates indicating that the material to be
furnished meets all of the requirements indicated below. In addition, the COTR may require the
Contractor to submit complete test data from an approved laboratory showing that the material to be
furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of

PORTLAND CEMENT CONCRETE PAVEMENT P-501-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

samples taken by the COTR from the supply of the material being furnished or proposed for use on the
work to determine whether the admixture is uniform in quality with that approved.
a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of ASTM C
260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entrainment agent and any water reducer admixture shall be compatible.
b. Water-Reducing Admixtures. Water-reducing admixture shall meet the requirements of ASTM C
494, Type A, B, or D. ASTM C 494, Type F and G high range water reducing admixtures and ASTM C
1017 flowable admixtures shall not be used.
c. Other Admixtures. The use of set retarding, and set-accelerating admixtures shall be approved by
the COTR. Retarding shall meet the requirements of ASTM C 494, Type A, B, or D and set-accelerating
shall meet the requirements of ASTM C 494, Type C. Calcium chloride and admixtures containing
calcium chloride shall not be used.
501-2.11 EPOXY-RESIN. All epoxy-resin materials shall be two-component materials conforming to
the requirements of ASTM C 881, Class as appropriate for each application temperature to be
encountered, except that in addition, the materials shall meet the following requirements:
a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3.
b. Material for use as patching materials for complete filling of spalls and other voids and for use in
preparing epoxy resin mortar shall be Type III, Grade as approved.
c. Material for use for injecting cracks shall be Type IV, Grade 1.
d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy
resin concrete or mortar to hardened concrete shall be Type V, Grade as approved.
501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified
test reports to the COTR for those materials proposed for use during construction. The certification shall
show the appropriate ASTM test for each material, the test results, and a statement that the material
passed or failed.
The COTR may request samples for testing, prior to and during production, to verify the quality of the
materials and to ensure conformance with the applicable specifications.
MIX DESIGN
501-3.1 GENERAL. No concrete shall be placed until the mix design has been submitted to the COTR
for review and the COTR has taken appropriate action. The COTR’s review shall not relieve the
Contractor of the responsibility to select and proportion the materials to comply with this section.
501-3.2 PROPORTIONS. The laboratory preparing the mix design shall be accredited in accordance
with ASTM C 1077. The mix design for all Portland cement concrete placed under P-501 shall be
stamped or sealed by the responsible professional COTR of the laboratory. Concrete shall be
proportioned to achieve a 7-day flexural strength that meets or exceeds the acceptance criteria contained
in paragraph 501-5.2 for a flexural strength of 650] psi per ASTM C 78. The mix shall be developed
using the procedures contained in the Portland Cement Association’s (PCA) publication, “Design and
Control of Concrete Mixtures”.
The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum
cementitious material (cement plus fly ash, or slag cement) shall be 564 pounds per cubic yard. The ratio
of water to cementitious material, including free surface moisture on the aggregates but not including
moisture absorbed by the aggregates shall not be more than 0.45 by weight.
Flexural strength test specimens shall be prepared in accordance with ASTM C 192 and tested in
accordance with ASTM C 78. The mix determined shall be workable concrete having a maximum

PORTLAND CEMENT CONCRETE PAVEMENT P-501-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

allowable slump between one and two inches (25mm and 50 mm) as determined by ASTM C 143. For
slip-form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm). At the start of
the project, the Contractor shall determine a maximum allowable slump for slip-form pavement which
will produce in-place pavement to control the edge slump. The selected slump shall be applicable to both
pilot and fill-in lanes.
Before the start of paving operations and after approval of all material to be used in the concrete, the
Contractor shall submit a mix design showing the proportions and flexural strength obtained from the
concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates,
and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag,
coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the COTR
at least 7 days prior to the start of the test batch operations. The submitted mix design shall not be more
than 6 months old. Production shall not begin until the mix design is approved in writing by the COTR.
If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be
submitted to the COTR for approval.
The results of the mix design shall include a statement giving the maximum nominal coarse aggregate
size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis.
Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended
mixture proportions shall be accompanied by test results demonstrating that the proportions selected will
produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content
suitable for the work shall be based on methodology described in PCA’s publication, Design and Control
of Concrete Mixtures, modified as necessary to accommodate flexural strength.
The submitted mix design shall be stamped or sealed by the responsible professional COTR of the
laboratory and shall include the following items as a minimum:
a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine
aggregate.
b. Reactivity Test Results.
c. Coarse aggregate quality test results, including deleterious materials.
d. Fine aggregate quality test results, including deleterious materials.
e. Mill certificates for cement and supplemental cementitious materials.
f. Certified test results for all admixtures, including Lithium Nitrate if applicable.
g. Specified flexural strength, slump, and air content.
h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials
ratio, including actual slump and air content.
i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder
breaks.
j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable.
k. Historical record of test results documenting production standard deviation, when applicable.
501-3.3 CEMENTITIOUS MATERIALS.
a. Flyash. When fly ash is used as a partial replacement for cement, the replacement rate shall be
determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total
cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate
shall not exceed 10% by weight of total cementitious material.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Slag Cement (Ground Granulated Blast Furnace (GGBF)). Slag cement may be used. The slag
cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total
cementitious material by weight. If the concrete is to be used for slipforming operations and the air
temperature is expected to be lower than 55°F (13°C) the percent slag cement shall not exceed 30% by
weight.
c. Raw or Calcined Natural Pozzolan. Natural pozzolan may be used in the mix design. When
pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from
laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If
pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by
weight of total cementitious material.
501-3.4 ADMIXTURES.
a. Air-Entraining. Air-entraining admixture are to be added in such a manner that will ensure
uniform distribution of the agent throughout the batch. The air content of freshly mixed air-entrained
concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce
concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5. Air
content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse
aggregate and ASTM C 173 for slag and other highly porous coarse aggregate.

b. Water-Reducing Admixtures. Water-reducing admixtures shall be added to the mix in the


manner recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in
accordance with ASTM C 494.
c. Other Admixtures. Set controlling, and other approved admixtures shall be added to the mix in the
manner recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in
accordance with ASTM C 494.
501-3.5 CONCRETE MIX DESIGN LABORATORY. The Contractor’s laboratory used to develop
the concrete mix design shall be accredited in accordance with ASTM C1077. The laboratory
accreditation must be current and listed on the accrediting authority’s website. All test methods required
for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory’s
current accreditation and accredited test methods shall be submitted to the COTR prior to start of
construction.
501-3.6 TEST BATCH. A test batch is required consisting of both high and low slump concrete for Plain
PCC mixes.

a. At least 28 days prior to the start of production the contractor and/or producer shall prepare a
Test Batch under the direction of the COTR. The Test Batch shall be prepared at the concrete plant
proposed for use in the production of the concrete mix for the project and the test batch proportions shall
be in accordance with the approved Job Mix Formula (JMF). The plant shall have been surveyed and
approved by the COTR prior to preparation of the Test Batch. As required by these Special Provisions, the
Contractor shall provide all Quality Control for production of the concrete. The Test Batch shall be
prepared as follows:

1. Proportioning. The Contractor shall proportion the plant in accordance with


Paragraph 6.0, "Contractor Quality Control Program" prior to preparation of the
mix.

2. Preparation of the Mix.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Prepare a minimum Test Batch of at least four (4) cubic yards of concrete
in accordance with the approved JMF, adjusted for moisture.

b. Mixing.

(1) Stationary Plant: Minimum of 90 seconds.


(2) Transit Mixer: 70-100 Revs. @ 5-16 RPM

c. After initial mixing, agitate mix at 2-5 RPM for the approximate time
anticipated from when the water contacts the cement and deposit of the
concrete in the forms.

d. Check slump and air. If the air content is approximately 5.5% and the
slump is 1 inch, the Contractor will make beams for testing at 3, 5, 7, and
14 days while the COTR observes. If the slump is below 1 inch, the
Contractor may add additional water to increase the slump 1 inch.
Additional mixing of at least 40 Revs will be required with each addition
of water. Beams will be made for testing at 3, 5, 7, and 14 days when the
1-inch slump is obtained at approximate 5.5% air content. If the
Contractor wishes to have a higher slump concrete for formed concrete,
additional water and mixing will be permitted to produce a slump up to 3
inches. The Contractor may add additional water reducing admixture to
obtain the higher slump. Beams will be made for testing the higher slump
concrete at 3, 5, 7, and 14 days. The COTR may require the preparation
of a new batch of four (4) cubic yards of concrete in order to make the high
slump Test Batch. The higher slump concrete will be considered part of
the test batch.

e. The concrete test beams shall be tested at 3, 5, 7, and 14 days to establish


a growth curve of concrete strength vs. age.

b. The Test Batch shall be paid for under Section 501-8.01. Only one Test Batch consisting of both
low and high slump concrete, will be paid for per project. Any additional Test Batches shall be paid for by
the Contractor.

c. Should a change in sources be made or admixtures added or deleted from the mix, a new trial
batch shall be run at the expense of the Contractor.

CONSTRUCTION METHODS
501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work
shall be approved by the COTR, but does not relieve the Contractor of the responsibility for the proper
operation of equipment and maintaining the equipment in good working condition. The equipment shall
be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and
approved.
a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of
ASTM C 94.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Mixers and Transportation Equipment.


(1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each
mixer shall have attached in a prominent place a manufacturer’s nameplate showing the capacity of the
drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades.
(2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C94.
The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or
mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down
3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer’s design on hand
showing dimensions and arrangement of blades in reference to original height and depth.
(3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and
truck agitators used for hauling central-mixed concrete shall conform to the requirements of ASTM C 94.
(4) Non-agitator trucks. Non-agitating hauling equipment shall conform to the requirements of
ASTM C 94.
(5) Transfer and spreading equipment. Equipment for transferring concrete from the
transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-
propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and
spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth
which permits the paver to operate efficiently.
c. Finishing Equipment. The standard method of constructing concrete pavements shall be with an
approved slip-form paving equipment designed and operated to spread, consolidate, screed, and float-
finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and
homogeneous pavement which is achieved with a minimum of hand finishing. The paver-finisher shall be
a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete
pavements. It shall weigh at least 2,200 lbs per foot (3274 kg/m) of paving lane width and powered by an
engine having at least 6.0 horsepower per foot of lane width.
On projects requiring less than 500 square yard (418 sq m) of cement concrete pavement or requiring
individual placement areas of less than 500 square yard (418 sq m), or irregular areas at locations
inaccessible to slip-form paving equipment, concrete pavement may be placed with approved placement
and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used
on small irregular areas as allowed by the COTR.
d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be
between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-
0.05 inch (0.06 - 0.13 cm).
The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous
pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for
Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The
vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The
Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on
vibrator status shall occur a minimum of two times per day or when requested by the COTR.
Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI
309R, Guide for Consolidation of Concrete.
e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and
power to complete the sawing to the required dimensions. The Contractor shall provide at least one
standby saw in good working order and a supply of saw blades at the site of the work at all times during
sawing operations. Early-entry saws may be used, subject to demonstration and approval of the COTR.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less
than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge, and a
base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for
curves of 100-foot (31 m) radius or less. Forms shall be provided with adequate devices for secure
settings so that when in place they will withstand, without visible spring or settlement, the impact and
vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted
or broken forms shall not be used. Built-up forms shall not be used, except as approved by the COTR.
The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and
the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for
locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under
special conditions, when approved by the COTR.
g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of
placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross-section. It
shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as
shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or
without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical
control devices.
501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to
ensure continuous paving operation. After the forms have been set to correct grade, the underlying surface
shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the
base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the
method of placement.
Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms
shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they
will withstand, without visible spring or settlement, the impact and vibration of the consolidating and
finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete.
The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor
immediately before placing the concrete.
501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on
which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the
paving machine track to support the paver without any noticeable displacement. After the underlying
surface has been placed and compacted to the required density, the areas that will support the paving
machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by
means of a properly designed machine. The grade of the underlying surface shall be controlled by a
positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying
surface is disturbed by the trimming operations, it shall be corrected by additional compaction and
retested at the option of the COTR before the concrete is placed except when stabilized subbases are
being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the
Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected
immediately before the placement of concrete. The prepared grade shall be moistened with water, without
saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The
underlying surface shall be protected so that it will be entirely free of frost when concrete is placed.
501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE
CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating,
immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage
caused by hauling or usage of other equipment shall be corrected and retested at the option of the COTR.
If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template
shall be provided and operated on the forms immediately in advance of the placing of all concrete. The

PORTLAND CEMENT CONCRETE PAVEMENT P-501-12


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall
be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The
adjustment and operation of the templates shall be such as will provide an accurate retest of the grade
before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be
filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall
be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to
eliminate frost in the underlying surface shall not be permitted.
The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be
checked daily.
501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout,
equipment, and provisions for transporting material shall assure a continuous supply of material to the
work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of
deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched
separately at the concrete batch plant. Stockpiles shall be built up in layers of not more than 3 feet in
thickness. Each layer shall be completely in place before beginning the next layer and shall not be
allowed to “cone” down over the next lower layer. Aggregates from different sources and of different
grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted by the COTR.
Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All
aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or
binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours
will be accepted as adequate binning only if the car bodies permit free drainage.
Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically
using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor
shall use a suitable method of handling the cement from weighing hopper to transporting container or into
the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent
loss of cement. The device shall be arranged to provide positive assurance that the cement content
specified is present in each batch.
501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in
truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from
the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered
to the site in accordance with the requirements of ASTM C 94.
Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non-
agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete
is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non-
agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators.
Retempering concrete by adding water or by other means will not be permitted. With transit mixers
additional water may be added to the batch materials and additional mixing performed to increase the
slump to meet the specified requirements provided the addition of water is performed within 45 minutes
after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix
design is not exceeded, and approved by the COTR.
501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or
finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is
operated.
a. Cold Weather. Unless authorized in writing by the COTR, mixing and concreting operations shall
be discontinued when a descending air temperature in the shade and away from artificial heat reaches
40°F (4°C) and shall not be resumed until an ascending air temperature in the shade and away from
artificial heat reaches 35°F (2°C).

PORTLAND CEMENT CONCRETE PAVEMENT P-501-13


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature
of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be
placed on frozen material nor shall frozen aggregates be used in the concrete.
When concreting is authorized during cold weather, water and/or the aggregates may be heated to not
more than 150°F (66°C). The apparatus used shall heat the mass uniformly and shall be arranged to
preclude the possible occurrence of overheated areas which might be detrimental to the materials.
b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds
85°F (30°C), the following precautions shall be taken.
The forms and/or the underlying surface shall be sprinkled with water immediately before placing the
concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the
temperature of the concrete when placed exceed 90°F (32°C). The aggregates and/or mixing water shall
be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum.
The finished surfaces of the newly laid pavement shall be kept damp by applying a water-fog or mist
with approved spraying equipment until the pavement is covered by the curing medium. When necessary,
wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf (0.98
kg/m2 per hour) per hour. When conditions are such that problems with plastic cracking can be expected,
and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such
additional measures as necessary to protect the concrete surface. Such measures shall consist of wind
screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If
these measures are not effective in preventing plastic cracking, paving operations shall be immediately
stopped.
c. Temperature Management Program. Prior to the start of paving operation for each day of
paving, the Contractor shall provide the COTR with a Temperature Management Program for the
concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall
address the following items:
(1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the
concrete material.
(2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative
humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete
Mixtures.
(3) Anticipated timing of initial sawing of joint.
(4) Anticipated number and type of saws to be used.
501-4.8 PLACING CONCRETE. At any point in concrete conveyance, the free vertical drop of the
concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m). The
finished concrete product must be dense and homogeneous, without segregation and conforming to the
standards in this specification. Backhoes and grading equipment shall not be used to distribute the
concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated
without voids or segregation, including under and around all load-transfer devices, joint assembly units,
and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be
permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural
strength of 550 psi (3792 kPa), based on the average of four field cured specimens per 2,000 cubic yards
(1,530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and
concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement
when the concrete has attained a minimum flexural strength of 400 psi (2757 kPa).
The Contractor shall have available materials for the protection of the concrete during inclement weather.
Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of

PORTLAND CEMENT CONCRETE PAVEMENT P-501-14


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted
on either the paver or a separate movable bridge from which it can be unrolled without dragging over the
plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available
personnel shall begin covering the surface of the unhardened concrete with the protective covering.
All embedments such as tie bars, dowels, transformer bases, conduits, underdrains, and all other items
indicated on the plans or directed to be embedded shall be placed and/or securely anchored before
concrete is placed. Concreting shall not be started until the embedment items have been checked and
approved for alignment and location. All embedded items must be secured and/or protected so as not to
be disturbed by concrete operations.
a. Slip-Form Construction. The concrete shall be distributed uniformly into final position by a self-
propelled slip-form paver without delay. The alignment and elevation of the paver shall be regulated from
outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width
and depth of the strip of pavement being placed and the vibration shall be adequate to provide a
consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding
forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall
be effectively consolidated by internal vibration with transverse vibrating units for the full width of the
pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of
the pavement to longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the
dowels for the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches
(0.5 m).
The term internal vibration means vibrating units located within the specified thickness of pavement
section.
The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the
amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire
length of the vibrating unit and for a distance of at least one foot (30 cm). The frequency of vibration or
amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content.
The paving machine shall be equipped with a tachometer or other suitable device for measuring and
indicating the actual frequency of vibrations.
The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as
nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading
concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a
minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and
tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine,
except that which is controlled from the machine.
When concrete is being placed adjacent to an existing pavement, that part of the equipment which is
supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-
tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the
pavement to avoid breaking the pavement edge.
Not more than 15% of the total free edge of each 500 foot (150 m) segment of pavement, or fraction
thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement
shall have an edge slump exceeding 3/8 inch (9 mm). (The total free edge of 500 feet (150 m) of
pavement will be considered the cumulative total linear measurement of pavement edge originally
constructed as nonadjacent to any existing pavement; that is, 500 feet (150 m) of paving lane originally
constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane
will have no free edge, etc.). The area affected by the downward movement of the concrete along the
pavement edge shall be limited to not more than 18 inches (0.5 m) from the edge. When excessive edge
slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be
removed and replaced at the expense of the Contractor as directed by the COTR.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-15


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

b. Side-Form Construction. Side form sections shall be straight, free from warps, bends,
indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be
used except at end closures and transverse construction joints where straight forms of other suitable
material may be used.
Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such
build-up is attached to the top of metal forms, the build-up shall also be metal.
Width of the base of all forms shall be equal to or greater than the specified pavement thickness.
Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with
adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or
from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no
delay in placing concrete due to lack of forms.
Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have
full bearing upon the foundation throughout their length and width of base and shall be placed to the
required grade and alignment of the finished pavement. They shall be firmly supported during the entire
operation of placing, compacting, and finishing the pavement.
Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where
these are specified.
Immediately in advance of placing concrete and after all subbase operations are completed, side
forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent
delay in placing.
Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases
until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be
applied to the concrete immediately after the forms have been removed.
Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is
placed against them.
Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines.
These machines shall uniformly distribute and consolidate concrete without segregation so that the
completed pavement will conform to the required cross-section with a minimum of handwork.
The number and capacity of machines furnished shall be adequate to perform the work required at a
rate equal to that of concrete delivery.
Concrete for the full paving width shall be effectively consolidated by internal vibrators without
causing segregation. Internal type vibrators’ rate of vibration shall be not less than 7,000 cycles per
minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more
than one foot (30 cm) from the vibrating element. The Contractor shall furnish a tachometer or other
suitable device for measuring and indicating frequency of vibration.
Power to vibrators shall be connected so that vibration ceases when forward or backward motion of
the machine is stopped.
The provisions relating to the frequency and amplitude of internal vibration shall be considered the
minimum requirements and are intended to ensure adequate density in the hardened concrete.
c. Consolidation. Concrete shall be consolidated with the specified type of lane-spanning, gang-
mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented,
in rare instances as specified, by hand-operated vibrators. The vibrators shall be inserted into the concrete
to a depth that will provide the best full-depth consolidation but not closer to the underlying material than
inches (50 mm). Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the

PORTLAND CEMENT CONCRETE PAVEMENT P-501-16


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it.
Concrete in small, odd-shaped slabs or in isolated locations inaccessible to the gang-mounted vibration
equipment shall be vibrated with an approved hand-operated immersion vibrator operated from a bridge
spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand-operated vibrators
shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for
hand-operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers. For each paving
train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators
shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb
along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the
paving operation and adjustment of the equipment or procedures as approved by the COTR.
If a lack of consolidation of the concrete is suspected by the COTR, referee testing may be required.
Referee testing of hardened concrete will be performed by the Contractor by cutting cores from the
finished pavement after a minimum of 24 hours curing. Density determinations will be made by the
Contractor based on the water content of the core as taken. ASTM C 642 shall be used for the
determination of core density in the saturated-surface dry condition. When required, referee cores will be
taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction. The
Contractor shall be responsible for all referee testing cost if they fail to meet the required density.
The average density of the cores shall be at least 97% of the original mix design density, with no
cores having a density of less than 96% of the original mix design density. Failure to meet the referee
tests will be considered evidence that the minimum requirements for vibration are inadequate for the job
conditions. Additional vibrating units or other means of increasing the effect of vibration shall be
employed so that the density of the hardened concrete conforms to the above requirements.
501-4.9 STRIKE-OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following
the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to
an elevation that when the concrete is properly consolidated and finished, the surface of the pavement
shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers,
the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or
bar mat may be laid full length on the concrete in its final position without further manipulation. The
reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete
shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed
more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be
removed and replaced with freshly mixed concrete at the Contractor’s expense. When reinforced concrete
is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be
placed in plastic concrete by mechanical or vibratory means after spreading.
Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may
adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be
considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire-
brushed test specimen are not less than the applicable ASTM specification requirements.
501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these
requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement
and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (12 mm) from their
designated position and shall be true to line with not more than 1/4 inch (6 mm) variation in 10 feet (3 m).
The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and
any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All
joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on
the plans.
a. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms
as shown in the plans.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-17


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Transverse construction joints shall be installed at the end of each day’s placing operations and at any
other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it
appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the
joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the
Contractor shall remove the excess concrete back to the previous planned joint.
b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the
plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the
top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the
concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be
finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish
shall be according to the manufacturer’s instructions. The groove shall be finished or cut clean so that
spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least
1/8 inch (3 mm) wide and to the depth shown on the plans.
c. Isolation (Expansion). Isolation (Expansion) joints (also known as Slip Joints) shall be installed as
shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full
depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall
be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be
provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the
concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the
premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any
concrete bridging the joint space shall be removed for the full width and depth of the joint.
d. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars
shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown
on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab
depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal
construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be
painted, greased, or enclosed in sleeves. When slip-form operations call for tie bars, two-piece hook bolts
can be installed.
e. Dowel bars. Dowel bars or other load-transfer units of an approved type shall be placed across
joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in
the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly
device to be left permanently in place. The dowel or load-transfer and joint devices shall be rigid enough
to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be
coated with a bond-breaker or other lubricant recommended by the manufacturer and approved by the
COTR.
f. Dowel bars at longitudinal construction joints shall be bonded in drilled holes.
g. Placing dowels and tie bars. The method used in installing and holding dowels in position shall
ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after
the pavement has been completed will not be greater than 1/8 inch per feet (3 mm per 0.3 m). Except as
otherwise specified below, horizontal spacing of dowels shall be within a tolerance of ±5/8 inch (16 mm).
The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch (12 mm). The vertical
alignment of the dowels shall be measured parallel to the designated top surface of the pavement, except
for those across the crown or other grade change joints. Dowels across crowns and other joints at grade
changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the
joint edge. The horizontal alignment shall be checked with a framing square. Dowels or tie bars shall not
be placed closer than 0.6 times the dowel bar or tie bar length to the planned joint line. If the last regularly
spaced longitudinal dowel or tie bar is closer than that dimension, it shall be moved away from the joint
to a location 0.6 times the dowel bar or tie bar length, but not closer than 6 inches (150 mm) to its nearest

PORTLAND CEMENT CONCRETE PAVEMENT P-501-18


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be
wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is
placed. Dowels shall be installed as specified in the following subparagraphs.
(1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints
within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or
basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location
by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor’s
option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the
paver by insertion into the plastic concrete using approved equipment and procedures. Approval will be
based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed
within specified tolerances.
(2) Construction joints. Install dowels and tie bars by the cast-in- place or the drill-and-dowel
method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie
bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the
proper horizontal and vertical position during placing and finishing operations, by means of devices
fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated.
(3) Dowels installed in isolation joints and other hardened concrete. Install dowels for
isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened
concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450
psi (3.1 MPa) before drilling commences. Holes 1/8 inch (3 mm) greater in diameter than the dowels shall
be drilled into the hardened concrete using rotary-core drills. Rotary-percussion drills may be used,
provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment
and operation shall be required if, in the COTR’s opinion, the equipment and/or operation is causing
excessive damage. Depth of dowel hole shall be within a tolerance of ±1/2 inch (12 mm) of the dimension
shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with
oil-free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall
be injected at the back of the hole before installing the dowel and extruded to the collar during insertion
of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will
not be permitted. The dowels shall be held in alignment at the collar of the hole, after insertion and before
the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel.
Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes
drilled in the existing concrete, all as specified above.
h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in
paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall
produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top of the slot shall
be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall
commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit
cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement
occurs and shall continue without interruption until all joints have been sawn. The joints shall be sawn at
the required spacing. All slurry and debris produced in the sawing of joints shall be removed by
vacuuming and washing. Curing compound or system shall be reapplied in the initial sawcut and
maintained for the remaining cure period.
501-4.11 FINISHING. Finishing operations shall be a continuing part of placing operations starting
immediately behind the strike-off of the paver. Initial finishing shall be provided by the transverse screed
or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating
if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine
method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the
event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine
finished pavement shall be kept to an absolute minimum. Any machine finishing operation which

PORTLAND CEMENT CONCRETE PAVEMENT P-501-19


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be
immediately stopped and proper adjustments made or the equipment replaced. Any operations which
produce more than 1/8 inch (3 mm) of mortar-rich surface (defined as deficient in plus U.S. No. 4 (4.75
mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures
modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and
settlement during hardening and care shall be taken to ensure that paving and finishing machines are
properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds)
will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an
approved condition. At no time shall water be added to the surface of the slab with the finishing
equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic
shrinkage cracking.
a. Machine Finishing with Slipform Pavers. The slipform paver shall be operated so that only a
very minimum of additional finishing work is required to produce pavement surfaces and edges meeting
the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall
immediately be replaced or modified as necessary. A self-propelled non-rotating pipe float may be used
while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the
pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge
of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or
operation modified to prevent formation of such slurry. Any slurry which does run down the vertical
edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or
concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive
edge slump, either while the concrete is plastic or after it hardens.
b. Machine Finishing with Fixed Forms. The machine shall be designed to straddle the forms and
shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms
shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment
and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall
be immediately stopped and the equipment, mixture, and procedures adjusted as necessary.
c. Other Types of Finishing Equipment. Clary screeds, other rotating tube floats, or bridge deck
finishers are not allowed on mainline paving, but may be allowed on irregular or odd-shaped slabs, and
near buildings or trench drains, subject to the COTR’s approval.
Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall
have a transversely operating carriage containing a knock-down auger and a minimum of two immersion
vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted
as specified, and only where specifically approved.
d. Hand Finishing. Hand finishing methods will not be permitted, except under the following
conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to
finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular
dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations
only as specified below.
(1) Equipment and screed. In addition to approved mechanical internal vibrators for
consolidating the concrete, provide a strike-off and tamping screed and a longitudinal float for hand
finishing. The screed shall be at least one foot (30 cm) longer than the width of pavement being finished,
of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other
suitable material shod with metal. The longitudinal float shall be at least 10 feet (3 m) long, of approved
design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate
tampers (jitterbugs) shall not be used.
(2) Finishing and floating. As soon as placed and vibrated, the concrete shall be struck off and
screeded to the crown and cross-section and to such elevation above grade that when consolidated and

PORTLAND CEMENT CONCRETE PAVEMENT P-501-20


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

finished, the surface of the pavement will be at the required elevation. In addition to previously specified
complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike-
off and tamping template, and the tamping operation continued until the required compaction and
reduction of internal and surface voids are accomplished. Immediately following the final tamping of the
surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning
but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded,
and the float operated until a satisfactory surface has been produced. The floating operation shall be
advanced not more than half the length of the float and then continued over the new and previously
floated surfaces.
e. Straight-edge Testing and Surface Correction. After the pavement has been struck off and while
the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12-foot (3.7-m)
straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge
shall be held in contact with the surface in successive positions parallel to the centerline and the whole
area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive
stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of
1/8 inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions
shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High
areas shall be cut down and refinished. Special attention shall be given to assure that the surface across
joints meets the smoothness requirements of paragraph 501-5.2e(3). Straightedge testing and surface
corrections shall continue until the entire surface is found to be free from observable departures from the
straightedge and until the slab conforms to the required grade and cross-section. The use of long-handled
wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not
accessible to finishing equipment. This straight-edging is not a replacement for the straightedge testing of
paragraph 501-5.2e(3), Smoothness.
501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or
broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important
that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any
imperfections resulting from the texturing operation shall be corrected to the satisfaction of the COTR.
a. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15
ounces per square yard (555 grams per square meter). To obtain a textured surface, the transverse threads
of the burlap shall be removed approximately one foot (30 cm) from the trailing edge. A heavy buildup of
grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement
surface. The corrugations shall be uniform in appearance and approximately 1/16 inch (2 mm) in depth.
501-4.13 CURING. Immediately after finishing operations are completed and marring of the concrete
will not occur, the entire surface of the newly placed concrete shall be cured for a 7-day cure period in
accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind
the Contractor may elect to use, or lack of water to adequately take care of both curing and other
requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be
left exposed for more than 1/2 hour during the curing period.
When a two-sawcut method is used to construct the contraction joint, the curing compound shall be
applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be
sawed until after the curing period has been completed. When the one cut method is used to construct the
contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or
blankets shall be kept moist for the duration of the curing period.
a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly
with white pigmented curing compound immediately after the finishing of the surface and before
the set of the concrete has taken place. The curing compound shall not be applied during rainfall.
Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon

PORTLAND CEMENT CONCRETE PAVEMENT P-501-21


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(4 liters) to not more than 150 sq ft (14 sq m). The spraying equipment shall be of the fully
atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a
thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During
application the compound shall be stirred continuously by mechanical means. Hand spraying of
odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted.
When hand spraying is approved by the COTR, a double application rate shall be used to ensure
coverage. The curing compound shall be of such character that the film will harden within 30
minutes after application. Should the film become damaged from any cause, including sawing
operations, within the required curing period, the damaged portions shall be repaired immediately
with additional compound or other approved means. Upon removal of side forms, the sides of the
exposed slabs shall be protected immediately to provide a curing treatment equal to that provided
for the surface. Curing shall be applied immediately after the bleed water is gone from the
surface.
b. Not Used.
c. Not Used.
d. Concrete Protection for Cold Weather. The concrete shall be maintained at an ambient
temperature of at least 50°F (10°C) for a period of 72 hours after placing and at a temperature above
freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and
strength of the concrete placed during cold weather; and any concrete damaged shall be removed and
replaced at the Contractor’s expense.
e. Concrete Protection for Hot Weather. Concrete should be continuous moisture cured for the
entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24
hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be
protected from drying with application of a liquid membrane-forming curing compound while the
surfaces are still damp. Other curing methods may be approved by the COTR.
501-4.14 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly
placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing.
After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in
paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be
removed and replaced in accordance with paragraph 501-5.2(f).
501-4.15 SAW-CUT GROOVING. If shown on the plans, grooved surfaces shall be provided in
accordance with the requirements of Item P-622.
501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605.
501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its
appurtenances against both public traffic and traffic caused by the Contractor’s employees and agents
until accepted by the COTR. This shall include watchmen to direct traffic and the erection and
maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints
from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance
shall be repaired or the pavement replaced at the Contractor’s expense.
Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements.
Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until
the concrete is at least seven (7) days old, or for a longer period if directed by the COTR.
In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving
equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days
and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field
cured flexural strength of 550 psi (37928 kPa) and approved means are furnished to prevent damage to

PORTLAND CEMENT CONCRETE PAVEMENT P-501-22


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

the slab edge.


All new and existing pavement carrying construction traffic or equipment shall be continuously kept
completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon
occurrence.
Damaged pavements shall be removed and replaced at the Contractor’s expense. Slabs shall be removed
to the full depth, width, and length of the slab.
The Contractor shall not use the new pavement as a material stockpile area for loading of aggregate and
other items requiring heavy equipment unless approved by the COTR.
501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to aircraft traffic until test
specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 lb /
square inch (3.8 kPa) when tested in accordance with ASTM C 78. Prior to opening the pavement to
construction traffic, all joints shall either be sealed or protected from damage to the joint edge and
intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the
joints from foreign matter intrusion. The pavement shall be completely cleaned before opening for
normal aircraft operations.
501-4.19 REPAIR, REMOVAL, REPLACEMENT OF SLABS.
a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or
unacceptable shall be removed and replaced or repaired, as directed by the COTR and as specified
hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial
slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the
limit of removal shall be normal to the paving lane and to each original transverse joint. The COTR will
determine whether cracks extend full depth of the pavement and may require cores to be drilled on the
crack to determine depth of cracking. Such cores shall be 4 inch (100 mm) diameter, shall be drilled by
the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to
the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes
shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881,
Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the COTR
the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and
durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates
segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement
surface.
b. Shrinkage Cracks. Shrinkage cracks, which do not exceed 4 inches (100 mm) in depth, shall be
cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by
the COTR. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All
epoxy resin injection shall take place in the presence of the COTR. Shrinkage cracks, which exceed 4
inches (100 mm) in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and
4.19c.
c. Slabs With Cracks through Interior Areas. Interior area is defined as that area more than 6
inches (150 mm) from either adjacent original transverse joint. The full slab shall be removed and
replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches
(100 mm) in depth, that extend into the interior area.
d. Cracks Close To and Parallel To Joints. All cracks essentially parallel to original joints,
extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall
be treated as specified here. Any crack extending more than 6 inches (150 mm) from the joint shall be
treated as specified above in subparagraph “Slabs with Cracks through Interior Areas”.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-23


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(1) Full Depth Cracks Present, Original Joint Not Opened. The full cracked slab shall be
removed and replaced at no cost to the owner.
(2) Full Depth Cracks Present, Original Joint Also Cracked. At a joint, if there is any place in
the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab
containing the crack shall be removed and replaced for the full lane width and length.
e. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs, unless there
are dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be
perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be
sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed
on the joint line full depth.
The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece
lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe
lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully
broken up and removed using light, hand-held jackhammers, 30 lb (14 kg) or less, or other approved
similar equipment.
Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The
joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater
than 1/2 inch (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal
direction with a 12-foot (3.7-m) straightedge.
No mechanical impact breakers, other than the above hand-held equipment shall be used for any
removal of slabs. If underbreak between 1-1/2 and 4 inches (38 and 100 mm) deep occurs at any point
along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures
directed will be similar to those specified for surface spalls, modified as necessary.
If underbreak over 4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be
removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels
or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by
epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original
damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall
be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels or original tie bars.
Placement of concrete shall be as specified for original construction. Prior to placement of new
concrete, the underlying material (unless it is stabilized) shall be re-compacted and shaped as specified in
the appropriate section of these specifications. The surfaces of all four joint faces shall be cleaned of all
loose material and contaminants and coated with a double application of membrane forming curing
compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels
or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original
construction.
f. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel
cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch (25
mm) outside the spalled area and to a depth of at least 2 inch (50 mm). Saw cuts shall be straight lines
forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out
to remove all unsound concrete and at least 1/2 inch (12 mm) of visually sound concrete. The cavity thus
formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to
remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III,
Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint
face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff-bristle
brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement
concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls,

PORTLAND CEMENT CONCRETE PAVEMENT P-501-24


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

generally those more than 1/2 cu. ft. (0.014 m3) in size, and mortar shall be used for the smaller ones. Any
spall less than 0.1 cu. ft. (0.003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy
resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed,
placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1,
epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer
and approved by the COTR. The epoxy resin materials shall be placed in the cavity in layers not over 2
inches (50 mm) thick. The time interval between placement of additional layers shall be such that the
temperature of the epoxy resin material does not exceed 140°F (60°C) at any time during hardening.
Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair
material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where
the spalled area abuts a joint, an insert or other bond-breaking medium shall be used to prevent bond at
the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints,
or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer
specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be
removed and replaced as previously specified. If any spall would require over 25% of the length of any
single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in
this section shall not be allowed if in the opinion of the COTR the overall condition of the pavement
indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair
of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence
of coarse aggregate in the upper one-eight (1/8th) inch of the pavement surface.
g. Diamond Grinding of PCC Surfaces. Diamond grinding of the hardened concrete with an
approved diamond grinding machine should not be performed until the concrete is 14 days or more old
and concrete has reached full minimum strength. When required, diamond grinding shall be accomplished
by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be
assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will
produce the required texture and smoothness level without damage to the pavement. The saw blades shall
be 1/8-inch (3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of
cutting head width; the actual number of blades will be determined by the Contractor and depend on the
hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide.
Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted.
The area corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of
the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch (13 mm) and all
areas in which diamond grinding has been performed will be subject to the final pavement thickness
tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not
requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess
of the limits specified above, may require removing and replacing in conformance with paragraph 501-
4.19.
501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR.
All operations shall be carefully controlled to prevent damage to the concrete pavement and to the
underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface.
a. Removal of Existing Pavement Slab.
When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the
joint between the removal area and adjoining pavement to stay in place, shall first be cut full depth with a
standard diamond-type concrete saw. Next, a full depth saw cut shall be made parallel to the joint at least
8 inches from the joint and no more than 18 inches from the joint. All pavement between this last saw cut
and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb or less,
or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and
cause distress in the pavement which is to remain in place. Where dowels are present, care shall be taken
to produce an even, vertical joint face below the dowels. If the Contractor is unable to produce such a

PORTLAND CEMENT CONCRETE PAVEMENT P-501-25


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the
joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints,
by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. The
joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater
than 1/2 inches and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction
with a 12-foot straightedge.
b. Edge Repair.
The edge of existing concrete pavement against which new pavement abuts shall be protected from
damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner.
(1) Spall Repair. Spalls shall be repaired where indicated and where directed by the COTR.
Repair materials and procedures shall be as previously specified in subparagraph 501-4.19f.
(2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose
material shall be carefully removed. Next, the underlying material shall be recompacted, without addition
of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly
consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing
concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface
shall be heavily coated with curing compound.
(3) Underlying Material. The underlying material adjacent to the edge and under the existing
pavement which is to remain in place shall be protected from damage or disturbance during removal
operations and until placement of new concrete, and shall be shaped as shown on the drawings or as
directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or
sloughing) of material under the pavement that is to remain in place. Any material under the portion of
the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully
removed and replaced with concrete as specified in paragraph 501-4.20b(2). The underlying material
outside the joint line shall be thoroughly compacted and moist when new concrete is placed.

MATERIAL ACCEPTANCE
501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling, making specimens,
transportation of samples, initial and final curing and coring for thickness will be performed by the
Contractor. All testing necessary to determine conformance with the requirements specified in this
section will be performed by the COTR. The Contractor shall bear the cost of providing curing facilities
for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph
501-5.1b(1). Testing organizations performing these tests shall be accredited in accordance with ASTM C
1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. All
test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy
of the laboratory’s current accreditation and accredited test methods shall be submitted to the COTR prior
to start of construction.
Concrete shall be accepted for strength and thickness on a lot basis.
A lot shall consist of a day’s production not to exceed 4,000 square yards.
a. Flexural Strength.
(1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for
each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by
the COTR in accordance with random sampling procedures contained in ASTM D 3665. The concrete
shall be sampled in accordance with ASTM C 172.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-26


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(2) Testing. Two (2) specimens (beams) shall be made from each sample of fresh concrete.
Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall
be determined in accordance with ASTM C78. The flexural strength for each sublot shall be computed by
averaging the results of the two test specimens representing that sublot.
Immediately prior to testing for flexural strength, the beam shall be weighed and measured for
determination of a specimen unit weight. Measurements shall be made for each dimension; height, depth,
and length, at the mid-point of the specimen and reported to the nearest 1/10 inch (3 mm). The weight of
the specimen shall be reported to the nearest 0.1 pound (45 gm). The specimen unit weight shall be
calculated by dividing the specimen weight by the calculated volume of the sample. This information
shall be reported as companion information to the measured flexural strength for each specimen.
The samples will be transported while in the molds. The curing, except for the initial cure period,
will be accomplished using the immersion in saturated lime water method.
Slump, air content, and temperature tests will also be conducted by the quality assurance
laboratory for each set of strength test samples, per ASTM C 31.
(3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams.
During the 24 hours after molding, the temperature immediately adjacent to the specimens must be
maintained in the range of 60° to 80°F (16° to 27°C), and loss of moisture from the specimens must be
prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary
buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic
bags, or using other suitable methods, provided the temperature and moisture loss requirements are met.
(4) Acceptance. Acceptance of pavement for flexural strength will be determined by the COTR
in accordance with paragraph 501-5.2b.
b. Pavement Thickness.
(1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the
Contractor for each sublot. Sampling locations shall be determined by the COTR in accordance with
random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned
variable thickness, shall be excluded from sample locations.
Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and
materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a
non-shrink grout approved by the COTR within one day after sampling.
(2) Testing. The thickness of the cores shall be determined by the COTR by the average caliper
measurement in accordance with ASTM C174.
(3) Acceptance. Acceptance of pavement for thickness shall be determined by the COTR in
accordance with paragraph 501-5.2c.
c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number
of tests have been made for the lot, or when the Contractor and COTR agree in writing to allow overages
or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot
size and the number of tests for the lot.
Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have
been produced, they shall be incorporated into the next lot or the previous lot and the total number of
sublots shall be used in the acceptance criteria calculation, that is, n=5 or n=6.
d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test
criterion) in accordance with ASTM E 178, at a significance level of 5%. Outliers shall be discarded, and
the percentage of material within specification limits (PWL) shall be determined using the remaining test
values.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-27


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

501-5.2 ACCEPTANCE CRITERIA.


a. General. Acceptance will be based on the following characteristics of the completed pavement
discussed in paragraph 501-5.2e:
(1) Flexural strength
(2) Thickness
(3) Smoothness
Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of
estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and
the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of
material that is above the lower specification tolerance limit (L).
Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph
501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2).
Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance
for grade will be based on the criteria contained in paragraph 501-5.2e(4).
The COTR may at any time, notwithstanding previous plant acceptance, reject and require the
Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to
contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In
the event of such rejection, the Contractor may take a representative sample of the rejected material in the
presence of the COTR, and if it can be demonstrated in the laboratory, in the presence of the COTR, that
such material was erroneously rejected, payment will be made for the material at the contract unit price.
b. Flexural Strength. Acceptance of each lot of in-place pavement for flexural strength shall be
based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher.
c. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The
Contractor shall target production quality to achieve 90 PWL or higher.
d. Percentage of Material Within Limits (PWL). The PWL shall be determined in accordance with
procedures specified in Paragraph 501-5.3
The lower specification tolerance limit (L) for flexural strength and thickness shall be:
Lower Specification Tolerance Limit (L)

Flexural Strength 0.93 × strength specified in paragraph 501-3.1

Thickness Lot Plan Thickness in inches,- 0.50 in

e. Acceptance Criteria.
(1) Flexural Strength. I If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable.
Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1.
(2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable.
Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1.
(3) Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours
after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for
smoothness to reveal all surface irregularities exceeding the tolerances specified. The finished surface of
the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge.
Corrections involving diamond grinding will be subject to the final pavement thickness tolerances
specified.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-28


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

(a) Transverse measurements. Transverse measurements will be taken for each lot placed.
Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or
more often as determined by the COTR.
(i) Testing shall be continuous across all joints, starting with one-half the length of the
straight edge at the edge of pavement section being tested and then moved ahead one-half the length of
the straight edge for each successive measurement. Smoothness readings will not be made across grade
changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to
measure surface smoothness and not design grade or cross slope transitions. The amount of surface
irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement
surface and allowing it to rest upon the two highest spots covered by its length, and measuring the
maximum gap between the straightedge and the pavement surface in the area between these two high
points. Deviations on final pavement > 1/4 inch (6mm) in transverse direction shall be corrected with
diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement.
Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding.
The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested
after grinding.
(ii) The joint between lots shall be tested separately to facilitate smoothness between lots.
The amount of surface irregularity shall be determined by placing the freestanding (unleveled)
straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half
of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and
the pavement surface in the area between these two high points. One measurement shall be taken at the
joint every 50 feet (15m) or more often if directed by the COTR. Maximum gap on final pavement
surface > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph
501-4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a
copy of the data shall be furnished to the COTR at the end of each days testing.
(b) Longitudinal measurements. Longitudinal measurements will be taken for each lot
placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when
widths of paving lanes are less than 20 feet (6m); and at the one third points of paving lanes when widths
of paving lanes are 20 ft (6m) or greater.
(i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal
lot length is less than 200 feet (60m). When approved by the COTR, the first and last 15 feet (4.5m) of
the lot can also be considered as short sections for smoothness. The finished surface shall not vary more
than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be
made across grade changes or cross slope transitions, at these transition areas, the straightedge position
shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing
shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of
pavement section being tested and then moved ahead one-half the length of the straight edge for each
successive measurement. The amount of surface irregularity shall be determined by placing the
freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest
spots covered by its length, and measuring the maximum gap between the straightedge and the pavement
surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch
(6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by
removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth
transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the
total area and these areas shall be retested after grinding.
Smoothness testing indicated in the above paragraphs shall be performed within 48 hours of
placement of material. The primary purpose of smoothness testing is to identify areas that may be prone
to ponding of water which could lead to hydroplaning of aircraft. If the contractor’s machines and/or
methods are producing significant areas that need corrective actions then production should be stopped

PORTLAND CEMENT CONCRETE PAVEMENT P-501-29


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

until corrective measures can be implemented. If corrective measures are not implemented and when
directed by the COTR, production shall be stopped until corrective measures can be implemented.
f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and
replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged
dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall
apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in
accordance with paragraph 501-4.20.
501-5.3 PERCENTAGE WITHIN SPECIFICATION LIMITS (PWL). When the specifications
provide for acceptance of material based on the method of estimating percentage of material within
specification limits (PWL), the PWL will be determined in accordance with this section. All test results
for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within
specification limits. The PWL is computed using the sample average (X) and sample standard deviation
(Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower
and U for upper, for the particular acceptance parameter. From these values, the respective Quality index,
QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for
the specified n is determined from Table 3. All specification limits specified in the technical sections shall
be absolute values. Test results used in the calculations shall be to the significant figure given in the test
procedure.
There is some degree of uncertainty (risk) in the measurement for acceptance because only a small
fraction of production material (the population) is sampled and tested. This uncertainty exists because all
portions of the production material have the same probability to be randomly sampled. The Contractor’s
risk is the probability that material produced at the acceptable quality level is rejected or subjected to a
pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level
is accepted.
It is the intent of this section to inform the contractor that, in order to consistently offset the contractor’s
risk for material evaluated, production quality (using population average and population standard
deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the
responsibility of the contractor to produce at quality levels that will meet the specified acceptance criteria
when sampled and tested at the frequencies specified.
501-5.3.1 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as
follows:
a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.
b. Locate the random sampling position within the sublot in accordance with the requirements of the
specification.
c. Make a measurement at each location, or take a test portion and make the measurement on the test
portion in accordance with the testing requirements of the specification.
d. Find the sample average (X) for all sublot values within the lot by using the following formula:
X = (x1 + x2 + x3 + . . .xn) / n
Where: X = Sample average of all sublot values within a lot
x1, x2 = Individual sublot values
n = Number of sublots
e. Find the sample standard deviation (Sn) by use of the following formula:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-30


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Sn = [(d12 + d22 + d32 + . . .dn2)/(n-1)]1/2


Where: Sn = Sample standard deviation of the number of sublot values in the set
d1, d2 = Deviations of the individual sublot values x1, x2, … from the average value X
that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X)
n = Number of sublots
f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of
the following formula:
QL = (X - L) / Sn
Where: L = specification lower tolerance limit
Estimate the percentage of material within limits (PWL) by entering Table 3 with QL, using the
column appropriate to the total number (n) of measurements. If the value of QL falls between values
shown on the table, use the next higher value of PWL.
g. For double-sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by
use of the following formulas:
QL = (X - L) / Sn
AND
QU = (U - X) / Sn
Where: L and U = specification lower and upper tolerance limits
Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL)
by entering Table 3 separately with QL and QU, using the column appropriate to the total number (n) of
measurements, and determining the percent of material above PL and percent of material below PU for
each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value
of PL or PU. Determine the PWL by use of the following formula:
PWL = (PU + PL) - 100
Where: PL = percent within lower specification limit
PU = percent within upper specification limit

EXAMPLE OF PWL CALCULATION


Project: Example Project
Test Item: Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
A-1 = 96.60
A-2 = 97.55
A-3 = 99.30
A-4 = 98.35
n=4
2. Calculate average density for the lot.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-31


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

X = (x1 + x2 + x3 + . . .xn) / n
X = (96.60 + 97.55 + 99.30 + 98.35) / 4
X = 97.95 percent density
3. Calculate the standard deviation for the lot.
Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2
Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn = 1.15
4. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL = (X -L) / Sn
QL = (97.95 - 96.30) / 1.15
QL = 1.4348
5. Determine PWL by entering Table 3 with QL= 1.44 and n= 4.
PWL = 98
B. PWL Determination for Air Voids.
1. Air Voids of four random samples taken from Lot A.
A-1 = 5.00
A-2 = 3.74
A-3 = 2.30
A-4 = 3.25
2. Calculate the average air voids for the lot.
X = (x1 + x2 + x3 . . .n) / n
X = (5.00 + 3.74 + 2.30 + 3.25) / 4
X = 3.57 percent
3. Calculate the standard deviation Sn for the lot.
Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2
Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2
Sn = 1.12
4. Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL = (X - L) / Sn
QL = (3.57 - 2.00) / 1.12
QL = 1.3992
5. Determine PL by entering Table 3 with QL = 1.41 and n = 4.
PL = 97
6. Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU = (U - X) / Sn

PORTLAND CEMENT CONCRETE PAVEMENT P-501-32


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

QU = (5.00 - 3.57) / 1.12


QU = 1.2702
7. Determine PU by entering Table 3 with QU = 1.29 and n = 4.
PU = 93
8. Calculate Air Voids PWL
PWL = (PL + PU) - 100
PWL = (97 + 93) - 100 = 90

EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178)


Project: Example Project
Test Item: Item P-401, Lot A.
A. Outlier Determination for Mat Density.
1. Density of four random cores taken from Lot A arranged in descending order.
A-3 = 99.30
A-4 = 98.35
A-2 = 97.55
A-1 = 96.60
2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion =
1.463.
3. Use average density, standard deviation, and test criterion value to evaluate density measurements.
a. For measurements greater than the average:
If (measurement - average)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier
For A-3, check if ( 99.30 - 97.95 ) / 1.15 is greater than 1.463.
Since 1.174 is less than 1.463, the value is not an outlier.
b. For measurements less than the average:
If (average - measurement)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-1, check if ( 97.95 - 96.60 ) / 1.15 is greater than 1.463.
Since 1.435 is less than 1.463, the value is not an outlier.
NOTE: In this example, a measurement would be considered an outlier if the density were:
Greater than (97.95 + 1.463 x 1.15) = 99.63 percent
OR
less than (97.95 - 1.463 x 1.15) = 96.27 percent.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-33


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Table 3. Table for Estimating Percent of Lot Within Limits (PWL)

Percent Within Positive Values of Q (QL and QU)


Limits
(PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362
98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630
97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420
96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454
95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635
94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914
93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265
92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670
91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118
90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602
89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115
88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653
87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212
86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789
85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382
84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990
83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610
82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241
81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882
80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533
79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192
78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858
77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531
76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211
75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896
74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587
73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282
72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982
71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686
70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394
69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105
68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820
67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537
66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257
65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980
64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705
63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432
62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161
61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892
60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624
59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358
58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093
57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829
56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566
55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304
54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042
53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781
52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521
51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260
50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000

PORTLAND CEMENT CONCRETE PAVEMENT P-501-34


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Percent Within Negative Values of Q (QL and QU)


Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

(PL and PU)


49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260
48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521
47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781
46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042
45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304
44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566
43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829
42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093
41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358
40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624
39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892
38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161
37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432
36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705
35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980
34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257
33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537
32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820
31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105
30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394
29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686
28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982
27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282
26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587
25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896
24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211
23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531
22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858
21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192
20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533
19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882
18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241
17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610
16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990
15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382
14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789
13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212
12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653
11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115
10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602
9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118
8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670
7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265
6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914
5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635
4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454
3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420
2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630
1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362

PORTLAND CEMENT CONCRETE PAVEMENT P-501-35


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

CONTRACTOR QUALITY CONTROL


501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program
in accordance with Section 014000 of the General Provisions. The program shall address all elements that
affect the quality of the pavement including but not limited to:
a. Mix Design
b. Aggregate Gradation
c. Quality of Materials
d. Stockpile Management
e. Proportioning
f. Mixing and Transportation
g. Placing and Consolidation
h. Joints
i. Dowel Placement and Alignment
j. Flexural or Compressive Strength
k. Finishing and Curing
l. Surface Smoothness
501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests
necessary to control the production and construction processes applicable to this specification and as set
forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to,
tests for aggregate gradation, aggregate moisture content, slump, and air content.
A Quality Control Testing Plan shall be developed as part of the Quality Control Program.
a. Fine Aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C
136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor
belt.
(2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM
C 70 or ASTM C 566.
b. Coarse Aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate.
Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the
discharge gate of storage bins or from the conveyor belt.
(2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM
C 566.
c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with
the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be

PORTLAND CEMENT CONCRETE PAVEMENT P-501-36


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

performed in accordance with ASTM C 143 from material randomly sampled from material discharged
from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172.
d. Air Content. Four air content tests, shall be performed for each lot of material produced in
accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Air
content tests shall be performed in accordance with ASTM C 231 for gravel and concrete containing stone
coarse aggregate and ASTM C 173 for concrete containing slag or other porous coarse aggregate, from
material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance
with ASTM C 172.
e. Unit Weight and Yield. Four unit weight and yield tests shall be made in accordance with ASTM
C 138. The samples shall be taken in accordance with ASTM C 172 and at the same time as the air
content tests.
501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and coarse
aggregate gradation, slump, and air content.
Control charts shall be posted in a location satisfactory to the COTR and shall be kept up to date at all
times. As a minimum, the control charts shall identify the project number, the contract item number, the
test number, each test parameter, the Action and Suspension Limits, or Specification limits, applicable to
each test parameter, and the Contractor’s test results. The Contractor shall use the control charts as part of
a process control system for identifying potential problems and assignable causes before they occur. If the
Contractor’s projected data during production indicates a potential problem and the Contractor is not
taking satisfactory corrective action, the COTR may halt production or acceptance of the material.
a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the
last five gradation tests for each control sieve on linear control charts. Specification limits contained in
the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall
be superimposed on the Control Chart for job control.
b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual
measurements and range (that is, difference between highest and lowest measurements) for slump and air
content in accordance with the following Action and Suspension Limits.
Control Chart Limits

Control Individual Measurements Range Suspension


Parameter Limit

Action Limit Suspension Limit

Slip Form:

Slump +0 to -1 in (0-25 mm) +0.5 to -1.5 in (13-38 +/- 1.5 in (38 mm)
mm)

Air Content +/- 1.2% +/- 1.8% +/- 2.5%

Side Form:

Slump + 0.5 to -1 in (13-25 mm) +1 to -1.5 in (25-38 mm) +/- 1.5 in (38 mm)

Air Content +/- 1.2% +/- 1.8% +/- 2.5%

The individual measurement control charts shall use the mix design target values as indicators of central

PORTLAND CEMENT CONCRETE PAVEMENT P-501-37


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

tendency.
501-6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that
appropriate action shall be taken when the process is believed to be out of control. The Contractor
Quality Control Program shall detail what action will be taken to bring the process into control and shall
contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed
out of control and corrective action taken if any one of the following conditions exists.
a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside
of Table 1 and Table 2 specification limits in paragraph 501-2.1, immediate steps, including a halt to
production, shall be taken to correct the grading.
b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or
coarse aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water
batcher shall be adjusted.
c. Slump. The Contractor shall halt production and make appropriate adjustments whenever:
(1) one point falls outside the Suspension Limit line for individual measurements or range
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
d. Air Content. The Contractor shall halt production and adjust the amount of air-entraining
admixture whenever:
(1) one point falls outside the Suspension Limit line for individual measurements or range
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
Whenever a point falls outside the Action Limits line, the air-entraining admixture dispenser shall be
calibrated to ensure that it is operating correctly and with good reproducibility.
METHOD OF MEASUREMENT
501-7.1 PAVEMENT REMOVAL, 26” DEPTH. The quantity of pavement removal shall be the
number of square yards measured in its original position, for the depth specified. The quantity of
pavement removal shall include PCC pavement, bituminous pavement, cement treated base course,
aggregate and any soils located above the subgrade elevation.
501-7.2 TEST BATCH. The test batch shall be measured as lump sum. Only one test batch shall be
measured and paid for the project. Any additional Test Batches shall be paid for by the contractor.

501-7.3 20” PCC PAVEMENT. Portland cement concrete pavement shall be measured by the number
of square yards of either plain or reinforced pavement as specified in-place, completed and accepted.

501-7.3 FULL-DEPTH PCC PAVEMENT REPAIR DEMONSTRATION. The Full-depth PCC


Pavement Repair Demonstration shall be measured as a lump sum. Item shall include pavement removal,
excavation, backfill with P-209 and placement/finishing 20” PCC pavement. Demonstration area shall be
outside the project area at a location designated by the COTR. Demonstration repair area shall be no
larger than 70 SY (25’ x 25’ – one full slab), and shall include an exterior doweled construction joints. If
demonstration is unsuccessful, item will not be measured and paid again, but will be re-accomplished at
Contractor’s expense.
BASIS OF PAYMENT
501-8.1 PAYMENT.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-38


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2
Acceptance Criteria shall be based on results of smoothness, strength and thickness tests. Payment for
acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength
and thickness and 501-8.1c for smoothness, subject to the limitation that:
The total project payment for concrete pavement shall not exceed 100 percent of the product of the
contract unit price and the total number of square yards of concrete pavement used in the accepted work
(See Note 1 under the Price Adjustment Schedule Table 4 below).
Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required
to complete the work as specified herein and on the drawings. The labor, materials, tools, equipment and
incidentals required to seal the joints per Items P-605 shall be considered incidental to this item.
1. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in
accordance with the Price Adjustment Schedule Table 4 below. A pay factor shall be calculated for
both flexural strength and thickness. The lot pay factor shall be the higher of the two values when
calculations for both flexural strength and thickness are 100% or higher. The lot pay factor shall be
the product of the two values when only one of the calculations for either flexural strength or
thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations
for both flexural strength and thickness are less than 100%.
Table 4. Price Adjustment Schedule1
Percentage of Materials Within Specification
Lot Pay Factor
Limits
(Percent of Contract Unit Price)
(PWL)
96 – 100 106
90 – 95 PWL + 10
75 – 90 0.5 PWL + 55
55 – 74 1.4 PWL – 12
Below 55 Reject2
1
Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of
100% shall be subject to the total project payment limitation specified in paragraph 501-8.1.
2
The lot shall be removed and replaced. However, the COTR may decide to allow the rejected lot to remain. In
that case, if the COTR and Contractor agree in writing that the lot shall not be removed, it shall be paid for at
50% of the contract unit price and the total project payment limitation shall be reduced by the amount
withheld for the rejected lot.
For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the
lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in
paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to
offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%
b. For “Pavement Removal, 26” Depth” payment shall be made at the contract unit price per square
yard for the depth specified. This price shall be full compensation for sawcutting, removal and disposal
of the pavement materials, undercutting around existing utilities, protection of utilities, and backfilling
around utilities as directed by the COTR and for furnishing all materials, labor, equipment, tools and
incidentals necessary to compete the item.
c. The Plain PCC Test Batch shall be paid for at the contract unit price per lump sum, which price
shall include all materials, equipment labor and engineering necessary to complete this item.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-39


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

d. For “Full-Depth PCC Pavement Repair Demonstration” payment shall be paid for at the contract
unit price per lump sum, which price shall include all materials, equipment, labor and engineering
necessary to complete this item.

f. Payment. Payment shall be made under:


Item P-501-8.1 Pavement Removal, 26” Depth –per square yard
Item P-501-8.2 20” PCC Pavement – per square yard
Item P-501-8.3 Plain PCC Test Batch – per lump sum
Item P-501-8.4 Full Depth PCC Pavement Repair Demonstration – per lump sum

TESTING REQUIREMENTS

ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in
the Field

ASTM C39 Standard Test Method for Compressive Strength of Cylindrical


Concrete Specimens

ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate

ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using
Simple Beam with Third-Point Loading)

ASTM C88 Standard Test Method for Soundness of Aggregates by Use of


Sodium Sulfate or Magnesium Sulfate

ASTM C117 Standard Test Method for Materials Finer Than 75-μm (No. 200)
Sieve in Mineral Aggregates by Washing

ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size


Coarse Aggregate by Abrasion and Impact in
the Los Angeles Machine

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and
Coarse Aggregates

ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air
Content (Gravimetric) of Concrete

ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in
Aggregates

ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete

ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete

PORTLAND CEMENT CONCRETE PAVEMENT P-501-40


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by
the Volumetric Method

ASTM C174 Standard Test Method for Measuring Thickness of Concrete


Elements Using Drilled Concrete Cores

ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement-
Aggregate Combinations (Mortar-Bar
Method)

ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by
the Pressure Method

ASTM C289 Standard Test Method for Potential Alkali-Silica Reactivity of


Aggregates (Chemical Method)

ASTM C295 Standard Guide for Petrographic Examination of Aggregates for


Concrete

ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement

ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use in Portland Cement
Concrete

ASTM C566 Standard Test Method for Total Evaporable Moisture Content of
Aggregates by Drying

ASTM C642 Standard Test Method for Density, Absorption, and Voids in
Hardened Concrete

ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing
and Thawing

ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and
Criteria for Testing Agency Evaluation

ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar-Bar Method)

ASTM C1567 Standard Test Method for Determining the Potential Alkali-Silica
Reactivity of Combinations of Cementitious
Materials and Aggregate (Accelerated
Mortar-Bar Method)

ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete

ASTM D3665 Standard Practice for Random Sampling of Construction Materials

PORTLAND CEMENT CONCRETE PAVEMENT P-501-41


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat
and Elongated Particles in Coarse Aggregate

ASTM E178 Standard Practice for Dealing With Outlying Observations

U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662t

Determining the Potential Alkali-Silica Reactivity of Combinations


of Cementitious Materials, Lithium Nitrate
Admixture and Aggregate (Accelerated
Mortar-Bar Method)

MATERIAL REQUIREMENTS

ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for
Concrete Reinforcement

ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars
for Concrete Reinforcement

ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats
for Concrete Reinforcement

ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain
Bars for Concrete Reinforcement

ASTM A714 Standard Specification for High-Strength Low-Alloy Welded and


Seamless Steel Pipe

ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars

ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel


Reinforcing Bars

ASTM A996 Standard Specification for Rail-Steel and Axle-Steel Deformed


Bars for Concrete Reinforcement

ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire
Reinforcement, Plain and Deformed, for
Concrete

ASTM A1078 Standard Specification for Epoxy-Coated Steel Dowels for


Concrete Pavement

ASTM C33 Standard Specification for Concrete Aggregates

ASTM C94 Standard Specification for Ready-Mixed Concrete

PORTLAND CEMENT CONCRETE PAVEMENT P-501-42


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM C150 Standard Specification for Portland Cement

ASTM C171 Standard Specification for Sheet Materials for Curing Concrete

ASTM C260 Standard Specification for Air-Entraining Admixtures for


Concrete

ASTM C309 Standard Specification for Liquid Membrane-Forming


Compounds for Curing Concrete

ASTM C494 Standard Specification for Chemical Admixtures for Concrete

ASTM C595 Standard Specification for Blended Hydraulic Cements

ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for Use in Concrete

ASTM C881 Standard Specification for Epoxy-Resin-Base Bonding Systems


for Concrete

ASTM C989 Standard Specification for Slag Cement for Use in Concrete and
Mortars

ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for
Concrete Paving and Structural
Construction (Nonextruding and Resilient
Bituminous Types)

ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork
and Recycled PVC Expansion Joint
Fillers for Concrete Paving And
Structural Construction

ACI 211.1 Standard Practice for Selecting Proportions for Normal,


Heavyweight, and Mass Concrete

ACI 305R Guide to Hot Weather Concreting

ACI 306R Guide to Cold Weather Concreting

ACI 309R Guide for Consolidation of Concrete

AC 150/5320-6 Airport Pavement Design and Evaluation

PCA Design and Control of Concrete Mixtures

END ITEM P-501

PORTLAND CEMENT CONCRETE PAVEMENT P-501-43


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-510 – RIGID PAVEMENT REPAIR

PART 1 - DESCRIPTION

1.1 This work shall consist of the repair of Portland Cement Concrete Pavement using the one different
technique, listed below.

Partial Depth Spall Repair


Partial Depth Spall Repair with Rapid-Curing Flexible Patch Material
Remove Abandoned Light Can and Backfill with PCC

1.2 QUALITY ASSURANCE

A. Reference Standards. Meet requirements of the referenced standards except to the extent more
detailed or stringent requirements are indicated by the Contract Documents, including
requirements of this Section and of governing codes and regulations.

B. Compliance with Laws, Codes, Rules, and Regulations. Comply with all local, State, and
Federal laws, rules, and regulations applicable to this Section and to the selective demolition
work to be done.

1.3 SUBMITTALS

A. Furnish product manufacturer’s data, test reports and materials certifications for all materials
required in this section, including:

1. Rapid-Curing Flexible Patch Material


2. Extender Materials for Flexible Patch Material

PART 2 - MATERIALS

2.1 PARTIAL DEPTH SPALL REPAIR

A. Requirements for Partial Depth Spall Repair PCC patch material are described in Division 20
Section “Portland Cement Concrete Pavement.”

2.2 RAPID-CURING FLEXIBLE PATCH MATERIAL

A. For repairs under Item P-510-6.3 “Partial Depth spall Repair with Rapid-Curing Flexible Patch
Material”, the contractor shall use a flexible, urethane-based, rapid-setting patch material as
described below.

B. The contractor shall submit for approval one of the products identified in this specification that
they deem most suitable for the work and the installation conditions likely to be encountered.

RIGID PAVEMENT REPAIR P-510-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

i. Wabo ElastoPatch
a. Manufactured by Watson Bowman Acme Corporation, www.wbacorp.com.
b. The material shall be a rapid-setting, modified two-part elastomeric concrete.
c. The contractor shall provide certification that the elastomeric concrete meets or
exceeds the following properties and referenced standards.

Property Reference Requirement


Minimum tensile strength of Extended Material at 1 ASTM D412 1000 psi
hour after initial set
Minimum Elongation at Break ASTM D412 31%
Minimum Bond Strength ASTM C190 250 psi
Shall Meet Requirements of: ASTM D471
ASTM D695
ASTM D2240

d. The patch material may use pre-measured additives to extend the mixture per the
manufacturer’s recommendations. If additives will be used, they must be identified
in the submittal.

ii. DelPatch Elastomeric Concrete


a. Manufactured by D.S. Brown Company, www.dsbrown.com.
b. Material shall be a two-component polyurethane product missed with sand and
chopped strand fiberglass. The elastomeric concrete shall contain no more than 21
pounds of sand and fiberglass for every gallon of polymer.
c. The contractor shall provide certification that the elastomeric concrete meets or
exceeds the following properties and referenced standards.

Property Reference Requirement


Minimum tensile strength of Extended Material at 1 ASTM C109 600 psi
hour after initial set
Minimum Bond Strength ASTM C882 400 psi (Dry Bond)
250 psi (Wet Bond)
Shall Meet Requirements of: ASTM D471
ASTM D695
ASTM D2240

d. The patch material may use pre-measured additives to extend the mixture per the
manufacturer’s recommendations. If additives will be used, they must be identified
in the submittal.

C. Substitutions. Substitute materials for the rapid-curing flexible patch will be evaluated;
however, only flexible, urethane-based polymer materials will be considered by the Authority.
All products submitted must meet the requirements of Section 2.1 of this specification.
Requests for substitution must be submitted with the contractor’s proposal. Requests shall
include: documentation from an approved independent testing laboratory showing compliance
with this specification, record of past performance on airfield projects, list of similar
installations with references, detailed comparison of the qualities of the proposed substitute
with the specified product, statement of product costs showing all savings passed to the
Authority if approved, and certification by the contractor that the proposed substitute is in every

RIGID PAVEMENT REPAIR P-510-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

significant way equal to or better than the specified product. The Authority reserves the right
to reject all materials.

D. Sand: Shall meet ASTM C33.

E. Coarse Aggregate: Shall meet ASTM C33.

F. Water: Must be potable.

G. Tape: Use duct tape or other durable, non-reactive tape for masking the edges of the repair
area during placement of the rapid-curing flexible patch materials.

2.3 ABANDONED LIGHT CAN REMOVAL AND BACKFILL

A. Requirements for Abandoned Light Can Removal and PCC Backfill patch material are
described in Division 20 Section “Portland Cement Concrete Pavement.”

2.4 FIBERBOARD

A. Fiberboard for maintaining joints in patches shall conform to the requirements of ASTM D
1751 or ASTM D 1752. The filler for each joint shall be furnished in a single piece for the full
depth and width required for the joint. Plastic joint caps shall be secured to the board such that
they will not lose contact with the board until after the patch has set.

2.5 CURING COMPOUND

A. Requirements for curing compound applied to PCC are described in Division 20 Section
“Portland Cement Concrete Pavement.”

2.6 JOINT SEALANT

A. All newly formed PCC joints around patches and slab replacements shall be sealed with hot-
pour joint sealant in accordance with Division 20 specification “Joint Sealants for Concrete
Pavements.”

PART 3 - CONSTRUCTION METHODS

3.1 PATCH REMOVALS

A. In the areas indicated for partial depth patch or linear crack repair, the surface of the existing
concrete shall be removed to a minimum depth of 3 inches and to such additional depth where
necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils,
greases or deicing salts or solutions.

B. A vertical saw cut at least 3 inches deep shall be made a minimum of 3 inches outside of the
distressed area with a diamond-tipped wet saw. The PCC pavement shall be removed by
chipping and breaking out. The surface shall be thoroughly cleaned by sweeping and blowing
with compressed air. Prior to installing patch materials, areas showing traces of oils or greases
shall be cleaned by sandblasting.

RIGID PAVEMENT REPAIR P-510-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

C. Sawcut overcuts shall be cleaned and filled with a self-leveling adhesive epoxy.

D. Use a water-cooled diamond-tipped rotary core drill with center-aligning spindle to remove the
light can and surrounding PCC. Use a bearing plate to align and stabilize the drill during the
coring process.

3.2 PREPARATION OF JOINTS

A. Joint-sealing and expansion joint materials shall be removed flush with the prepared surface,
and, if on the pavement surface to be patched, shall be removed by sandblasting. The use of
solvents will not be permitted. Care shall be used to prevent bonding of the adjacent concrete
slabs at the location of the existing joints. Maintenance of these existing joints shall be
accomplished by the use of fiberboard or other approved inserts of appropriate dimensions.

3.3 PATCH BONDING PREPARATION

A. PCC PATCH. Immediately prior to placing concrete, clean the previously prepared surfaces
with a high pressure air jet, brush, or vacuum to remove all loose and foreign material. Coat
the clean and dry surface including sawed faces with an approximate 1/16 inch thick coat of
sand-cement bonding grout. Bonding grout shall be one part Portland cement to one part sand
by volume with sufficient water to produce a mortar with a creamy consistency. Place the grout
just prior to concrete placement and scrub with stiff bristle brushes to fill all voids and crevices
in the spall cavity surface. Apply additional brush coats as needed to obtain the required
thickness. The concrete patch material must be placed before the grout dries or sets. Remove
dried or hardened grout by sandblasting and re-coat the cavity with fresh grout before placing
concrete patch material.

B. RAPID-CURING FLEXIBLE PATCH.


i. Immediately prior to placing concrete, clean the previously prepared surfaces with a high
pressure air jet, brush, or vacuum to remove all loose and foreign material.
ii. Concrete surfaces must be clean and dry for elastomeric concrete to bond; therefore, a heat
lance may be necessary to completely dry the patch area.
iii. Prior to placement, ensure conduit couplings are completed and fiberboard to maintain the
transverse joint is properly installed.
iv. Apply duct tape to the pavement surface on all sides of the patch area immediately prior to
placement to protect from overspill and provide a neat, straight line for the repair material.
Remove duct tape immediately after surface finishing has been completed, prior to the
material hardening.
v. Apply a primer in accordance with the manufacturer’s recommendations. Some patch
materials require the primer to dry after placement, while others require the elastomeric
concrete placement while the primer is still wet. Follow the manufacturer’s instructions.

C. ABANDONED LIGHT CAN REMOVAL AND BACKFILL. Immediately prior to placing


concrete, clean the previously prepared surfaces with a high pressure air jet, brush, or vacuum
to remove all loose and foreign material.

3.4 PATCH MATERIAL PREPARATION AND PLACEMENT.

A. PCC PATCH. Prepare, mix, transport, deliver and place the PCC in accordance with Division
20 Section “Portland Cement Concrete Pavement” requirements for hand-poured or side-
formed pavement.

RIGID PAVEMENT REPAIR P-510-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

B. RAPID-CURING FLEXIBLE PATCH.


i. Strictly adhere to the manufacturer’s guidelines for batching and mixing the patch
materials, including mix times.
ii. Mix rapid-curing flexible patch materials in the proportions specified by the
manufacturer. Do not use any other admixtures than those specified and approved by the
manufacturer. Extend the mixtures with sand, gravel or fiberglass only as recommended
by the manufacturer.
iii. The mix shall have a slump of approximately 6 inches to allow the mix to flow around
and under the haunches of the lighting conduit.
iv. Do not add sand, aggregate or fiberglass after the initial batching process has taken place.
v. Do not re-temper.
vi. Protect adjacent surface with drop cloths, waterproof paper, duct tape or other means to
maintain them free of material splashes, water and debris.
vii. Place repair material immediately after mixing.
viii. Work the patch material firmly in the conduit trench area to achieve a good bond.
ix. Begin final finishing as soon as possible, including tooling the finished surface to provide
a “broom finish” appearance.
C. ABANDONED LIGHT CAN REMOVAL AND BACKFILL. Prepare, mix, transport, deliver
and place the PCC in accordance with Division 20 Section “Portland Cement Concrete
Pavement” requirements for hand-poured or side-formed pavement.

3.5 LIMITATIONS ON PLACEMENT

A. PCC PATCH. Patch material shall be placed only when the conditions of Division 20 Section
“Portland Cement Concrete Pavement” paragraph “Limitations on Mixing and Placing” are
met.
B. RAPID-CURING FLEXIBLE PATCH. Mixed materials shall not be placed below 40 degrees
F or above 110 degrees F unless specifically allowed by the manufacturer. Control the mixed
temperature by protecting repair materials from temperature extremes and adjustments using
hot or cold water. Mixed product temperature should be approximately 70 degrees F under
ideal placement conditions.
C. ABANDONED LIGHT CAN REMOVAL AND BACKFILL. Patch material shall be placed
only when the conditions of Division 20 Section “Portland Cement Concrete Pavement”
paragraph “Limitations on Mixing and Placing” are met.

3.6 CURING

A. PCC PATCH. The patch shall be cured in accordance Division 20 Section “Portland Cement
Concrete Pavement” requirements for curing pavement.
B. RAPID-CURING FLEXIBLE PATCH. The repair materials shall require no external
application of heat for curing. The contractor shall completely protect the patch material from
damage due to rain, wind or equipment until the product is completely cured.
C. ABANDONED LIGHT CAN REMOVAL AND BACKFILL. The patch shall be cured in
accordance Division 20 Section “Portland Cement Concrete Pavement” requirements for
curing pavement.

3.7 FINISH TOLERANCE

A. The finished surfaces of PCC patches covered in this specification shall meet the grade of the
adjoining pavements and shall not deviate more than 1/8 inch within the patched area.

RIGID PAVEMENT REPAIR P-510-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

PART 4 - CONTRACTOR QUALITY CONTROL

4.1 FIELD QUALITY CONTROL

A. Division 01 Section “Quality Requirements” specifies the general requirements for the
Contractor’s Quality Control Program. Provide the following tests:

1. PCC Mixture Tests as required by Division 20 Section “Portland Cement Concrete


Pavement.”
2. Straightedge Tests.

PART 5 - METHOD OF MEASUREMENT

5.1 PARTIAL DEPTH SPALL REPAIR. The quantity of partial depth spall repair shall be measured
by the square foot of repaired area accepted in the field by the COTR. Separate measurement shall
not be made for sawcuts, pavement removal, PCC or joint sealant installation used in the patching
effort. Patch dimensions (length or width) less than 1 ft in either direction shall be rounded up to
1 ft. Patch dimensions greater than 1 ft shall be rounded to the nearest 0.5 ft. Therefore, the
minimum measured size for any patch is 1 square foot.

5.2 PARTIAL DEPTH SPALL REPAIR DEMONSTRATION. The partial depth spall repair
demonstration shall be measured as a lump sum. Item shall include sawcuts, pavement removal,
and preparation, patch material mixing, placement, finishing and curing. Demonstration area shall
be at a location designated by the COTR. Demonstration repair area shall include at least two
separate patches, with a least one patch including an interior joint, no larger than a total of 50 SF.
If the demonstration repairs are unsuccessful, the item will not be measured and paid again, but
will be re-accomplished at Contractor’s expense.

5.3 PARTIAL DEPTH SPALL REPAIR WITH RAPID-CURING FLEXIBLE PATCH


MATERIAL. The quantity of partial depth spall repair rapid-curing flexible patch material shall
be measured by the square foot of repaired area, regardless of depth accepted in the field by the
COTR. Separate measurement shall not be made for sawcuts, pavement removal, PCC or joint
sealant installation used in the patching effort. Connections to existing conduits, installation of
new conduit connectors and sleeves shall be incidental to this pay item. Any new cables associated
with the patch shall be paid under their associated items. Patch dimensions (length or width) less
than 1 ft in either direction shall be rounded up to 1 ft. Patch dimensions greater than 1 ft shall be
rounded to the nearest 0.5 ft. Therefore, the minimum measured size for any patch is 1 square foot.

5.4 REMOVE ABANDONED LIGHT CAN AND BACKFILL WITH PCC. The quantity of
abandoned light cans removed and backfilled with PCC shall be measured per each complete.
Separate measurement shall not be made for pavement removal, or new PCC. Plugging existing
conduits prior to PCC backfill shall be considered incidental to this item.

PART 6 - BASIS OF PAYMENT

6.1 PAYMENT

RIGID PAVEMENT REPAIR P-510-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a. Payment shall be made at the contract unit price per square foot for “Partial Depth Spall Repair”,
which price and payment shall be full compensation for furnishing all patch materials including primer
and joint sealant and for all preparation, including sawcuts, pavement removal, waste disposal surface
cleaning and sand blasting and for all labor, equipment, tools and incidentals necessary to complete the
work.
b. The “Partial Depth Spall Repair Demonstration” shall be paid for at the contract unit price per
lump sum, which price shall include all materials, equipment, labor and engineering necessary to
complete this item.
c. Payment shall be made at the contract unit price per square foot for “Partial Depth Spall Repair
with Rapid-Curing Flexible Patch Material”, which price and payment shall be full compensation for
furnishing all patch materials including primer and joint sealant and for all preparation, including sawcuts,
pavement removal, waste disposal, surface cleaning and sand blasting and for all labor, equipment, tools
and incidentals necessary to complete the work.
d. Payment shall be made at the contract unit price per each for “Remove Abandoned Light Can and
Backfill with PCC”, which price and payment shall be full compensation for furnishing all patch materials
and for all preparation, including coring, pavement removal, waste disposal, surface cleaning and
plugging conduits and for all labor, equipment, tools and incidentals necessary to complete the work.

Payment will be made under:

Item P-510-6.1 Partial Depth Spall Repair - per square foot

Item P-510-6.2 Partial Depth Spall Repair Demonstration - per lump sum

Item P-510-6.3 Partial Depth Spall Repair with Rapid-Curing Flexible Patch Material -
per square foot

Item P-510-6.4 Remove Abandoned Light Can and Backfill with PCC - per each

END OF SECTION P-510

RIGID PAVEMENT REPAIR P-510-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-603 – BITUMINOUS TACK COAT

DESCRIPTION
603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with
bituminous material in accordance with these specifications and in reasonably close conformity to the
lines shown on the plans.
603-1.2 SUBMITTALS

Furnish shop drawings, manufacturers’ data, test reports and materials certifications for all materials
required in the referenced section, including:

a. Bituminous Tack Coat


b. Vendor’s Certified Test Reports
c. Freight and Weigh Bills

MATERIALS
603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated
in ASTM D 3628 as a bituminous application for tack coat appropriate to local condition or as designated
by the COTR.
CONSTRUCTION METHODS
603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is
dry and the atmospheric temperature is 50 °F or above; the temperature has not been below 35°F for the
12 hours prior to application, and when the weather is not foggy or rainy. The temperature requirements
may be waived, but only when so directed by the COTR.
603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous
material.
Provide a distributor with pneumatic tires of such size and number that the load produced on the base
surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise
damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to
spray the bituminous material in a uniform coverage at the specified temperature, at readily determined
and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a
pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate
of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power
unit for the bitumen pump, full-circulation spray bars, tachometer, pressure gauges, volume-measuring
devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for
reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous
material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the
bituminous material during the heating process.
If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started
and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay
down operations at no additional expense to the owner.
A power broom and/or blower shall be provided for any required cleaning of the surface to be treated.
603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat,
the full width of surface to be treated shall be swept with a power broom and/or air blast to remove all
loose dirt and other objectionable material.

BITUMINOUS TACK COAT P-603-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

Emulsified asphalt shall be diluted by the addition of water when directed by the COTR and shall be
applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the
overlying mixture is placed on the tacked surface.
The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the
rate of 0.05 to 0.10 gallons per square yard depending on the condition of the existing surface. The type of
bituminous material and application rate shall be approved by the COTR prior to application.
After application of the tack coat, the surface shall be allowed to cure without being disturbed for such
period of time necessary to permit drying out and setting of the tack coat. This period shall be determined
by the COTR. The Contractor shall protect the tack coat and maintain the surface until the next course has
been placed.
603-3.4 BITUMINOUS MATERIAL CONTRACTOR’S RESPONSIBILITY. The Contractor shall
provide a statement of source and character of the proposed bituminous material which must be submitted
and approved by the COTR before any shipment of bituminous materials to the project.
The Contractor shall furnish the vendor’s certified test reports for each carload, or equivalent, of
bituminous material shipped to the project. The tests shall be provided to and approved by the COTR
before the bituminous material is applied. If the material does not pass the specifications, it shall be
replaced at the contractor’s expense. Furnishing of the vendor’s certified test report for the bituminous
material shall not be interpreted as a basis for final acceptance.
603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets,
during the progress of the work. Before the final statement is allowed, file with the COTR certified weigh
bills and certified delivery tickets for all bituminous materials used in the construction of the pavement
covered by the contract. Do not remove bituminous material from storage until the initial outage and
temperature measurements have been taken. The delivery or storage units will not be released until the
final outage has been taken.
METHOD OF MEASUREMENT
603-4.1 The bituminous material for tack coat shall not be measured separately for payment. It shall be
incidental to the PCC Linear Crack Repair with HMA pay item.
BASIS OF PAYMENT
603.5-1 No separate payment shall be made for bituminous tack coat.
MATERIAL REQUIREMENTS

ASTM D 977 Emulsified Asphalt

ASTM D 1250 Petroleum Measurement Tables

ASTM D 2397 Cationic Emulsified Asphalt

ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts

Asphalt Institute Manual Asphalt Pocketbook of Useful Information (Temperature-Volume


MS-6 Table IV-3 Corrections for Emulsified Asphalts)

END ITEM P-603

BITUMINOUS TACK COAT P-603-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-605 - JOINT SEALANTS FOR CONCRETE PAVEMENTS

DESCRIPTION
605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material
capable of effectively sealing joints and cracks in rigid pavements.
MATERIALS
605-2.1 JOINT SEALERS. Joint sealant materials shall meet the requirements of ASTM D 5893.
Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer’s original sealed
container. Each container shall be marked with the manufacturer’s name, batch or lot number, the safe
heating temperature, and shall be accompanied by the manufacturer’s certification stating that the sealant
meets the requirements of this specification.
a. All newly formed PCC joints shall be sealed with a single-component, hot-applied material
that meets or exceeds ASTM D6690.
b. The joint between asphalt and concrete shall be sealed with a single component, hot-applied
material that meets or exceeds ASTM D6690.
c. Each lot or batch of joint sealer (preformed, silicone, or hot pour) shall be delivered to the
jobsite in the manufacturer’s original seal container. Each container shall be marked with the
manufacturer’s name, batch or lot number, and the safe heating temperature (if applicable)
and shall be accompanied by the manufacturer’s certification stating that the compound meets
the requirements of this specification.

605-2.2 NOT USED.

605-2.3 BACKER ROD MATERIALS. Provide backer rod material that is a compressible,
nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall
have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used
when tested in accordance with ASTM D789. The material shall have a water absorption of not more than
5% of the sample weight when tested in accordance with ASTM C509. The backer rod material shall be
25 ±5% larger in diameter than the nominal width of the crack.

605-2.4 NOT USED.

CONSTRUCTION METHODS
605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period
as feasible and before the pavement is opened to traffic, including construction equipment. The pavement
temperature shall be above 40 degrees F at the time of installation of the preformed joint seal and 50°F
and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture
is observed in the joint.
605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by
this section shall be approved before the work is started and maintained in satisfactory condition at all
times. Submit a list of proposed equipment to be used in performance of construction work including
descriptive data, 7 days prior to use on the project.
a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw

JOINT SEALANTS FOR CONCRETE PAVEMENTS P-605-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints
where waterblasting does not provide a clean joint.
b. Sandblasting equipment. Sandblasting is not allowed.
c. Waterblasting equipment. Include with the waterblasting equipment a trailer-mounted water
tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water
resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit
continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with
the joint approximately one inch (25 mm) above the pavement surface. Adjust the height, angle of
inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge
mounted at the pump shall show at all times the pressure in psi (kPa) at which the equipment is operating.
d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack
and repairing or cleaning the crack faces.
e. Hot-Poured Sealing Equipment. The unit applicators used for heating and installing ASTM
D6690 joint sealant materials shall be mobile and shall be equipped with a double-boiler, agitator-type
kettle with an oil medium in the outer space for heat transfer; a direct-connected pressure-type extruding
device with a nozzle shaped for inserting in the joint to be filled; positive temperature devices for
controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating
the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate
through the delivery hose and return to the inner kettle when not in use.

605-3.3 PREPARATION OF JOINTS.


a. Sawing. All new joints shall be sawed in accordance with specifications and plan details.
Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and
adjacent area by flushing with a jet of water, and by use of other tools as necessary. PCC-PCC joints
designated for re-sealing require thorough cleaning, but not sawing. All PCC-HMA joints designated for
sealing must be sawed to remove old sealant and establish a vertical joint face.
b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining
laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material
from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by
concrete saw, or waterblasting as specified in paragraph 605-3.2. The newly exposed concrete joint faces
and the pavement surface extending a minimum of 1/2 inch from the joint edge shall be waterblasted
clean. Waterblasting shall be accomplished in a minimum of two passes. One pass per joint face with the
nozzle held at an angle directly toward the joint face and not more than 3 inches from it. After final
cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them
completely free of debris and water. The joint faces shall be surface dry when the seal is applied.
c. Backer Rod Material. When the joint opening is of a greater depth than indicated for the sealant
depth, plug or seal off the lower portion of the joint opening using a backer rod material to prevent the
entrance of the sealant below the specified depth. Take care to ensure that the backer rod material is
placed at the specified depth and is not stretched or twisted during installation.
605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth,
alignment, and preparation, and shall be approved by the COTR before sealing is allowed. Sealants shall
be installed in accordance with the following requirements:
Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a
final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch ±1/16 inch (2 mm)
below the pavement surface. Remove and discard excess or spilled sealant from the pavement by
approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped

JOINT SEALANTS FOR CONCRETE PAVEMENTS P-605-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall
not be permitted over newly sealed pavement until authorized by the COTR. When a primer is
recommended by the manufacturer, apply it evenly to the joint faces in accordance with the
manufacturer’s instructions. Check the joints frequently to ensure that the newly installed sealant is cured
to a tack-free condition within the time specified.
605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and
set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid,
entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final
acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no
additional cost to the airport.
605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site
and leave the pavement in a clean condition

METHOD OF MEASUREMENT
605-4.1 Joint sealant installation shall be measured by the linear foot of sealant in place, completed, and
accepted.

BASIS OF PAYMENT
605-5.1 Payment for joint sealing material shall be made at the contract unit price per [linear foot. The
price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of
these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:

Item P-605-5.1 PCC Joint Sealant Replacement, per linear foot

Item P-605-5.2 PCC-HMA Joint Sealant Replacement, per linear foot

TESTING REQUIREMENTS

ASTM D 412 Test Methods for Vulcanized Rubber and Thermoplastic Elastomers – Tension
ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing
Material
ASTM D 1644 Test Methods for Nonvolatile Content of Varnishes

MATERIAL REQUIREMENTS

AC 150/5340-30 Design and Installation Details for Airport Visual Aids

ASTM D789 Standard Test Method for Determination of Relative Viscosity of


Polyamide (PA)

JOINT SEALANTS FOR CONCRETE PAVEMENTS P-605-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ASTM D5893 Standard Specification for Cold Applied, Single Component,


Chemically Curing Silicone Joint Sealant for Portland Cement
Concrete Pavements
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied,
for Concrete and Asphalt Pavements

END ITEM P-605

JOINT SEALANTS FOR CONCRETE PAVEMENTS P-605-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

ITEM P-606 - ADHESIVE COMPOUNDS, TWO-COMPONENT, FOR SEALING LIGHTS IN


PAVEMENT

DESCRIPTION

606-1.1

This specification covers two types of material: a liquid suitable for sealing light fixtures or bases
in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of
material are two-component filled formulas with the characteristics specified in paragraph 606-
2.4. Materials supplied for use with bituminous concrete pavements must be formulated so they
are compatible with the bituminous concrete.

EQUIPMENT AND MATERIALS

606-2.1 CURING

When pre-warmed to 77 degrees F, mixed, and placed in accordance with manufacturer's


directions, the materials shall cure at temperatures of 45 degrees F or above without the
application of external heat.

606-2.2 STORAGE

The adhesive components shall not be stored at temperatures over 86 degrees F.

606-2.3 CAUTION

Installation and use shall be in accordance with the manufacturer's recommended procedures.
Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush with
water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well-
ventilated areas. Keep in cool place. Keep away from children.

606-2.4 CHARACTERISTICS

When mixed and cured in accordance with the manufacturer's directions, the materials shall have
the following properties:

ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

Physical or Electrical Property Minimum Maximum ASTM Method

Tensile
Portland Cement Concrete 1,000 psi -- D-638
Bituminous Concrete 500 psi -- D-638

Elongation
Portland Cement Concrete 8%, 1 -- D-638
Bituminous Concrete 50% -- D-638

Coef. of cub. exp.


cu. cm/cu cm/degree C 0.00090 0.00120 D-1168

Coef. of lin. exp.


cm/cm/degree C 0.00030 0.00040 D-1168

Dielectric strength,
short time test 350 volts/mil. -- D-149

Arc resistance 125 secs. -- D-495

Adhesion to steel 1,000 psi -- --

Adhesion to Portland
Cement Concrete 200 psi -- --

Adhesion to asphalt
concrete No test available -- --

120%
or more (without filler) for formulations to be supplied for areas subject to freezing.

SAMPLING, INSPECTION AND TEST PROCEDURES

606-3.1 TENSILE PROPERTIES

Tests for tensile strength and elongation shall be conducted in accordance with ASTM D-638.

606-3.2 EXPANSION

Tests for coefficients of linear and cubical expansion shall be conducted in accordance with
ASTM D-1168, Method B, except that mercury shall be used instead of glycerine. The test
specimen(s) shall be mixed in the proportions specified by the manufacturer, and cured in a glass
tube approximately 2 inches long by 3/8 inch in diameter. The interior of the tube shall be
precoated with a silicone mold release agent. The hardened sample shall be removed from the
tube and aged at room temperature for 1 week before conducting the test. The test temperature
range shall be from 35 degrees F to 140 degrees F.

606-3.3 TEST FOR ADHESION TO STEEL

The ends of two smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inches

ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

would be satisfactory) are bonded together with adhesive mixture and allowed to cure at room
temperature for a period of time to meet formulation requirements and then tested to failure on a
Riehle (or similar) tensile tester. The thickness of adhesive to be tested shall be 1/4 inch.

606-3.4 ADHESION TO PORTLAND CEMENT CONCRETE.

A. Concrete Test Block Preparation. The aggregate grading shall be as shown in Table 1.

The coarse aggregate shall consist of crushed rock having a minimum of 75% of the
particles with at least one fractured face and having a water absorption of not more than
1.5%. The fine aggregate shall consist of crushed sand manufactured from the same
parent rock as the coarse aggregate. The concrete shall have a water-cement ratio of 5.5
gallons of water per bag of cement, a cement factor of 6, plus or minus 0.5, bags of
cement per cubic yard of concrete, and a slump of 1-1/2 inches, plus or minus 1/2 inch.
The ratio of fine aggregate to total aggregate shall be approximately 40% by solid
volume. The air content shall be 5.0%, plus or minus 0.5%, and it shall be obtained by
the addition to the batch of an air-entraining admixture such as vinsol resin. The mold
shall be of metal and shall be provided with a metal base plate. Means shall be provided
for securing the base plate to the mold. The assembled mold and base plate shall be
watertight and shall be oiled with mineral oil before use. The inside measurement of the
mold shall be such that several 1 inch by 2 inch by 3 inch test blocks can be cut from the
specimen with a concrete saw having a diamond blade. The concrete shall be prepared
and cured in accordance with ASTM C-192.

Table 1. Aggregate for Bond Test Blocks

Type Sieve Size Percent Passing

Coarse aggregate 3/4 inch 97 to 100


1/2 inch 63 to 69
3/8 inch 30 to 36
No. 4 0 to 3

Fine aggregate No. 4 100


No. 8 82 to 88
No. 16 60 to 70
No. 30 40 to 50
No. 50 16 to 26
No. 100 5 to 9

B. Bond Test: Prior to use, oven-dry the test blocks to constant weight at a temperature of
220 to 230 degrees F, cool to room temperature, 73.4 plus or minus 3 degrees F, in a
desiccator, and clean the surface of the blocks of film or powder by vigorous brushing
with a stiff-bristled fiber brush. Two test blocks shall be bonded together on the 1 inch
by 3 inch sawed face with the adhesive mixture and allowed to cure at room temperature
for a period of time to meet formulation requirements and then tested to failure in a
Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall be 1/4
inch.

ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

606-3.7 COMPATIBILITY WITH ASPHALT CONCRETE

Test for compatibility with asphalt in accordance with ASTM D-3407.

606-3.8 ADHESIVE COMPOUNDS -- CONTRACTOR'S RESPONSIBILITY

The Contractor shall furnish the vendor's certified test reports for each batch of material delivered
to the project. The report shall certify that the material meets specification requirements and is
suitable for use with bituminous concrete pavements. The report shall be delivered to the
Authority before permission is granted for use of the material. In addition the Contractor shall
obtain a statement from the supplier or manufacturer which guarantees the material for one year.
The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily
on other projects.

606-3.9 APPLICATION

Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles.
The method of mixing and application shall be in strict accordance with the manufacturer's
recommendations.

METHOD OF MEASUREMENT

606-4.1 For new light can installation, P-606 sealant shall not be measured separately but shall be
incidental to the light can installation.

606-4.2 For resealing existing light cans, P-606 sealant installation shall be measured per each existing
light can prepared, sealed and accepted.

BASIS OF PAYMENT

606-5.1 For sealant associated with new light can installation, no separate payment shall be made for
adhesive compounds and joint sealing material, but the cost shall be included in its respective item
of work.

606-5.2 For resealing existing light cans, payment shall be made at the contract unit price per each for
“Replace P-606 Sealant Around Existing Light Can”, which price shall be full compensation for
furnishing all materials and for all preparation, labor, equipment tools and incidentals necessary to
complete the work.

Payment will be made under:

Item P-606-5.1 Replace P-606 Sealant Around Existing Light Can – per each

ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

TESTING REQUIREMENTS

ASTM C-192 Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory.

ASTM D-638 Test for Tensile Properties of Plastics.

ASTM D-3407 Joint Sealants, Hot-Poured, For Concrete and Asphalt Pavements.

END OF ITEM P-606

ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

ITEM P-610 – STRUTURAL PORTLAND CEMENT CONCRETE

DESCRIPTION
610-1.1 This item shall consist of either plain or reinforced structural Portland Cement Concrete (PCC),
prepared and constructed in accordance with these specifications, at the locations and of the form and
dimensions shown on the plans. This specification shall be used for all structural and miscellaneous
concrete include signage bases.

MATERIALS
610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications,
shall be used in the work. They may be subjected to inspection and tests at any time during the progress
of their preparation or use. The source of supply of each of the materials shall be approved by the COTR
before delivery or use is started. Representative preliminary samples of the materials shall be submitted
by the Contractor, when required, for examination and test. Materials shall be scored and handled to
insure the preservation of their quality and fitness for use and shall be located to facilitate prompt
inspection. All equipment for handling and transporting materials and concrete must be clean before any
material or concrete is placed in them.

The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and
washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different kinds
of aggregates from different sources in one storage pile or alternating batches of different aggregates shall
not be permitted.

a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by
the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and C1567.
Aggregate and mix proportion reactivity tests shall be performed for each project.
(1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The
aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with
ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting).
(2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567,
modified for combined aggregates, using the proposed mixture design proportions of aggregates,
cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for
use with or without supplementary cementitious materials, the aggregates shall be tested in accordance
with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30%
±0.5% weight lithium nitrate in water.
(3) If the expansion of the proposed combined materials test specimens, tested in accordance
with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28
days, the proposed combined materials will be accepted. If the expansion of the proposed combined
materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless
adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or
new aggregates shall be evaluated and tested.

610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of
ASTM C 33. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the
gradations shown in Table 1, using ASTM C 136.

610-2.2.1 Aggregate susceptibility to durability (D) cracking. Coarse aggregate may be accepted from
sources that have a 20 year service history for the same gradation to be supplied with no durability issues.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

a. Material currently being produced shall have a durability factor ≥ 95 using ASTM C 666. Coarse
aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap
rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting
State Highway Department material specifications may be acceptable with concurrence of the FAA.
b. The Contractor shall submit a current certification that the aggregate does not have a history of D-
cracking and that the aggregate meets the state specifications for use in PCC pavement for use on
interstate highways. Certifications, tests and any history reports must be for the same gradation as being
proposed for use on the project. Certifications which are not dated or which are over one (1) year old or
which are for different gradations will not be accepted. Test results will only be accepted when tests were
performed by a State Department of Transportation (DOT) materials laboratory or an accredited
laboratory.

610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C
33.

The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2
when tested in accordance with ASTM C 136:
Table 1. Gradation For Coarse Aggregate

Percentage by Weight
Sieve Designation Passing Sieves
(square openings)
2” 1-1/2” 1” 3/4” 1/2” 3/8” No.4
No. 4 to 3/4 in. (4.75-19.0 mm) 100 90-100 20-55 0-10
No. 4 to 1 in. (4.75-25.0 mm) 100 90-100 25-60 0-10
No. 4 to 1-1/2 in. (4.75-38.1 mm) 100 95-100 35-70 10-30 0-5
Table 2. Gradation For Fine Aggregate
Sieve Designation Percentage by Weight
(square openings) Passing Sieves
3/8 in (9.5 mm) 100
No. 4 (4.75 mm) 95-100
No. 16 (1.18 mm) 45-80
No. 30 (0.60 mm) 25-55
No. 50 (0.30 mm) 10-30
No. 100 (0.15 mm) 2-10

Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate.
Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if
the deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious
materials other than Portland cement, as specified in 610-2.6 admixtures, in sufficient quantity to produce
the required workability as approved by the COTR.

610-2.4 CEMENT. The Cement used shall conform to the requirements of ASTM C150 Type I or Type
II.
If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a.1 and accepted
in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may be allowed
if approved by the COTR and FAA. If cement becomes partially set or contains lumps of caked cement,
it shall be rejected. Cement salvaged from discarded or used bags shall not be used.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

The Contractor shall furnish vendors’ certified test reports for each carload, or equivalent, of cement
shipped to the project. The report shall be delivered to the COTR before use the cement is granted. All
such test reports shall be subject to verification by testing sample materials received for use on the
project.

610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious
amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete.

610-2.6 ADMIXTURES. The Contractor shall submit certificates indicating that the material to be
furnished meets all of the requirements indicated below. In addition, the COTR may require the
Contractor to submit complete test data from an approved laboratory showing that the material to be
furnished meets all of the requirements of the cited specifications. Subsequent tests shall be made of
samples taken by the COTR from the supply of the material being furnished or proposed for use on the
work to determine whether the admixture is uniform in quality with that approved.
a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM
C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entrainment agent and any water reducer admixture shall be compatible.
b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM
C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM
C1017 flowable admixtures shall not be used.
c. Other chemical admixtures. Set accelerating admixures. Admixtures accelerating the set of
concrete will not be allowed.

d. Pozzolanic admixtures shall be flyash or raw or calcined natural pozzolans meeting the
requirements of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum
shall be less than 6 percent. Class F or N flyash for use in mitigating alkali-silica reactivity shall have a
Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3
percent.

Set accelerating admixtures. Admixtures accelerating the set of concrete will not be allowed.

610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet
the requirements of Item P-605, unless otherwise specified. ASTM D 1751 or ASTM D 1752..

610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless
otherwise specified in the proposal.

610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of deformed bars of billet steel
conforming to the requirements of ASTM A 615, Grade 60 or Welded Steel Wire Fabric meeting ASTM
A 1064.

610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to one of the
following specifications:

Waterproof paper for curing concrete ASTM C 171


Polyethylene Sheeting for Curing Concrete ASTM C 171
Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 309, Type 2

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and
incidental to, the completion of all work as shown on the drawings and specified herein. All machinery
and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of
the work.. All work shall be subject to the inspection and approval of the COTR.

610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4,000 psi
in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance
with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg
per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as
determined by ASTM C 231 and shall have a slump of not more than 4 in (10 cm) as determined by
ASTM C 143.

610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on
the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in
accordance with ASTM C 172.

Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such
conditions as directed. The COTR will make the actual tests on the specimens at no expense to the
Contractor.

610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by


an approved laboratory and inspection service experienced in sampling and testing concrete. Testing
agency must meet the requirements of ASTM C 1077 or ASTM E 329.

610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the
quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be
measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount
for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be
approved by the COTR and shall provide means of regulating the flow of aggregates into the batch box so
that the required and exact weight of aggregates can be readily obtained.

610-3.6 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in
ASTM C 143.

610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part
in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM
C 94.

610-3.8 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate
use. Concrete shall not be mixed while the air temperature is below 40 °F without permission of the
COTR. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be
heated and the concrete shall be placed at a temperature not less than 50 °F nor more than 100 °F. The
Contractor shall be held responsible for any defective work, resulting from freezing or injury in any
manner during placing and curing, and shall replace such work at his/her expense.

Retempering of concrete by adding water or any other material shall not be permitted.

The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of concrete.

610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

and approved by the COTR. Forms shall be of suitable material and shall be of the type, size, shape,
quality, and strength to build the structure as designed on the plans. The forms shall be true to line and
grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between
supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be
smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their
adequacy.

The internal ties shall be arranged so no metal will show in the concrete surface or discolor the surface
when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a
non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be
constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall
not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns,
and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar
construction shall not be removed until tests indicate the concrete has developed at least 60% of the
design strength.

610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on


the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at
intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and
bending details shall be supplied by the Contractor when required. Form release agent shall not be
allowed to come in contact with reinforcing steel.

610-3.11 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be
firmly and securely fastened in place as indicated. All such items shall be clean and free from coating,
rust, scale, oil, or any foreign matter.. The concrete shall be spaded and consolidated around and against
embedded items. The embedding of wood shall not be allowed.

610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise
approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of
forms and falsework, and the placing of the steel reinforcing have been approved by the COTR. Concrete
shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has
been added to the mix. The method and manner of placing shall be such to avoid segregation and
displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete
when necessary. The concrete shall not be dropped from a height of more than 5 ft. Concrete shall be
deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do
not subject concrete to procedures which causes segregation. Concrete shall be placed upon clean, damp
surfaces, free from running water, or upon properly consolidated soil foundation.

610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI)
Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are
used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working,
vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches (100
mm) in depth with high frequency mechanical vibrating equipment supplemented by hand spading and
tamping. Consolidate concrete slabs 4 inches (100 mm) or less in depth by wood tampers, spading, and
settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged
in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do
not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the
vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms
when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be
manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into
corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish
compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

be carefully placed in a compact mass in its final position by means of a tremie or other approved method
and shall not be disturbed after placement.

610-3.14 CONSTRUCTION JOINTS. If the placement of concrete is suspended, necessary provisions


shall be made for joining future work before the placed concrete takes its initial set. For the proper
bonding of old and new concrete, such provisions shall be made for grooves, steps, reinforcing bars or
other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall
be finished during daylight of the same day. Before depositing new concrete on or against concrete that
has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened
slightly, wetted, and covered with a neat coating of cement paste or grout. Where bonded construction
joints are indicated on the drawings, an epoxy binder shall be in accordance with Item D-751-2.9.

610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such
dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as
that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already
in place in such manner that it will not be displaced when concrete is deposited against it.

610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed,
which in the opinion of the COTR cannot be repaired satisfactory, shall be immediately removed and
replaced at the expense of the Contractor. Defective work shall include deficient dimension, or bulged,
uneven, or honeycomb on the surface of the concrete.

610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or
rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush
to the proper elevations with the finished top surface struck-off with a straightedge and floated. Mortar
finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete
during the finishing of horizontal plane surfaces.

The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the
concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until
all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone
shall be used to finish the surface. When approved, the finishing can be done with a finishing machine.

610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the
Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any
nature during the project. The concrete shall be cured by covering with an approved material as soon as it
has sufficiently hardened. Water-absorptive coverings shall be thoroughly saturated when placed and kept
saturated for a period of at least 3 days following concrete placement. All curing mats or blankets shall be
sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from
being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent the
opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7
days after the concrete has been placed.

610-3.19 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete
shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it
will not be displaced or moved during the placing of the concrete.

610-3.20 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 °F,
the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing.
The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between
50 °F and 100 °F.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

Calcium chloride may be incorporated in the mixing water when directed by the COTR. Not more than 2
pounds of Type 1 nor more than 1.6 pounds of Type 2 shall be added per bag of cement. After the
concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas,
framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of
the mix at not less than 50 °F until at least 60% of the designed strength has been attained.

610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess
mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final
curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be
carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess
filler.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT


610-4.1 No direct measurement and payment will be made for Structural Portland Cement Concrete.
The cost of furnishing and installing structural concrete shall be considered incidental to the contract unit
prices for the respective pay items utilizing the concrete. These prices shall be full compensation for
furnishing all materials and for all preparation, delivering and installation of these materials, and for all
labor, equipment, tools and incidentals necessary to complete the items.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

TESTING REQUIREMENTS

ASTM C 31 Making and Curing Test Specimens in the Field

ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens

ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates

ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete

ASTM C 143 Slump of Hydraulic Cement Concrete

ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing

ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction
and Criteria for Laboratory Evaluation

ASTM C 1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing
Concrete

ASTM C 1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement
Concrete

ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)

ASTM C 1567 Standard Test Method for Determining the Potential Alkali-Silica Reactivity of
Combinations of Cementitious Materials and Aggregates (Accelerated Mortar-Bar
Method)

ASTM E 329 Standard Specification for Agencies Engaged in Construction Inspection, Testing,
or Special Inspection

U.S. Army Corps Determining the Potential Alkali-Silica Reactivity of Combinations of


of Engineers Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated
(USACE) Concrete Mortar-Bar Method)
Research Division
(CRD) C662

MATERIAL REQUIREMENTS

ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete
Reinforcement

ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement

ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 9, 2015

ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement

ASTM A 934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars

ASTM A 1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement,
Plain and Deformed, for Concrete

ASTM C 33 Concrete Aggregates

ASTM C 94 Ready-Mixed Concrete

ASTM C 150 Portland Cement

ASTM C 171 Sheet Materials for Curing Concrete

ASTM C 172 Sampling Freshly Mixed Concrete

ASTM C 260 Air-Entraining Admixtures for Concrete

ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C 494 Chemical Admixtures for Concrete

ASTM C 595 Blended Hydraulic Cements

ASTM C 618 Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture
in Concrete

ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and
Structural Construction (Non-extruding and Resilient Bituminous Types)

ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Construction

AASHTO T 26 Quality of Water to be Used in Concrete

ACI 305R Hot Weather Concreting

ACI 306R Cold Weather Concreting

ACI 309R Guide for Consolidation of Concrete

END OF ITEM P-610

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

ITEM P-620 –PAVEMENT MARKING

DESCRIPTION
620-1.1 This item shall consist of the preparation and painting of permanent numbers, markings, and
stripes on the surface of runways, and taxiways in accordance with these specifications and at the
locations shown on the plans, or as directed by the Engineer. The terms “paint” and “marking material”
as well as “painting” and “application of markings” are interchangeable throughout this specification.
All pavement markings, including black, will be measured for payment.
MATERIALS
620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer’s certified test
reports for materials shipped to the project. The certified test reports shall include a statement that the
materials meet the specification requirements. The reports can be used for material acceptance or the
COTR may perform verification testing. The reports shall not be interpreted as a basis for payment. The
Contractor shall notify the COTR upon arrival of a shipment of materials to the site. All material shall
arrive in sealed containers 55 gallons or smaller for inspection by the COTR. Material shall not be loaded
into the equipment until inspected by the COTR.
620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of
paragraph 620-2.2.a. Paint shall be furnished in White – 37925, Yellow 33538 or 33655, and Black 37038
in accordance with Federal Standard No. 595.
a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. The
non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as
determined by infrared spectral analysis.
620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT-B-1325D, Type I,
gradation A or Type III. Glass beads shall be treated with all compatible coupling agents recommended by
the manufacturers of the paint and reflective media to ensure adhesion and embedment. Beads shall be
used on all markings, except black borders.

CONSTRUCTION METHODS
620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and
when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at
least 5°F (2.7°C) above the dew point or meets the manufacturer’s recommendations, and when the
weather is not foggy or excessively windy. Markings shall not be applied when the pavement
temperature is greater than 130°F. Markings shall not be applied when the wind speed exceeds 10 mph
unless windscreens are used to shroud the material guns.
620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing
surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting
equipment as may be necessary to satisfactorily complete the job.
The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for
application of traffic paint. It shall produce an even and uniform film thickness at the required coverage
and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and
without over spray.
The dispenser for applying the reflective media shall be attached to the paint dispenser and shall operate
automatically and simultaneously with the pain applicator though the same control mechanism. The
dispenser shall be capable of adjustment and designed to provide uniform flow of reflective media over
the full length and width of the stripe at the rate of coverage specified in paragraph APPLICATION, at all

PAVEMENT MARKING P-620-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

operating speeds of the applicator to which it is attached.


620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall
be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond
between the paint and the pavement. The area to be painted shall be cleaned by waterblasting or
sandblasting or by other methods as required to remove all contaminants without damage to the pavement
surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in
advance by the COTR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized
water shall be performed to ensure the surface is clean and free of grit or other debris left from the
cleaning process.
Except for Temporary Markings, paint shall not be applied to Portland cement concrete pavement until
the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to
remove curing materials.
At least 24 hours prior to remarking existing markings, the existing markings must be removed such that
75% of the existing markings are removed with low (3,500-10,000 psi) waterblaster. After waterblasting,
the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air
or both.
Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been
prepared in accordance with the paint manufacturer’s requirements, that the application equipment is
appropriate for the type of marking paint and that environmental conditions are appropriate for the
material being applied. This certification along with a copy of the paint manufacturer’s surface
preparation and application requirements must be submitted and approved by the Engineer prior to the
initial application of markings.
620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint
application.
620-3.5 APPLICATION.
Permanent airfield pavement markings shall be applied in two applications. Each application shall consist
of paint with beads. The first application shall be applied at the completion of each phase. The second
application shall be applied after the completion of all phases.
Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall
not be applied until the layout and condition of the surface has been approved by the Engineer. The edges
of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and
marking dimensions and spacings shall be within the following tolerances:

Dimension and Spacing Tolerance

36 inch (910 mm) or less ±1/2 in (12 mm)

greater than 36 inch to 6 feet (910 mm to 1.85 m) ± 1 in (25 mm)

greater than 6 feet to 60 feet (1.85 m to 18.3 m) ± 2 in (50 mm)

greater than 60 feet (18.3 m) ± 3 in (76 mm)

The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement
with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A
period of 30 days shall elapse between placement of a bituminous surface course or seal coat and
application of the paint.
Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been

PAVEMENT MARKING P-620-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

prepared in accordance with the paint manufacturer’s requirements, that the application equipment is
appropriate for the marking paint and that environmental conditions are appropriate for the material being
applied. This certification along with a copy of the paint manufactures application and surface
preparation requirements must be submitted to the COTR prior to the initial application of markings.
620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a
test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5
gallons (4 liters) of paint and application of 35 lbs (15.9 kg) of Type I/50 lbs (22.7 kg) of Type III glass
beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip
shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of
waterborne paint shall cover no more than 575 square feet (53.4 m2).
Table 1 Application Rates For Paint And Glass Beads
(See Note regarding Red and Pink Paint)

Glass Beads, Type I, Glass Beads, Glass Beads,


Paint
Gradation A Type III Type IV
Square feet per
Pounds per gallon of Pounds per gallon Pounds per gallon
Paint Type gallon, ft2/gal
paint-lb/gal of paint-lb/gal of paint-lb/gal
(Sq m per liter,
(Km per liter of (Km per liter of (Km per liter of
m2/l)
paint-kg/l) paint-kg/l) paint-kg/l)
Waterborne 115 ft2/gal max 7 lb/gal min 10 lb/gal min
Type I or II (2.8 m2/l) (0.85 kg/l) (1.2 kg/l)

Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass
beads immediately after application of the paint. A dispenser shall be furnished that is properly designed
for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be
applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass
beads shall adhere to the cured paint or all marking operations shall cease until corrections are made.
Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be
performed.
All emptied containers shall be returned to the paint storage area for checking by the COTR. The
containers shall not be removed from the airport or destroyed until authorized by the COTR.
620-3.7 NOT USED
620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be
protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and
from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work
area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface
preparation and application operations to the satisfaction of the COTR. The Contractor shall dispose of
these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and
regulations.
METHOD OF MEASUREMENT
620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet
of painting performed in accordance with the specifications and accepted by the COTR. All paint,
including black, shall be measured for payment.

BASIS OF PAYMENT
620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway
painting. This price shall be full compensation for furnishing all materials, including glass spheres and for

PAVEMENT MARKING P-620-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:

Item P-620-5.1 Pavement Marking - Waterborne per square foot

TESTING REQUIREMENTS

ASTM C 371 Standard Test Method for Wire-Cloth Sieve Analysis of Nonplastic
Ceramic Powders

ASTM D 92 Standard Test Method for Flash and Fire Points by Cleveland Open
Cup Tester

ASTM D 711 Standard Test Method for No-Pick-Up Time of Traffic Paint

ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings
by Falling Abrasive

ASTM D 1652 Standard Test Method for Epoxy Content of Epoxy Resins

ASTM D 2074 Standard Test Method for Total, Primary, Secondary, and Tertiary
Amine Values of Fatty Amines by Alternative Indicator Method

ASTM D 2240 Standard Test Method for Rubber Property - Durometer Hardness

ASTM D 7585 Standard Practice for Evaluating Retroreflective Pavement Markings


Using Portable Hand-Operated Instruments

ASTM E 1710 Standard Test Method for Measurement of Retroreflective Pavement


Marking Materials with CEN-Prescribed Geometry Using a Portable
Retroreflectometer

ASTM E 2302 Standard Test Method for Measurement of the Luminance Coefficient
Under Diffuse Illumination of Pavement Marking Materials Using a
Portable Reflectometer

ASTM G 154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp
Apparatus for Exposure of Nonmetallic Materials

MATERIAL REQUIREMENTS

ASTM D 476 Standard Classification for Dry Pigmentary Titanium Dioxide Products

40 CFR Part 60, Appendix Determination of volatile matter content, water content, density,
A-7, Method 24 volume solids, and weight solids of surface coatings

29 CFR Part 1910.1200 Hazard Communication

FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective

PAVEMENT MARKING P-620-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

American Association of Standard Specification for Glass Beads Used in Pavement Markings
State Highway and
Transportation Officials
(AASHTO) M247

FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne

Commercial Item Description Paint, Traffic, Solvent Based


A-A-2886B

FED STD 595 Colors used in Government Procurement

AC 150/5340-1 Standards for Airport Markings

END OF ITEM P-620

PAVEMENT MARKING P-620-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-621 - PAVEMENT MARKING REMOVAL

DESCRIPTION

621-1.1 This item consists of furnishing all labor, materials, and equipment required for the
necessary removal of existing taxiway and runway markings. All paint to be removed is
located on Portland cement concrete surfaces.

621-1.2 This removal operation shall be accomplished by high pressure waterblasting, or by


sandblasting. The use of chemicals will not be permitted. The Contractor shall furnish all
equipment, water trucks, and labor for delivery of water to the job site. Water is available
for the Contractor’s use from hydrants on airport property.

MATERIALS – NOT USED

EQUIPMENT

621-3.1 The existing pavement marking may contain levels of lead which may be considered
hazardous under RCRA. All debris created by the removal process shall be collected
immediately by the Contractor. The Contractor shall characterize the waste prior to
disposal and then dispose of it in accordance with all local, state and federal regulations.

621-3.2 The high pressure water or sandblasting system shall have the capability of removing the
paint and restoring P.C. concrete surfaces to a natural surface. The treatment of the surface
shall not be damaging to the P.C. concrete surface, joint sealing material or light fixtures.
If it is deemed by the COTR that damage to the existing pavement is caused by an
operational error, such as permitting pressure water to dwell in one location for an
extensive time, the Contractor shall repair said damage without compensation.

621-3.3 Paint removal shall be defined as the removal of at least 90 percent of the existing marking.
The 90 percent removal shall be determined by the COTR by visual inspection. In addition
to the visual determination, the 90 percent removal level is defined such that there shall not
be any remaining surface of undisturbed paint or individual contiguous areas larger than
one square inch where the surface of the pavement material is not clearly exposed.

621-3.4 The method used shall not materially change the structural integrity of the pavement. Any
damage caused by the Contractor’s operations shall be corrected at the Contractor’s
expense and in a manner approved by the COTR. The Contractor shall take precautions to
protect the public from any damage due to these operations.

Removal equipment may be accompanied by independent vacuum/sweeper devices or shall


have an internal vacuum device.

621-3.5 The Contractor shall not follow the outside edge of the pavement marking to be removed,
but shall waterblast/sandblast in a wavy pattern, scarring both painted and non-painted
P.C.C.

METHOD OF MEASUREMENT

PAVEMENT MARKING REMOVAL P-621-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

621-4.1 The quantity of Pavement Marking Removal to be paid for under this item shall be the
number of square feet of existing paint removed, measured in place, completed and
accepted.

BASIS OF PAYMENT

621-5.1 Payment for Pavement Marking Removal shall be made at the contract unit price per
square foot. This price and payment shall be full compensation for all materials,
equipment, pavement cleaning, and labor necessary to complete the item.

Payment will be made under:

Item P-621-5.1 – Pavement Marking Removal per square foot

END ITEM P-621

PAVEMENT MARKING REMOVAL P-621-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

SECTION P-622 – SAW-CUT GROOVES

PART 1 - DESCRIPTION

622-1.1 This item consists of providing a skid resistant surface that prevents hydroplaning during wet
weather in accordance with these specifications and at the locations shown on the plans, or as directed by
the COTR.

CONSTRUCTION METHODS

622-2.1 PROCEDURES. The Contractor shall submit to the COTR the grooving sequence and method of
placing guide lines to control grooving operation. Transverse grooves saw-cut in the pavement must form
a 1/4 inch (+1/16 inch, -0 inch) wide by 1/4 inch (±1/16 inch) deep by 1-1/2 inch (-1/8 inch, +0 inch) center-
to-center configuration. The grooves must be continuous for the entire runway length. They must be saw-
cut transversely (perpendicular to centerline) in the runway and high-speed taxiway pavement to not less
than 10 feet (3 m) from the runway pavement edge to allow adequate space for equipment operation.

The saw-cut grooves must meet the following tolerances. The tolerances apply to each day’s production
and to each piece of grooving equipment used for production. The Contractor is responsible for all controls
and process adjustments necessary to meet these tolerances. The Contractor shall routinely spot check for
compliance each time the equipment aligns for a grooving pass.

a. Alignment tolerance. The grooves shall not vary more than ±1-1/2 inch in alignment for 75 feet
along the runway length, allowing for realignment every 500 feet along the runway length.
b. Groove tolerance. Depth. The standard depth is 1/4 inch. At least 90% of the grooves must be at
least 3/16 inch, at least 60% of the grooves must be at least 1/4 inch, and not more than 10% of the grooves
may exceed 5/16 inch.
c. Width. The standard width is 1/4 inch. At least 90% of the grooves must be at least 3/16 inch, at
least 60% of the grooves must be at least 1/4 inch, and not more than 10% of the grooves may exceed 5/16
inch.
d. Center-to-center spacing. The standard spacing is 1-1/2 inch. Minimum spacing 1-3/8 inch.
Maximum spacing 1-1/2 inch. Saw-cut grooves must not be closer than 3 inches or more than 9 inches
from transverse joints in concrete pavements. Grooves must not be closer than 6 inches and no more than
18 inches from in-pavement light fixtures. Grooves may be continued through longitudinal construction
joints. Where neoprene compression seals have been installed and the compression seals are recessed
sufficiently to prevent damage from the grooving operation, grooves may be continued through the
longitudinal joints. Where neoprene compression seals have been installed and the compression seals are
not recessed sufficiently to prevent damage from the grooving operation, grooves must not be closer than
3 inches or more than 5 inches from the longitudinal joints. Where lighting cables are installed, grooving
through longitudinal or diagonal saw kerfs shall not be allowed.

622-2.2 ENVIRONMENTAL REQUIREMENTS. Grooving operations will not be permitted when


freezing conditions prevent the immediate removal of debris and/or drainage of water from the grooved
area. Discharge and disposal of waste slurry shall be the Contractor’s responsibility.

622-2.3 TEST SECTION. Groove a test section in an area of the pavement outside of the trafficked area,
as approved by the COTR. The area shall be one slab, approximately 25’x25’. Demonstrate the setup and
alignment process, the grooving operation, and the waste slurry disposal.

622-2.4 EXISTING PAVEMENTS. Bumps, depressed areas, bad or faulted joints, and badly cracked

SAW-CUT GROOVES P-622-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

and/or spalled areas in the pavement shall not be grooved until such areas are adequately repaired or
replaced.

622-2.5 NEW PAVEMENTS. Permit new Portland cement concrete pavements to cure for a minimum of
7 days before grooving. Spalling along or tearing or raveling of the groove edges shall not be allowed.

622-2.6 GROVING MACHINE. Provide a grooving machine that is power driven, self-propelled,
specifically designed and manufactured for pavement grooving, and has a self-contained and integrated
continuous slurry vacuum system as the primary method for removing waste slurry. The grooving machine
shall be equipped with diamond-saw cutting blades, and capable of making at least 18 inches in width of
multiple parallel grooves in one pass of the machine. Thickness of the cutting blades shall be capable of
making the required width and depth of grooves in one pass of the machine. The cutting head shall not
contain a mixture of new and worn blades or blades of unequal wear or diameter. Match the blade type and
configuration with the hardness of the existing airfield pavement. The wheels on the grooving machine
shall be of a design that will not scar or spall the pavement. Provide the machine with devices to control
depth of groove and alignment.

622-2.7 WATER SUPPLY. Water for the grooving operation shall be provided by the Contractor.

622-2.8 CLEAN-UP. During and after installation of saw-cut grooves, the Contractor must remove from
the pavement all debris, waste, and by-products generated by the operations to the satisfaction of the
Engineer. Cleanup of waste material must be continuous during the grooving operation. Flush debris
produced by the machine to the edge of the grooved area or pick it up as it forms. The dust coating remaining
shall be picked up or flushed to the edge of the area if the resultant accumulation is not detrimental to the
vegetation or storm drainage system. Accomplish all flushing operations in a manner to prevent erosion on
the shoulders or damage to vegetation. Waste material must be disposed of in an approved manner. Waste
material must not be allowed to enter the airport storm sewer system. The Contractor must dispose of these
wastes in strict compliance with all applicable state, local, and Federal environmental statutes and
regulations

622-2.9 REPAIR OF DAMAGED PAVEMENT. Grooving must be stopped and damaged pavement
repaired at the Contractor’s expense when, in the opinion of the COTR, the result of the grooving operation
will be detrimental to aircraft tires.

ACCEPTANCE

622-3.1 ACCEPTANCE TESTING. Grooves will be accepted based on results of random slab testing.
All acceptance testing necessary to determine conformance with the groove tolerances specified will be
performed by the COTR.

Instruments for measuring groove width and depth must have a range of at least 0.5 inch and a resolution
of at least 0.005 inch. Gauge blocks or gauges machined to standard grooves width, depth, and spacing may
be used.

Instruments for measuring center-to-center spacing must have a range of at least 3 inches and a resolution
of at least 0.02 inch.

At a random location within a slab, five consecutive grooves sawed by each cutting head on each piece of
grooving equipment will be measured for width, depth, and spacing. The five consecutive measurements
must be located about the middle blade of each cutting head ±4 inches. Measurements will be made along

SAW-CUT GROOVES P-622-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2015

a line perpendicular to the grooves.

Width or depth measurements less than 0.170 inch shall be considered less than 3/16 inch.

Width or depth measurements more than 0.330 inch shall be considered more than 5/16 inch.

Width or depth measurements more than 0.235 inch shall be considered more than 1/4 inch.

Production must be adjusted when more than one groove on a cutting head fails to meet the standard depth,
width, or spacing in more than one zone.

METHOD OF MEASUREMENT

622-4.1 The quantity of grooving to be paid for shall be the number of square yards of grooving performed
in accordance with the specifications and accepted by the COTR per paragraph 621-3.1.

BASIS OF PAYMENT
622-5.1 Payment for saw-cut grooving will be made at the contract unit price per square yard for saw-cut
grooving. This price shall be full compensation for furnishing all materials, and for all preparation,
delivering, and application of these materials, and for all labor, equipment, tools, and incidentals necessary
to complete the item.

Payment will be made under:

Item P-622-5.1 Runway Sawcut Grooving, per square yard

END OF SECTION P-622

SAW-CUT GROOVES P-622-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS

DESCRIPTION

108-1.1 SCOPE

This item shall consist of underground cable furnished and installed in accordance with this
specification at the locations and in accordance with the design, dimensions, and details
shown in the Drawings. This item shall include the installation of cable in duct or conduit as
applicable, and the installation of the counterpoise with ground rods and connections as
shown on the Drawings. It shall include splicing, cable marking, and testing of the
installation and all incidentals necessary to place the cable in operating condition as a
completed unit to the satisfaction of the Authority. Requirements and payment for trenching
and backfilling for the installation of underground conduit and duct banks is covered under
Item L-110 “Installation of Airport Underground Electrical Duct”.

EQUIPMENT AND MATERIALS

108-2.1 GENERAL

A. Airport lighting equipment and materials covered by FAA specifications shall have
the prior approval of the Federal Aviation Administration, Airports Service,
Washington, DC 20691, and shall be listed in the latest edition of Advisory Circular
150/5345-53, Airport Lighting Equipment Certification Program.

B. All other equipment and materials covered by other referenced specifications shall be
subject to acceptance through manufacturer's certification of compliance with the
applicable specification, when requested by the COTR.

C. Manufacturer's certifications shall not relieve the Contractor of his responsibility to


provide materials acceptable to these specifications and to the COTR. Materials
supplied and/or installed that do not materially comply with these specifications shall
be removed, when directed by the COTR, at the sole cost of the Contractor.

D. Before any electrical materials are ordered, the Contractor shall furnish the COTR a
list of the materials and equipment to be incorporated in the work. This list shall
include the name of each item, the Federal Aviation Administration (FAA)
specification number, the manufacturer's name, the manufacturer's catalogue number,
and the size, type, and/or rating of each item. After the list has been approved by the
COTR, and prior to installation, the Contractor shall assemble the equipment and
materials at a single location on site and request inspection be performed by the
COTR. None of the equipment or materials other than duct or conduit, may be used
on the job until such an inspection has been completed.

E. All equipment and materials furnished and installed under this section shall be
guaranteed against defects in materials and workmanship for a period of at least

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

twelve (12) months from final acceptance by the COTR. The defective materials
and/or equipment shall be repaired or replaced, at the COTR’s discretion, with no
additional cost to the COTR. For 5kV airfield lighting circuits the Contractor shall be
responsible to maintain an insulation resistance of 500 megohms minima, (1000 V
mugger) with isolation transformers connected in new circuits and new segments of
existing circuits through the end of the contract warranty period.

108-2.2 CABLE

Underground cable for airfield lighting circuits shall conform to the requirements of
Specification L-824, Underground Electrical Cables for Airport Lighting Circuits. The
following types are covered in Specification L-824:

A. All airfield lighting primary series circuit cables shall be Type C (XLP) #6AWG,
conforming to FAA AC 150/5345-7D, Specification L-824 for 5,000-volt cable.

B. Conductors to be used on circuits rated 600 volts and less shall be rated for 600 volts
and shall be thermoplastic wire conforming to Underwriters Standard 44 and be type
XHHW-2.

C. All cable for airport lighting service shall be stranded: 5,000 volt shall be either 7 or
19 strand.

108-2.3 CABLE CONNECTIONS

All cable splices shall be performed by a qualified and licensed electrician experienced with
series circuit wiring. All splicing methods and material shall be of a type recommended by
the manufacturer of the splicing material for the particular type of cable being spliced, and
shall be approved by the COTR prior to installation. All cable splice envelopes shall meet the
requirements listed below. In-line connections of underground cables shall be of the type
shown on the Drawings and shall be one of the types listed below:

A. Field Attached Plug-In Splice. Figure 3 of Specification for L-823 (AC 150/5345-
26) Plug and Receptacle Cable Connectors, employing connector kits, is approved for
field attachment to single conductor cable as manufactured by Amerace Corp.,
Elastimold Division, or approved equal. It shall be the Contractor's responsibility to
determine the outside diameter of the cable to be spliced and to furnish appropriately
sized connector kits and/or adapters. This is especially critical in splicing new cables
to existing, where the outside diameter of the two cables may differ.

B. Preformed Splice Connectors. Preformed connectors may be used for cables and
wire other than series lighting circuits. Preformed connectors shall be UL listed, and
of a type recommended by the manufacturer of the splicing material for the particular
type of cable being spliced, as approved by the COTR prior to installation.

C. Taped Splice. Taped splices, employing field-applied rubber or synthetic rubber tape
covered with plastic tape is approved for power cable other than series lighting
circuits. The rubber shall meet the requirements of Military Specification MIL-I-
3825, and the plastic tape shall comply with MIL-I-7798 or Federal Specification

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

HH-I-595. In all the above cases, connections of cable conductors shall be made
using crimp connections utilizing a crimping tool designed to make a complete crimp
before the tool can be removed. A minimum of three (3) crimps shall be used for
end-applied connectors on series cable wiring

108-2.4 SPLICER QUALIFICATIONS

Every airfield lighting cable splicer shall be qualified in making cable splices and
terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the
COTR proof of the qualifications of each proposed cable splicer for the cable type and
voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum
of three (3) years continuous experience in terminating/splicing medium voltage cable.

108-2.5 EXISTING CIRCUITS

Whenever the scope of work requires, connection to an existing circuit, the circuit’s
insulation resistance shall be tested, in the presence of the COTR. The test shall be
performed in accordance with this item and prior to any activity affecting the respective
circuit. The Contractor shall record the results on forms acceptable to the engineer. When
the work affecting the circuit is complete, the circuit’s insulation resistance shall be checked
again, in the presence of the Engineer. The Contractor shall record the results on forms
acceptable to the engineer. The second reading shall be equal to or greater than the first
reading or the Contractor shall make the necessary repairs to the circuit to bring the second
reading above the first reading. All repair costs including a complete replacement of the L-
823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the
Contractor. All test results shall be submitted in the Operation and Maintenance (O&M)
Manual

CONSTRUCTION METHODS

108-3.1 GENERAL

The contractor shall install the specified cable at the locations indicated on the Drawings.
Deviations from these locations shall be approved by the COTR prior to installation.

New cable is required for this project as shown on the Drawings. The Contractor shall field-
verify the existing conditions with the information provided in the Drawings prior to
beginning the work. The Contractor shall identify and mark the cable to distinguish between
the cable to be removed and the cable to remain in place.

Cable splices and connections will only be permitted at manholes, pull boxes, transformer
housings and light bases, unless otherwise indicated on the Drawings. No cable splices will
be permitted in conduits or ducts. The Contractor shall be responsible for providing cable in
continuous lengths for home runs or other long cable runs without connections or splices, in
accordance with allowable cable pulling tension, unless otherwise authorized in writing by
the COTR.

108-3.2 PHASING AND INTERRUPTIONS.

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

A. The sequences of the installation of new cables shall be in accordance with the
sequences of the phasing of work as shown on the Drawings.

B. Authority power and control cables shall be kept in operation at all times during
construction and may only be out of service for a single 6-hour period for
disconnecting and transferring the service, as required for the new construction. This
6-hour shutdown period and the splicing of cables for existing power and control
cables shall be fully coordinated with the Airports Authority. The Contractor shall
give the COTR written notice of the exact shutdown time at least 96 hours before the
shutdown is to occur.

C. Airfield power and control cables shall be kept in service to maintain runway and
taxiway lighting as required for airfield operations unless shutdown is authorized by
the COTR. Temporary cable may be run to maintain circuits to keep lighting
operational. Temporary cable may be buried in the ground a minimum of 6-inches
when run in unpaved areas and shall be Direct Bury type cable. Temporary cable
shall be run in steel conduit when above ground and shall be secured in place so as
not to be displaced by the airfield and construction operations. As a minimum, the
temporary conduit shall be secured in place using brackets spaced at maximum 10-
foot intervals in paved areas (not acceptable in newly paved or surface treated areas),
or at smaller spacing if indicated on the drawings, as approved by the COTR.

The use of temporary cable must be approved by the COTR prior to installation and
shall be promptly removed when the permanent construction is able to be used.

108-3.3 INSTALLATION IN DUCT OR CONDUIT

This item includes the installation of cable in duct or conduit as described below. The
maximum number and voltage ratings of cables installed in each single duct or conduit, and
the current-carrying capacity of each cable shall be in accordance with the latest National
Electric Code and the code of the local agency having jurisdiction.

Installation of duct or conduit is in accordance with Item L-110, "Installation of Airport


Underground Electrical Duct." The Contractor shall mandrel duct to make sure that the
ducts, both new and existing, are open, continuous, and clear of debris before installing cable.
The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury
to the insulation, or damage to the outer protective covering. The ends of all cables shall be
sealed with moisture-seal tape before pulling into the conduit, and it shall be left sealed until
connections are made. Where more than one cable is to be installed in a duct under the same
contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through
ducts or conduits may be accomplished by hand winch or power winch with the use of cable
grips or pulling eyes. Pulling tensions shall be governed by recommended standard practices
for straight pulls or bends. For long cable pulls, such as between manholes and handholes, as
determined by the COTR, a dynamometer shall be used for cable pulls, with 2-way
communication between sending and receiving ends. A lubricant recommended for the type
of cable being installed shall be used. Cable shall not bear on the end of the conduit or on
any portion of the light base during the pulling operation. A slack loop of not less than 3 feet
per each cable entering and a slack loop of not less than 3 feet for each cable exiting shall be
left in each light base, junction can, and pull box. For each manhole/handhole provide a slack
loop of more than 20 feet to loop around the structure shall be provided. The cable shall be
secured near the cover for access to the splice. All work performed on the cables will be

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

done outside of the pull box and sufficient length shall be provided to accomplish this work.
Duct or conduit markers temporarily removed for excavations shall be replaced as required.

If an existing duct section is found to be unusable, attempts shall be made to clear and clean
the duct for use. Methods such as routing or blowing compressed air through the duct or
other methods nondestructive to the duct may be used at Contractor's discretion. If the duct
section needs to be replaced, replacement shall be made in accordance with the applicable
item under L-110 and as shown on the Drawings. Clearing and cleaning of existing duct to
be reused shall be included with the applicable item under L-108 for cable installation.

Home run cables shall not be pulled continuously for distances greater than five hundred feet
(500') of a continuous cable and coil. Pull the cable through the first segment and coil the
cable required for the next segment at the location. Secondly, pull the five hundred foot
(500') section of cable through the next five hundred feet (500') segment of system. Then
pull five hundred feet (500') more of cable at the first location and coil and repeat second
step. These steps will be repeated until cable is in place continuously in system without
splices or connections unless otherwise authorized in writing by the COTR or as indicated on
the Drawings.

Where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in
the upper levels. Check duct routes prior to construction to obtain assurance that the shortest
routes are selected and interferences are avoided.

108-3.4 GROUNDING AND COUNTERPOISE

The policy for counterpoise and ground wire for airfield lighting circuits for this project shall
be as follows:

A. No ground wire shall be installed in conduit with 5kV series circuit cables.

B. No counterpoise shall be installed above conduit for series circuits in full strength
pavement.

108-3.5 CABLE IDENTIFICATION

The lighting circuits and home run cables shall be marked and identified at all accessible
points. Locations where this is necessary include the terminals in the vaults, manholes,
handholes, entrances into ducts and connection to all light fixtures. Cable ties shall be fungus
inert, self extinguishing, one piece, self locking nylon cable ties, 0.18-in. minimum width, 50-
lb. minimum tensile strength, and suitable for a temperature range from minus 50oF to 350oF.
Cable markers shall be “EZ Tag” as manufactured by Almetek Industries Inc. Tags shall
consist of E2-H9E (horizontal) or E2-V9E (vertical) numerals or letters placed in a tag holder
as required. Tags and holder shall be manufactured from black U.V. polyethylene, Size 1-
5/8" wide x any length (3 to 6 inches - TH-35P to TH-65P as required). Tag holder shall be
black and numerals and letters shall be black on yellow background. Numerals and letters
shall be oriented either horizontally or vertically depending on orientation of cable. The
Contractor shall wrap the ends of cables in light bases as directed by the COTR.

108-3.6 HOME RUNS

Both cables at the field end of all home runs shall terminate in a transformer housing or light

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

base using L-823 connectors before continuing to the next lighting fixture.

108-3.7 VISUAL EXAMINATION

Visual inspections shall be made frequently during installation, at completion of installation,


and before energizing the circuits. A careful visual inspection will reveal defects that can be
corrected prior to acceptance tests and energization. Serious damage may occur if defects are
subjected to electrical tests or energization. Visual inspections shall include inspection
appraisal of:

A. Correctness of external connections

B. Good work performance

C. Cleanliness

D. Safety hazards

E. Specific requirements listed herein for individual items. All equipment and
materials, while manufactured under specifications and passing strict factory tests
prior to shipment, shall be inspected for shipping damage immediately upon receipt.

F. Visual inspection must be made by the COTR prior to covering buried facilities.

108-3.8 CABLE AND CABLE CONNECTOR INSPECTION

Visual inspection of cable and connectors during installation shall be performed to determine
the following:

A. The mating surfaces of molded connectors are clean and dry when plugged together.
If clean and dry inside, these high voltage connectors with taping form a connection
equal to, or superior to, a conventional high voltage splice. Conversely, if they are
wet or dirty inside, no amount of taping can produce a satisfactory connection. The
joint where the connectors come together shall be wrapped with at least one layer of
rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped,
extending at least 1-1/2 inches on each side of the joint, after heat shrink is applied,
as shown on the Drawings. Heat shrink shall not be used unless approved by COTR.
Cleanliness of mating surfaces can best be insured by keeping the factory-installed
caps in place until the final connection is made. The mating surfaces of uncapped
connectors should not be laid down or touched. If it is necessary to break a
connection, the connectors should be immediately capped.

B. The connectors are completely plugged together. After initial plugging, trapped air
pressure may partially disengage the plug and receptacle. If this happens, wait a few
seconds and push them together again.

C. The cables must not be cut by shovels, kinked, crushed by vehicle wheels, bruised by
rocks, or damaged in any way during handling and installation.

D. All other requirements of the installation detailed on the Drawings must be


accomplished.

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

E. The cables must not be bent sharply where they enter (or leave) a conduit.

108-3.9 ELECTRICAL TESTS ON CABLE

Electrical testing of cable and counterpoise is incidental and to be included in the respective
bid item at the sole expense of the Contractor.

The Contractor shall furnish all necessary equipment and appliances for testing the airport
electrical systems and underground cable circuits before and after installation. The Contractor
shall perform all tests in the presence of the COTR. The Contractor shall demonstrate the
electrical characteristics to the satisfaction of the COTR. All costs for testing are incidental to
the respective item being tested. For phased projects, the tests must be completed by phase
and results meeting the specifications below must be maintained by the Contractor
throughout the entire project as well as during the ensuing warranty period.
Cables installed in conduit shall be tested before and after installation in conduit. All circuits
impacted by this project shall have the insulation resistance tested prior to and after work has
been performed on the circuit. Prior to connecting new segments to existing segments, test
insulation resistance of new segments. Testing shall be done in the presence of the COTR or
COTR designated representative. Provide test results to the COTR within 48 hours of
completion of tests. Insulation resistance measurements shall be equal to or better than the
existing installation for acceptance.

Earth resistance testing methods shall be submitted to the COTR for approval. Earth
resistance testing results shall be recorded on an approved form and testing shall be
performed in the presence of the COTR. All such testing shall be at the sole expense of the
Contractor.

Should the counterpoise or ground grid conductors be damaged or suspected of being


damaged by construction activities the Contractor shall test the conductors for continuity with
a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists
and tested for continuity. The Engineer shall approve of the test method selected.
The Contractor shall furnish all necessary equipment and appliances for testing the
underground cable circuits after installation. All tests shall be made by a NETA accredited
organization. The Contractor shall test and demonstrate to the satisfaction of the COTR the
following:

A. That all lighting, power and control circuits are continuous and free from short
circuits.

B. That all circuits are free from unspecified grounds.

C. That insulation resistance to ground of all non-grounded series circuits is not less
than five hundred (500) megohms at 2500 volts DC (using crank type Megger).

D. That all circuits are properly connected in accordance with applicable wiring
diagrams.

E. All circuits are operable. Tests shall be conducted that include operating each control

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

not less than ten times and the continuous operation of each lighting and power
circuit for not less than three (3) hours.

METHOD OF MEASUREMENT

108-4.1 The footage of cable installed in trench, duct, or conduit to be paid for shall be the number of
linear feet of cable of each size or type, installed, and measured in place, completed, ready for
operation, and accepted as satisfactory. Separate measurement shall be made for each cable
installed in trench, duct or conduit. Separate measurement shall be made for each
counterpoise installed above trench, duct or conduit.

Measurement shall be the center-to-center horizontal distance between adjacent light bases,
handholes, manholes, or signs and shall include spare cable. The cable length associated with
cutting, grade change, etc. shall not be measured for payment. Costs associated with those
elements shall be included in the unit price of the appropriate item and shall be incidental to
the Item cost.

BASIS OF PAYMENT

108-5.1 Payment will be made at the Contract unit price per linear foot for installing cable of the sizes
and types specified where required, constructed or installed, and accepted by the COTR.
This price shall be full compensation for furnishing all materials, including lengths as
measured on drawing and required slack lengths, for all preparation and installation of these
materials, terminations, L-823 connectors, ground rods and grounding connections including
exothermic welding, and for all labor, equipment, tools, testing, and incidentals necessary to
complete this item. This price shall not include the price for duct and trenching. Duct banks
or conduits shall be installed as a separate item in accordance with Item L-110, “Installation
of Airport Underground Electrical Duct.”

Where cable is installed in existing duct or conduit, the duct or conduit shall be cleaned as
required to provide a clear path for the installation. Cleaning of existing conduit shall be
incidental to the installation of the cable, and no separate payment will be made for this work.

Bid Item L-108-5.2 shall include cabling routed from light fixture to light fixture with no
splices in between and shall include the furnishing and installing P-606 sealant in the existing
saw cut kerf.

Payment will be made under:

Item L-108-5.1 Underground Cable, 2-1/C #6 AWG, 5KV, L-824C, in Duct/


Conduit -- per linear foot.

Item L-108-5.2 2-1/C #6 AWG, 600V, in Kerf -- per linear foot.

FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-108

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

Number Title

J-C-30 Cable and Wire, Electrical (Power, Fixed Installation)

FAA SPECIFICATIONS REFERENCED IN ITEM L-108

Number Title

AC 150/5345-53 Airport Lighting Equipment Certification Program (Current


Edition)

AC 150/5345-7 Specification for L-824 Underground Electrical Cables for


Airport Lighting Circuits (Current Edition)

AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connectors


(Current Edition)

ASTM SPECIFICATIONS REFERENCED IN ITEM L-108

Number Title

B-3 Soft or Annealed Copper Wire

B-8 Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard or


Soft

END OF ITEM L-108

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT

DESCRIPTION

110-1.1 SCOPE

This item shall consist of underground electrical conduits and ducts (single or multiple
conduits encased in concrete) installed in accordance with the specification at the locations
and in accordance with the dimensions, designs, and details shown in the Drawings. This
item shall include the installation of all underground electrical ducts and underground
conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of
any paved or turfed areas; concrete encasement, duct markers, mandreling, nylon pulling
rope, plugging of conduits, and the testing of the installation as a completed system ready for
installation of cables in accordance with the plans and specifications and the testing of the
installation as a completed duct system ready for installation of cables, to the satisfaction of
the COTR. This item shall also include furnishing and installing conduits and all incidentals
for providing positive drainage of the system. Verification of existing ducts is incidental to
the pay items provided in this specification.

EQUIPMENT AND MATERIALS

110-2.1 GENERAL

All equipment and materials covered by referenced specifications shall be subject to


acceptance through manufacturer's certification of compliance with the applicable
specification when so requested by the COTR.

All equipment and materials furnished and installed under this section shall be guaranteed
against defects in materials and workmanship for a period of at least twelve (12) months from
final acceptance by the COTR. The defective materials and/or equipment shall be repaired or
replaced, at the COTR’s discretion, with no additional cost to the COTR.

110-2.2 CONCRETE

Plain and reinforced concrete shall conform to Item P-610, Structural Portland Cement
Concrete.

110.2.3 PLASTIC CONDUIT

Plastic conduit and fittings shall conform to the requirements of Federal Specification W-C-
1094 and Underwriters' Laboratories (UL) UL 651, and shall be PVC Schedule 40 or PVC
Schedule 80.

110-2.4 STEEL CONDUIT

A. Rigid steel conduit and fittings shall conform to the requirements of Underwriters
Laboratories Standard 6, 514 and 1242.

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

B. Flexible galvanized conduit shall be UL approved, single strip, liquid tight.

110-2.5 SPLIT CONDUIT

Split conduit shall be pre-manufactured for the intended purpose and shall be made of steel or
plastic.

110-2.6 CONDUIT SPACERS

Conduit spacers shall be prefabricated interlocking units manufactured for the intended
purpose. They shall be of double wall construction made of high grade, high density
polyethylene complete with interlocking cap and base pads, They shall be designed to accept
No. 4 reinforcing bars installed vertically.

110-2.7 DETECTABLE WARNING TAPE


A detectable magnetic 6-inch wide tape shall be installed 12 inches below finished grade
above all portions of underground electrical conduits and ducts. The tape shall be red with
the following “CAUTION ELECTRICAL LINE BURIED BELOW”.

CONSTRUCTION METHODS

110-3.1 GENERAL

The Contractor shall install underground conduits and ducts at the locations indicated on the
Drawings. Deviations from these locations shall be approved by the COTR prior to
installation. Ducts shall be of the size, material, and type indicated on the Drawings or in
these specifications. Where no size is indicated the ducts shall be not less than 2 inches
inside diameter. Pockets or traps where moisture may accumulate shall be avoided. No duct
bank or underground conduit shall be less than 18 in below finished grade. Where under
pavement, the top of the duct bank shall not be less than 18 in below the subgrade.
The Contractor shall mandrel each individual conduit whether the conduit is single or part of
a duct bank. An iron-shod mandrel, not more than ¼ in smaller than the bore of the conduit
shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber
gasket slightly larger than the conduit hole.

The Contractor shall swab out all conduits/ducts and clean light base, etc. interiors
IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases and all
accessible points of entry to the duct/conduit system shall be kept closed except when
installing cables. Cleaning of ducts, light bases, etc. is incidental to the pay item of the item
being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re-
cleaned at the Contractor’s expense. All accessible points shall be kept closed when not
installing cable. The Contractor shall verify existing ducts proposed for use in this project as
clear and open. The Contractor shall notify the COTR of any blockage in the existing ducts.

For pulling the permanent wiring, each individual conduit, whether the conduit is direct-
buried or part of a duct bank, shall be provided with a 200 pound test nylon or polypropylene
pull rope. The ends shall be secured and sufficient length shall be left in access points to
prevent it from slipping back into the conduit. Where spare conduits are installed, as

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

indicated on the plans, the open ends shall be plugged with removable tapered plugs,
designed for this purpose.

All conduits shall be securely fastened in place during construction and shall be plugged to
prevent contaminate from entering the conduits. Any conduit section having a defective joint
shall not be installed. Ducts shall be supported and spaced apart using approved spacers at
intervals not to exceed 5 feet.

All conduits shall be concrete encased.

Where turf is well established and the sod can be removed, it shall be carefully stripped and
properly stored.

Trenches for conduits and duct banks may be excavated manually or with mechanical
trenching equipment unless in pavement, in which case they shall be excavated with
mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a
minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the
trench.

When rock is encountered, the rock shall be removed to a depth of at least 3-inches below the
required conduit or duct bank depth and it shall be replaced with bedding material of earth or
sand containing no mineral aggregate particles that would be retained on a 1/4 inch sieve.
Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or
rock to be excavated before bidding. All such rock removal shall be performed and paid for
under Item P-153.

Underground electrical warning (Caution) tape shall be installed in the trench above all
underground duct banks and conduits in unpaved areas.

Joints in plastic conduit shall be prepared in accordance with the manufacturer’s


recommendations for the particular type of conduit. Plastic conduit shall be prepared by
application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit
ends and on the inside of the couplings. The conduit fitting shall then be slipped together with
a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed
in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2
feet.

Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be


accomplished using manufactured sweep bends.

Whether or not specifically indicated on the drawings, where the soil encountered at
established duct bank grade is an unsuitable material, as determined by the COTR, the
unsuitable material shall be removed in accordance with Item P-153 and replaced with
suitable material. Alternatively, additional duct bank supports that are adequate and stable
shall be installed, as approved by the COTR.

All excavation shall be unclassified and shall be considered incidental to the respective L-110
pay item of which it is a component part. Dewatering necessary for duct installation, erosion
and turbidity control, in accordance with Federal, State, and Local requirements is incidental
to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type
of material encountered, shall be included in the unit price bid for the L-110 Item.

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

Unless otherwise specified, excavated materials that are deemed by the COTR to be
unsuitable for use in backfill or embankments shall be removed and disposed of offsite.

Any excess excavation shall be filled with suitable material approved by the COTR and
compacted in accordance with item P-153.

It is the Contractor’s responsibility to locate existing utilities within the work area prior to
excavation. Where existing active cables) cross proposed installations, the Contractor shall
insure that these cables are adequately protected. Where crossings are unavoidable, no splices
will be allowed in the existing cables, except as specified on the plans. Installation of new
cable where such crossings must occur shall proceed as follows:

1. Existing cables shall be located manually. Unearthed cables shall be


inspected to assure absolutely no damage has occurred

2. Trenching, etc., in cable areas shall then proceed with approval of the
Engineer, with care taken to minimize possible damage or disruption of
existing cable, including careful backfilling in area of cable.

3. Furnish and install split conduit and encase and protect existing direct buried
cable prior to backfilling trench.

In the event that any previously identified cable is damaged during the course of construction,
the Contractor shall be responsible for the complete repair.

The bottom surface of trenches shall be essentially smooth and free from coarse aggregate.
All conduits in the same location and running in the same general direction shall be installed
in the same trench.

Dewater all trenches and excavations before conduit installation and backfill.

Coordinate trenching with existing site conditions and utilities. The Contractor shall control
excavated materials to prevent runoff during rain and blow off from airplane engines.

All ducts shall be plugged until cables are installed.

No flexible conduit of any type shall be used.


Where duct are stubbed out and capped, provide backfill with minimum 1-foot of sand on all
sides at capped end.

110-3.2 CONDUIT AND DUCT BANK REMOVAL AND ABANDONMENT

See Section L-130 “Electrical Removals” for conduit and duct bank removal and
abandonment, and as indicated on drawings.

110-3.3 DUCTS ENCASED IN CONCRETE

All ducts shall be encased in concrete. Concrete-encased ducts shall be installed so that the
top of the concrete envelope is not less than 24 inches below finished grade where installed
under runways, taxiways, or aprons, not less than 24 inches below finished grade where
installed in paved shoulders or unpaved areas, or as indicated on drawings. Ducts under

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

paved areas shall extend at least 5 feet beyond the edges of the pavement or 5 feet beyond
any underdrains which may be installed alongside the paved area. All ducts for concrete
encasements shall be placed on a layer of concrete not less than 3 inches thick prior to its
initial set. Where two or more ducts are encased in concrete, the Contractor shall space them
not less than 2 inches apart (measured from outside wall to outside wall) using spacers
applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches
thick shall be placed around the sides and top of the duct bank. End bells or couplings and
conduit shall be installed flush with the concrete encasement where required.

Marking tape indicating "Electrical Cable Buried Below" shall be installed 12 inches above
conduit run. The tape shall be plastic, 6 inches wide, and magnetically detectable to a depth
of 3 feet.

110-3.4 CONNECTION TO EXISTING DUCTS

New ducts shall be connected to existing or new ducts when possible. At locations where
new ducts will be connected to existing ducts only pre-approved couplings shall be used.
Each existing duct to be joined shall be uncovered and the concrete encasement removed (if
encased) so that the correct coupling can be identified and the exact bends, sweeps and
lengths of duct can be determined. The joining of new duct to existing duct shall be
accomplished in such a manner that the finished installation is at least equal to a new duct
installation. The ends of existing ducts shall be cut smooth in preparation for joining, and
any duct found to be damaged shall be removed and replaced with new duct.

110-3.5 BACKFILLING

After the ducts in non-paved areas have been properly installed and the bedding material
placed or the concrete has had time to set, the trench shall be backfilled in 8-inch lifts with
excavated material not larger than 2-inches in diameter and thoroughly tamped and
compacted to a minimum of 95% maximum density, ASTM D1557. If necessary to obtain the
desired compaction, the backfill material shall be moistened or aerated, as required. For
paved areas, backfill duct as shown on the drawings.

Trenches shall not be excessively wet and shall not contain pools of water during backfilling
operations. The trench shall be completely backfilled and tamped level with the adjacent
surface.

Any excess excavated material shall become the Contractor's property and shall be removed
and dispose of off airport property.

110-3.6 RESTORATION

All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other
work shall be restored to its original condition. The Contractor shall be held responsible for
maintaining all disturbed surfaces and replacements until final acceptance.

METHOD OF MEASUREMENT

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

110-4.1 Underground conduit and duct bank shall be measured by the linear feet of conduits and duct
banks installed, including encasement, locator tape, trenching and backfill, expansion fittings
with fiber board at all joints, all measured in place, completed, and accepted. Separate
measurement shall be made for the various types and sizes.

110-4.2 The quantity to be paid for connection of new conduit to existing light bases, conduit or
duct/duct bank shall be per each connection of any size and type, completed and accepted.

BASIS OF PAYMENT

110-5.1 Payment of Bid Item L-110-5.1, “2-Inch Schedule 40 PVC Conduit, Concrete Encased” shall
be made at the contract unit price per linear foot for each type and size of conduit and duct
bank installed, completed and accepted, including trenching and backfilling with the
designated material. This price shall be full compensation for furnishing all materials,
conduit, concrete encasement, detectable warning tape, pull rope, terminations, and for all
preparation, assembly, and installation of these materials, and for all labor, equipment, tools,
and incidentals necessary to complete this item in accordance with the provisions and intent
of the plans and specifications complete, in place, tested and accepted by the COTR and
ready for use.
110-5.2 Payment for Bid Item L-110-5.2, “Connect New Conduit/Duct to Existing Light Base or
Conduit/Duct, Any Size”, shall be made at the contract price for all connections to existing
light fixtures, existing signs, and existing conduits, completed and accepted. This price shall
be full compensation for furnishing all materials and for all preparation, assembly, and
installation of these materials, and for all labor, equipment, tools, restoration, and all
incidentals necessary to complete this item in accordance with the provisions and intent of the
plans and specifications, complete, in place, tested and accepted by COTR and ready for use.

Payment will be made under:

Item L-110-5.1 2-Inch Schedule 40 PVC Conduit, Concrete Encased - per linear foot.

Item L-110-5.2 Connect New Conduit/Duct to Existing Light Base or Conduit/Duct, Any
Size - per each.

END OF ITEM L-110

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEM

DESCRIPTION

125-1.1 SCOPE

This item shall include the re-installation of in-pavement lights with MWAA provided light
bases for Runway 1R-19L and Associated Taxiways K4, K5, and K6 repair, installed in
accordance with this specification, the referenced specifications, the applicable Federal
Aviation Administration (FAA) Advisory Circular, and the details shown on the Drawings.
This item includes the furnishing of all equipment, materials, services, and incidentals
necessary to place the lights in operation as completed unit, including testing, to the
satisfaction of the COTR.

All materials and equipment, excluding the light fixtures and light bases, shall be furnished
by the Contractor.

This item does not include the installation of underground cable or underground electrical
duct. These items are covered in Items L-108 and L-110, respectively.

SUBMITTALS

125-2.1 GENERAL

Before any electrical materials are ordered, the Contractor shall furnish the COTR a list of the
materials and equipment to be incorporated in the work. This list shall include the name of
each item, the Federal Aviation Administration specification number, the manufacturer's
name, the manufacturer's catalog number, and the size, type and/or rating of each item,
catalog cuts, test data, outline drawings, nameplate drawings, wiring diagrams, and schematic
diagrams.

After the list has been approved by the COTR and prior to installation, the Contractor shall
assemble the equipment and materials at a single location, on-site, and request inspection by
the COTR. None of the equipment or materials, other than duct or conduit, may be used until
such an inspection has been completed.

In the case that more than one manufacturer is proposed for a single item, the COTR will
select the specific item he feels best fulfills the requirements of the specification, and it shall
be the responsibility of the Contractor to furnish that item and none other.

All test results from required tests shall be submitted to the COTR for review and approval.

For those items furnished by the airport for Contractor installation, Contractor shall verify
item characteristics and condition as consistent with the requirements of the contract
documents.

125-2.2 APPROVAL

Airport lighting equipment and materials covered by FAA specifications shall have prior

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

approval of the Federal Aviation Administration, Airport Service, Washington, DC 20591,


and shall be listed in the current edition of FAA Advisory Circular AC 150/5345-53, Airport
Lighting Equipment Certification Program. All other equipment and materials covered by
other referenced specifications shall be subject to acceptance through manufacturer's
certification of compliance with the applicable specification, when required by the COTR.
The Contractor shall verify that equipment to be reused or modified to be reused complies
with applicable standards and is in good condition.

The following documents, of the issue in effect on the date of application for qualification,
are applicable to the extent specified:

Item Specification Circular Advisory

Semi-Flush Runway Edge Light L-850C AC 150/5345-46

Semi-Flush Runway Centerline Light L-850A AC 150/5345-46

Semi-Flush Runway TDZ Light L-850B AC 150/5345-46

Semi-Flush Taxiway Centerline Light L-852C or D AC 150/5345-46

Transformers, Isolation, 60 Hz L-830 AC 150/5345-47

Light base, load bearing L-868 AC 150/5345-42

All FAA Advisory Circular references in this specification refer to the most recent edition in
circulation.

125-2.3 LIGHT BASE AND LIGHT INSTALLATION AND ALIGNMENT TOOL

The tolerance requirements for location, elevation and orientation of all light fixtures are of
critical importance and must be maintained. In order to do so the light bases and lights shall
be installed using an installation and alignment tool. This tool shall be capable of achieving
the final alignment specified and shall be of sufficient strength to support the light base
during placement and compaction of concrete around the base. The Contractor shall submit
to the COTR the proposed installation and alignment tool for approval. Upon approval, the
Contractor shall procure a sufficient number of these tools to use in the installation process.
No light base or light shall be installed without using an approved installation and alignment
tool.

MATERIALS

125-3.1 GENERAL

Existing light fixtures shall be removed and turned over to Airport Maintenance for cleaning
and re-lamping. After Airport Maintenance has finished with cleaning and re-lamping,
contractor shall retrieve light fixture and reinstall atop new MWAA provided L-868 load
bearing light base. Provide new flange and spacer rings, connectors, isolation transformer,
lamps, and associated mounting bolts and hardware.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

125-3.2 LIGHT BASES

MWAA provided light base transformer housings are Type L-868, Class IB (stainless steel)
in full strength PCC pavement as shown on contract drawing and shall conform to AC
150/5345-42F, or latest edition, Specification for Airport Light Base and Transformer
Housings, Junction Boxes, and Accessories. Install the complete light base assembly
including the contractor furnished concrete foundation, connectors, conduit stub-outs, cover
plate and incidentals required for each complete installation.

Light base shall remain in place during installation and shall be covered by a ¾” galvanized
steel mudplate, secured by stainless steel bolts and stainless steel Nord-Lock washers, during
construction. Note that the Contractor shall furnish and install a new unused set of stainless
steel bolts and stainless steel Nord-Lock washers for final installation.

125-3.3 FLANGE RING AND SPACER RINGS

The flange ring with pavement dam shall be ¾-inch thick. A maximum of three (3) spacer
rings totaling no more than ¾-inch in thickness shall be used to achieve proper grade.

125-3.4 BLANK COVER PLATES

Blank cover plates for light base/transformer housings shall be A-36 galvanized steel
checkerplate 3/4-inch thick, with recessed bolt holes. Diameter and bolt pattern shall be
compatible with the light base/transformer housing to be covered.

125-3.5 CONCRETE

Concrete shall conform to Item P-610, Structural Portland Cement Concrete, as specified.

125-3.6 FIXTURE HOLD DOWN BOLTS

Light fixture hold down bolts shall be stainless steel ceramic-metallic fluoropolymer coated
SAE Grade 2 steel bolts and galvanized steel Nord-Lock washers required for each complete
installation.

125-3.7 SEMI-FLUSH RUNWAY EDGE LIGHT (L-850C)

Existing semi-flush runway edge lights are high intensity, bi-directional, L-850C, with two
low-energy long life 105 Watt halogen lamps. Existing light fixtures shall be removed and
turned over to Airport Maintenance for cleaning and re-lamping. After Airport Maintenance
has finished with cleaning and re-lamping, contractor shall retrieve light and reinstall at the
replacement location on the MWAA provided light base. Provide new flange and spacer
rings, connectors, isolation transformer, lamps, and associated mounting bolts and hardware.
Isolation transformer shall meet the requirements of AC 150/5345-47 Type L-830, with the
appropriate wattage consistent with the type of lamp. Semi-Flush fixtures shall be flush with
grade.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

125-3.8 SEMI-FLUSH RUNWAY CENTERLINE LIGHT (L-850A)

Existing semi-flush runway centerline lights are high intensity, bi-directional, L-850A, with
two low-energy long life 48 Watt halogen lamps. Existing light fixtures shall be removed
and turned over to Airport Maintenance for cleaning and re-lamping. After Airport
Maintenance has finished with cleaning and re-lamping, contractor shall retrieve light and
reinstall at the replacement location on the MWAA provided light base. Provide new flange
and spacer rings, connectors, isolation transformer, lamps, and associated mounting bolts and
hardware. Isolation transformer shall meet the requirements of AC 150/5345-47 Type L-830,
with the appropriate wattage consistent with the type of lamp. Semi-Flush fixtures shall be
flush with grade.

125-3.9 SEMI-FLUSH RUNWAY TOUCHDOWN ZONE (TDZ) LIGHT (L-850B)

Existing semi-flush runway touchdown zone lights are high intensity, uni-directional, L-
850A, with two low-energy long life 48 Watt halogen lamps. Existing light fixtures shall be
removed and turned over to Airport Maintenance for cleaning and re-lamping. After Airport
Maintenance has finished with cleaning and re-lamping, contractor shall retrieve light and
reinstall at the replacement location on the MWAA provided light base. Provide new flange
and spacer rings, connectors, isolation transformer, lamp, and associated mounting bolts and
hardware. Isolation transformer shall meet the requirements of AC 150/5345-47 Type L-830,
with the appropriate wattage consistent with the type of lamp. Semi-Flush fixtures shall be
flush with grade.

125-3.10 SEMI-FLUSH TAXIWAY CENTERLINE LIGHT (L-852 C&D)

Existing semi-flush taxiway centerline lights are medium intensity, uni-directional, L-852 C
& D, with one low-energy long life 30 Watt halogen lamp. Existing light fixtures shall be
removed and turned over to Airport Maintenance for cleaning and re-lamping. After Airport
Maintenance has finished with cleaning and re-lamping, contractor shall retrieve light and
reinstall at the replacement location on the MWAA provided light base. Provide new flange
and spacer rings, connectors, isolation transformer, lamp, and associated mounting bolts and
hardware. Isolation transformer shall meet the requirements of AC 150/5345-47 Type L-830,
with the appropriate wattage consistent with the type of lamp. Semi-Flush fixtures shall be
flush with grade.

125-3.11 TRANSFORMERS

Isolation transformers for taxiway lights shall meet the requirements of AC 150/5345-47
Specification for Isolation Transformers for Airport Lighting Systems, Type L-830 (60 Hz).
Primary and secondary amperes for taxiway lights shall be 20/6.6 amperes, unless otherwise
indicated. Each transformer shall be clearly marked indicating its wattage so as to not be
confused during installation. Transformers shall have L-823 type connectors. Isolation
transformer size (wattage) shall be matched to the light fixture as recommended by the fixture
manufacturer.

CONSTRUCTION METHODS

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

125-4.1 PHASING AND INTERRUPTIONS

All existing electrical equipment and lighting systems not included in the phase of work
being performed must be kept in operation, unless prior approval of the COTR has been
received and as otherwise specified below and on the Drawings. The Contractor may use
salvaged materials for temporary construction where required. The permission for temporary
work and using salvaged materials shall be obtained from the COTR. Lighting for active
taxiway surfaces shall be maintained.

Refer to the special provisions of the specifications for notification requirements and other
information regarding work interruptions due to airport operational requirements or
Contractor anticipation for exceeding the limitations described in the above paragraph.

125-4.2 LIGHT BASE AND TRANSFORMER HOUSING INSTALLATION

Prior to demolition, each light to be removed and replaced shall be surveyed to determine its
precise location and orientation. The contractor shall re-install the MWAA provided light
base at the same location and orientation. The location for each fixture base shall be
determined by the use of survey instrumentation in order to ensure that all lights are properly
located. Some adjustment may be made, if approved by the COTR or as indicated on the
drawings, in order to provide a straight alignment, to correct an existing base not properly
positioned, or to avoid a pavement joint. Bases for all lights shall be installed so that light
fixtures will be level with the horizon + ½ degree. All concrete shall be thoroughly
consolidated around the base using mechanical vibrating equipment.

If requested by the COTR, a manufacturer’s representative shall be present for the initial
installation of the L-868 light bases in order to ensure proper installation. Fast setting
concrete may be used to firmly hold the base in place for paving operations if required by
surface closure limitations.

Each light base shall be surveyed in place so that after the paving operation is completed the
light base may be readily located. Installation procedures shall be as shown on the drawings.
The annular space around the base shall then be filled with P-606 sealant intended for use
with light bases in concrete pavement.

125-4.3 LIGHT FIXTURE INSTALLATION

The light fixtures shall be installed in accordance with the requirements specified in AC
150/5345-46, as recommended by the manufacturer, and as specified on the Drawings and
herein.

Light fixtures shall be located at their proper location as shown on the Drawings or approved
by the COTR. The Contractor shall install, connect, and adjust the light fixture in accordance
with the manufacturer's instructions. Prior to mounting the light fixture on the base an L-823
connector kit shall be installed on the primary power cable ends, and the appropriate isolation
transformer shall be installed. All light fixtures shall be leveled and aligned so that the final
installed light is in accordance with the tolerances shown on the Drawings.

125-4.4 CABLE AND CONDUIT INSTALLATION

New conduit shall be installed as shown on the Drawings prior to final paving. The new

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

conduit shall connect to conduit from the last existing light base or junction box to remain at
each location, or as otherwise indicated on the Drawings. Connection of new lights to
existing circuits shall be carefully coordinated with the COTR and Airport Operations, and
the Contractor shall schedule outages with the COTR at least 96 hours in advance.

125-4.5 REMOVALS

See Item L-130, Electrical Removals, for the removal of electrical items.

125-4.6 TEMPORARY ELECTRICAL WORK

Temporary shall include circuit bypasses as required and as indicated on the drawings to
maintain lighting for active traffic surfaces during construction, disconnection of portions of
lighting for closed areas, cover of existing edge lights with 3’ traffic cones where permitted
by COTR, removal and protection of existing elevated taxiway lighting and steel plating
lights bases for protection in proximity of construction and the re-installation of said light
fixtures at the completion of construction, cover and switch off guidance signs directing
traffic into closed surfaces, and other measures approved by COTR.

Cable shall be of the same size and type as that of the circuit being temporarily modified, and
connections shall be made with L-823 connectors. Cables shall be installed in conduit or
shallow buried as allowed by drawings, and as approved by COTR. Secure, mark and protect
from traffic all aboveground conduits, and mark location of all direct buried cable.

Where edge light fixtures are temporarily removed for protection, the secondary lead of the
isolation transformer remaining in the light base shall be protected, and the light base shall be
steel plated until fixtures are reinstalled with new stainless steel bolts. Guidance signs
(runway exit signs and direction signs) directing traffic into a closed area shall be covered
using black felt or black plexiglass, as approved by the COTR.

When no longer required, the modified lighting circuit shall be restored to its original
condition or to the condition required for the permanent work. All temporary installation
shall be removed, including underground portions, and any damage to surfaces shall be
repaired. Temporary modifications to other electrical circuits or facilities shall be consistent
with the existing installation and in compliance with all applicable Codes and standards, with
completed restoration to original or final condition when temporary modification is no longer
required. Existing taxiway/taxilane edge lights temporarily removed shall be reinstalled on
existing light base with new isolation transformers.

INSPECTION, TEST, AND WARRANTY

125-5.1 VISUAL EXAMINATION

The most important of all inspection and test procedures is thorough visual inspections.
Visual inspections shall be made frequently during installation, at completion of installation,
and before energizing the circuits. A careful visual inspection can reveal defects that can be
corrected prior to acceptance tests and energization. Serious damage may occur if defects are
subjected to electrical tests or energization. Visual inspections shall include appraisal of:

A. Correctness of external connections

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

B. Good work performance.

C. Cleanliness.

D. Safety hazards.

E. Specific requirements listed herein for individual items. While all equipment
manufactured under specifications pass strict factory tests prior to shipment, it shall
be inspected for shipping damage immediately upon receipt.

125-5.2 ELECTRICAL TESTS ON SERIES LIGHTING CIRCUITS

Before modifying any series circuit, verify the performance of the existing circuit by
checking the supply voltage to the regulator and measuring the output current from the
regulator on all brightness steps under existing load.

Check cable connections and perform electrical tests on cable as specified in section L-108.

125-5.3 LIGHTING FIXTURES

An inspection shall be made to determine that the color, quantity, and locations of light are in
accordance with the installation drawings. Each light shall be inspected to determine that it is
operable, glass is not broken or cracked, correct lamps are installed, and it has been properly
leveled and aimed, in accordance with technical orders and manufacturers instructions, where
applicable.

125-5.4 MISCELLANEOUS COMPONENTS

All components being installed or modified shall be visually inspected for damage, correct
connections, proper fuse and circuit breaker ratings, and compliance with codes.

125-5.5 FINAL ACCEPTANCE TESTS

After components and circuits have been inspected, as specified in the preceding paragraphs,
the entire system shall be inspected and tested as follows:

A. Each lighting circuit shall be tested by operating it continuously at maximum


brightness for at least 15 minutes, and at medium intensity for 2 hours. Visual
inspection shall be made at the beginning and end of this test to determine that the
correct numbers of lights are operating at full brightness. Dimming of some or all of
the lights in a circuit is an indication of grounded cables.

B. Repeat the above test using the local control switches on the regulators.

C. In addition to the above, all equipment shall be subjected any and all performance
tests specified in the manufacturer's instructions.

125-5.6 GUARANTEE

All equipment furnished and work performed under the Contract Documents shall be

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

guaranteed against defects in materials or workmanship for a period of one (1) year from the
date of final acceptance. This guarantee does not replace any responsibility for errors or
omissions as set forth in state law. Any long-term warranties issued or offered by
manufacturers for items of equipment shall be turned over to the Airports Authority.

125-5.7 Any failure of equipment or work due to defects in materials or workmanship shall be
corrected by the Contractor at no cost to the Authority.

125-5.8 The Contractor shall ascertain that all lighting system components furnished by him
(including FAA approved equipment) are compatible in all respects with each other and the
remainder of the new/existing system. Any incompatible components furnished by this
Contractor shall be replaced by him at no additional cost to the Airports Authority with a
similar unit approved by the COTR (different model or manufacturer) that is compatible with
the remainder of the airport lighting system.

125-5.9 The Contractor-installed equipment (including FAA approved) shall not generate any
electromagnetic interference in the existing and/or new communications, weather and air
traffic control equipment. Any equipment generating such interference shall be replaced by
the Contractor at no additional cost with the equipment meeting applicable specifications and
not generating any interference.

METHOD OF MEASUREMENT

125-6.1 The quantity to be paid for under this item shall be the materials installed separately or in
combination as specified, and shall be measured per each completed unit in place, tested and
accepted by the COTR, and ready for operation. Temporary electrical work to maintain,
protect, or reconfigure lighting circuits during construction shall be lump sum.

BASIS OF PAYMENT

125-7.1 GENERAL

Payment will be made at the contract unit price for each completed and accepted installation.
This price shall be full compensation for furnishing all materials and handling of existing
equipment to be reused, as required by the Drawings and these Specifications, for all
preparation, removals, assembly and installation of these materials, and for all labor,
equipment, tools and incidentals necessary to complete each installation specified as below.
The Contractor shall furnish all materials and equipment to be installed except as specified
herein.

For Bid Item L-125-7.1, the existing in-pavement light fixtures shall be turned over to
MWAA Maintenance to be cleaned and re-lamped. Upon completion of cleaning and re-
lamping by MWAA Maintenance, light fixture shall be retrieved by contractor and installed
on MWAA provided L-868 Class 1B, Size B light bases with contractor furnished concrete
foundation, flange and spacer rings, L-823 connectors, isolation transformer, lamps,
associated mounting bolts and hardware, and inspection and testing. Provide stainless steel
bolts and stainless steel Nord-Lock washers for mudplate and final installation for all light
fixtures. Contractor shall furnish and install additional required conduit hubs on the light
bases as required and grommets for the saw cut kerf wiring with zinc coating repair. The

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

additional hubs and grommets are considered incidental and shall be included in the per each
unit price.

For Bid Item L-125-7.2, Temporary Electrical Work includes providing and installing
temporary jumper cables to maintain circuit continuity; removing and steel plating bases for
protection of taxiway edge light during construction, reinstalling taxiway edge lights fixtures
when protection is no longer required, or covering edge lights with 3’ traffic cones where
approved; temporarily covering guidance signs; testing circuits before and after temporary
modifications; and other temporary electrical work as required by phasing. Temporary work
shall include furnishing conduit and mounting stakes, cable, connectors, steel covers for
existing bases, and other materials associated with the temporary work, labor and equipment
required to accomplish the temporary work; and associated removals and restoration to
original or final condition when no longer required. Temporary electrical work also includes
the protection of existing airfield systems and lighting fixtures and the subsequent removal of
the protection when no longer required. Temporary electrical work also includes opening all
necessary light bases, junction boxes, handholes, and manholes, and handhole and manhole
dewatering and disposal. Temporary electrical work shall include meggering all airfield
circuits affected by the work and the submittal in a tabulated report of the results.

Payment will be made under:

Item L-125-7.1 In-Pavement Light Fixture Installed on L-868B Light Base in PCC
Pavement -- per each.

Item L-125-7.2 Temporary Electrical Work – lump sum.

FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125

Number Title

WW-C-581 Conduit, Metal, Rigid; and Coupling, Elbow and Nipple


Electrical Conduit: Zinc-Coated

FAA SPECIFICATIONS REFERENCED IN ITEM L-125

Number Title

AC 150/5345-53 Airport Lighting Equipment Certification Program (current


edition)

AC 150/5345-42 Specification for Airport Light Base and Transformer Housings,


Junction Boxes and Accessories

AC 150/5345-46 Specification for Runway and Taxiway Lighting Equipment

AC 150/5345-47 Isolation Transformers for Airport Lighting Equipment

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

END OF ITEM L-125

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

ITEM L-130 ELECTRICAL REMOVALS

DESCRIPTION

130-1.1 SCOPE

This item shall include the demolition and removal of existing electrical equipment and
facilities for all areas within the limits of construction as provided in these specifications, as
shown on the Drawings, or as required by the COTR.

CONSTRUCTION METHODS

130-2.1 GENERAL

Objects, surfaces and items including the underground utilities designated to remain shall be
carefully avoided and left undisturbed. Any damage to these items shall be immediately
corrected by the Contractor to the satisfaction of the COTR.

130-2.2 EQUIPMENT

Equipment used in conjunction with this work shall be in first class working condition and
shall be capable of removing the material in an efficient manner.

130-2.3 CABLE REMOVAL

All the existing cables to be removed become the property of the Contractor to be promptly
removed from the airport property. Temporary storage of these items on airport property
shall be subject to the approval of the COTR.

130-2.4 CONDUIT AND DUCT BANK REMOVAL AND ABANDONMENT

Existing conduit and duct bank shall be removed or abandoned as shown on the Drawings, or
as directed by the COTR. Removed items shall become the property of the Contractor and
shall be promptly removed from airport property. Temporary storage of these items on
airport property shall be subject to the approval of the COTR.

Conduit designated to be abandoned in place shall be capped on each end as approved by the
COTR. Where conduit comes to the surface, the conduit shall be cut back to minimum one
(1) foot below ground (final grade) and capped.

130-2.5 REMOVAL OF EXISTING LIGHT FIXTURES AND ISOLATION TRANSFORMERS

Existing light fixtures shall be removed and turned over to MWAA Maintenance for cleaning
and re-lamping. After MWAA Maintenance has finished with cleaning and re-lamping,
contractor shall retrieve Light fixture and reinstall atop new MWAA provided light base.
Light bases, isolation transformer, connectors, flanges, adapter plates, and all other
accessories removed shall become the property of the Contractor and shall be promptly
removed from the airport property. Temporary storage of these items on airport property
shall be subject to the approval of the COTR.

ELECTRICAL REMOVALS L-130-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

130-2.6 OTHER ITEMS

Items to be removed not listed above shall be removed from airport property by the contractor
unless otherwise directed by the COTR. Any questionable items shall be brought to the
COTR’s attention, who will then direct the Contractor for final disposition of the item.

METHOD OF MEASUREMENT AND PAYMENT

130-3.1 For all L-130 Bid Items, the disposals of removed and demolished items are incidental to the
bid item and as such shall be included in the Contract unit price.

130-3.2 Bid Item L-130-4.1 includes the removal of existing electrical wiring, any size wire gauge,
insulation type, and quantity of wires from existing conduit and its disposal. Payment will be
made at the Contract unit price per linear foot for removal of cable, and accepted by the
COTR. This price shall be full compensation for furnishing all labor, equipment, tools, and
incidentals necessary to complete this item.

130-3.3 Bid Item L-130-4.2 includes the demolition and removal of existing direct buried/concrete
encased conduit and duct bank, any size conduit and any size duct bank configuration
including its disposal. Payment will be made at the Contract unit price per linear foot for
demolition and removal of conduit/duct bank and accepted by the COTR. This price shall be
full compensation for furnishing all labor, equipment, tools, and incidentals necessary to
complete this item.

130-3.4 Bid Item L-130-4.3 includes the demolition and removal of existing in-pavement light
fixtures and the existing in-pavement junction box, including concrete foundation, light base,
grounding, and all accessories. Payment will be made at the Contract unit price per each in-
pavement light fixture and junction box demolition and removal, and accepted by the COTR.
This price shall be full compensation for furnishing all labor, equipment, tools, and
incidentals necessary to complete this item. The removed in-pavement light fixture shall be
turned over to MWAA Maintenance for cleaning and re-lamping, and be re-installed under
Specification L-125, “Installation of Airport Lighting System” Bid Items.

130-3.5 Bid Item L-130-4.4 includes the complete removal of existing 600V electrical wiring and
sealant from light fixture to light fixture in existing saw cut kerf (and spillage outside of the
kerf) and its disposal. Payment will be made at the Contract unit price per linear foot for
removal of cable and sealant, and accepted by the COTR. This price shall be full
compensation for furnishing all labor, equipment, tools, and incidentals necessary to
complete this item.

BASIS OF PAYMENT

Item L-130-4.1 Removal of Existing Cable from Existing Conduit - Per Linear Foot

Item L-130-4.2 Removal of Existing Concrete Encased Conduit/Duct Bank - Per Linear
Foot

ELECTRICAL REMOVALS L-130-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

Item L-130-4.3 Removal Of Existing In-Pavement Light Fixture And Junction Box
Including Light Base, And Associated Equipment - Per Each

Item L-108-4.4 Removal of 2-1/C #6 AWG, 600V, in Kerf -- per linear foot.

END OF SECTION L-130

ELECTRICAL REMOVALS L-130-3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

SECTION 260553 ELECTRICAL IDENTIFICATION

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary


Conditions and Division 01 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section specifies electrical identification materials and includes requirements for
electrical identification including but not limited to the following:

1. Identification labeling for airfield lighting series circuit cables (5kV).

1.03 SUBMITTALS

A. General: Submit the following in accordance with Conditions of Contract and Division
01 Specification Sections.

B. Product Data for each type of product specified.

C. Schedule of all tags, markers, etc.

D. Sample product for each type of product specified.

1.04 QUALITY ASSURANCE

A. Electrical Component Standard: Components and installation shall comply with NFPA 70
"National Electrical Code."

B. Comply with manufacturers instructions.

PART 2 - PRODUCTS

2.01 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by the


following:

1. American Engraving Co.


2. Seton Name Plate Co.
3. Standard Signs, Inc.
4. W.H.Brady, Co.
5. Almetek Industries
6. Tech Products, Inc.
7 William Frick & Company
8 Thomas & Betts

ELECTRICAL IDENTIFICATION 260553-1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5, and K6 February 09, 2015

2.02 ELECTRICAL IDENTIFICATION PRODUCTS

A. Cable Ties: Fungus inert, self extinguishing, one piece, self locking nylon cable ties,
0.18-inch minimum width, 50-lb minimum tensile strength, and suitable for a temperature
range from minus 50 deg F to 350 deg F.

B. Markers for Airfield Lighting Series Circuit Cables (5kV): Provide "E-Z Tag" as
manufactured by Almetek Industries Inc., or equivalent to identify feeders at all
accessible locations. Tags shall consist of 1.0 inch high numerals or letters placed in a
tag holder. Tags and holder shall be manufactured from U.V. stabilized non-conductive,
non-corrosive polyethylene or equal. Tag holder shall be black and numerals and letters
shall be black on yellow background. Numerals and letters shall be oriented either
horizontally or vertically depending on orientation of cable.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Identification Color Coding: Provide the following color coding for identification
labeling/markers:

1. 5kv Volts and above: Black lettering on yellow background

B. Electrical Equipment/Device Identification:

1. Provide markers for airfield lighting cables at all accessible locations and
termination points. Indicate voltage, feeder number and phase letter on each
cable. Inside equipment indicate phase letter on each cable. In manholes install
markers on cables after arc proofing is applied. Attach with cable ties.

C. Lettering and Graphics: Coordinate names, abbreviations, colors, and other designations
with corresponding designations specified or indicated. Install numbers, lettering, and
colors as approved in submittals and as required by code.

D. All labeling shall be typed. Hand written labeling shall not be accepted.

E. Install identification products in accordance with manufacturer's written instructions and


requirements of NEC.

F. Install labels, tags and markers at locations for best convenience of viewing without
interference with operation and maintenance.

PART 4 – METHODS OF MEASUREMENT AND BASIS OF PAYMENT

4.1. Electrical identification shall not be measured for payment, but shall be incidental to the work
with no separate payment.

END OF SECTION 260553

ELECTRICAL IDENTIFICATION 260553-2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

SECTION 31 25 14 - STORM WATER POLLUTION PREVENTION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings, Contract and Special Provisions, Supplementary Conditions, latest version of Virginia
Erosion and Sediment Control Handbook and other Division-01 Specifications apply to this
Section.

1.2 SUMMARY

A. This Section includes preparation for and submitting for approval for a Storm Water Pollution
Prevention Plan (SPPP).

1. Provisions for furnishing, installing and removal of silt fence, filter boxes, storm drain inlet
protection, straw bale barriers, construction entrances, sediment traps, diversion berm, dust
control and other erosion control measures during construction, and temporary and
permanent soil stabilization measures, as noted on the contract plans and in the approved
SPPP. All measures and practices shall be in accordance with the latest version of the
Virginia Erosion and Sediment Control Handbook and for preventing contamination of
storm water from construction activities in accordance with the Commonwealth Of
Virginia Regulation 9VAC 25-180 (i.e., temporary fuel storage, fueling operations,
equipment maintenance, hazardous material and waste handling, good housekeeping
practices, etc.).

B. Related Sections
1. Division 01 Section “Quality Requirements” for quality issues.

C. Measurement Procedures
1. Storm Water Pollution Prevention shall be measured by the lump sum.
2. Dewatering filter bag shall not be measured separately, but if needed, shall be considered
incidental to Storm Water Pollution Prevention.

D. Payment Procedures
1. Payment for Stormwater Pollution Prevention will be made at the contract unit price per
lump sum. This price shall be full compensation for creating the Stormwater Pollution
Prevention Plan, collecting and treating runoff, and all other measure used to prevent
unfiltered runoff from entering the stormwater sewer system. Payment shall be full
compensation for all labor, equipment and materials associated with Stormwater Pollution
Prevention.

STORM WATER POLLUTION PREVENTION 312514 - 1


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

Payment will be made under:

Item 312514-1.2 – Stormwater Pollution Prevention – per lump sum

1.3 DEFINITIONS

A. CWA- Clean Water Act means the law passed by the Congress of the United States in 1972
controlling the Discharge of Pollutants into the Nation's waterways.

B. BMP- Best Management Practices are defined as any one or group of management practices,
activities, policies, equipment, and structures that will: prevent pollutants from entering the
environment, minimize pollutants from entering the environment, and mitigate, reduce, and treat
prior to the pollutant entering the environment.

C. NPDES- National Pollutant Discharge Elimination System is the national program for issuing,
modifying, revoking, reissuing, terminating, monitoring and enforcing permits pursuant to
sections 402, 318, and 405 of the CWA.

D. VDEQ- Virginia Department of Environmental Quality is the agency of the Commonwealth of


Virginia that manages the Commonwealth of Virginia's environmental regulations.

E. VPDES- Virginia Pollutant Discharge Elimination System is the Commonwealth of Virginia


program and regulations that describe the proper management of discharges of pollutants into
the waters of the Commonwealth

F. DCR- The Commonwealth of Virginia Department of Conservation and Recreation, Division of


Soil and Water Conservation, regulates land disturbing activities and erosion and sedimentation
compliance.

1.4 Submittals

A. Storm water Pollution Prevention Plan (SPPP) - Prepare and submit for written approval by the
Authority in accordance with the information provided below. Do not initiate ground-disturbing
activities until the Authority has approved the SPPP. In addition, the SPPP will serve as the Soil
Erosion and Sediment Control Plan required as a condition of the Authority's issuance of a
Construction Permit by the Authority's Building Codes Department. Issuance of this
Construction Permit is required prior to initiation of any project construction.

B. The SPPP may utilize plans, details, notes and other information provided in the construction
documents, however, such information shall not, in itself, be construed to meet the requirements
of this Section. Provide additional details to ensure that the SPPP accurately reflects means and
methods for construction.

STORM WATER POLLUTION PREVENTION 312514 - 2


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

C. Prepare the SPPP on regular 8 ½ X 11 inch paper. Include attachments of the plans showing
locations of erosion and sediment control devices and BMPs. Submit four bound copies to the
COTR for review and approval.

D. Plan Certification with Virginia Pollution Discharge Elimination System Regulation (9VAC 25-
180) and DCR (4VAC50-30).

1. Submit with Plan Certification the following certification statement signed by an officer of
the company of Contractor and signed by all its subcontractors:
"I certify under penalty of law that I understand the terms and conditions of the General
Permit for Discharges from Construction Activities that authorizes the storm water
discharges from construction activities associated with the site identified by the permit."

2. The above certification shall be executed on the Contractor's letterhead. Include the name,
title, address, and telephone number of contractor and all subcontractors, and the date the
certification is made. The Certification shall be attached to the SPPP and submitted to the
COTR.

E. Once the SPPP has been approved by the COTR, submit a Virginia Storm Water Management
Program (VSMP) permit application to the Virginia Department of Conservation and Recreation
(DCR) to obtain the VSMP permit. Submit payment of $500 with the permit application. The
Contractor shall include the cost of the VSMP in his proposal

F. Be responsible for submitting the Notice of Project Termination (NPT) shown in Appendix II
for all construction activities within this particular construction project. Contractor shall notify
the Authority and provide a copy to the COTR upon completion of this construction project.

G. Not Used.

H. Submit the name, and a copy of the certificate of competence issued by the Department of
Conservation and Recreation for the person in charge of and responsible for carrying out the
land-disturbing activity prior to conducting any land-disturbing activities.

I. Prepare the SPPP narrative and associated drawings in accordance with the following outline:

1. Site Description: A detailed description of the construction activities, physical features of


the site, and other pertinent information shall be included in this Section.

a. A description of the nature of the construction activities;


b. A description of the intended sequence of major activities which disturb soils for
major portions of the site (e.g. grubbing, excavation, grading);
c. Estimate of the total area of land disturbing activities. Land disturbing areas greater
than 2,500 square feet require the implementation and enforcement of a SPPP.
d. Describe the quality of any discharge water from the site;

STORM WATER POLLUTION PREVENTION 312514 - 3


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

e. A description of the existing vegetative cover at the site, include an estimate of the
total buffer area that is covered by the vegetation before construction activities
commence.
f. The name of the receiving water(s), their tributaries, and the ultimate receiving
water(s). A description of the aerial extent of wetlands present at the site and other
sensitive habitats present on site describe measures that will be used to protect
wetlands.
g. Include in the plan a schedule of the planned start and completion of construction
activities, major grading activities, and other activities that may require stabilization
measures to be initiated at the site.

2. Potential Pollution Sources:

a. Describe potential pollution sources. Description should include, but not be limited
to, the following:

1) Vehicle Fueling: A description of the location and number of all above ground
storage tanks (ASTs) and any storage containers that will be used for the
purpose of fueling vehicles or storing any materials used during construction
activities (indicate location on the site map).
2) Storage Tanks: ASTs storing regulated substances and greater than 660
gallons shall be registered with the Department of Environmental Quality. All
ASTs shall be properly equipped and follow the AST requirements. For
example, requirements include that ASTs be double walled or have 110%
secondary containment devices that will not collect rainwater. Tanks shall
have spill containment buckets and be properly labeled, etc. Earthen berms
shall not be permitted.
3) Materials Storage: A description of the storage location and a minimum
quantity of all hazardous and non-hazardous materials that might pollute
storm water. Pollutants such as, but not limited to, paints, solvents, hydraulic
fluids, engine oil, form oil, etc. that will be used during the course of
construction activities. All containers of materials of any size that are used
on site and their associated secondary containment shall be covered to prevent
rainwater from coming in contact with the containers. Earthen berms shall not
be permitted. All drums and containers shall be removed from the site as they
become empty.
4) Sanitary Waste Facility: A description of the location and the number of
sanitary waste facilities (e.g. portable chemical toilets) and method of disposal
for the subject waste during the course of construction activities on site.
5) Equipment Maintenance: A detailed description of how and where equipment
will be maintained. This shall include fluid changes, servicing, breakdowns,
etc. The plan shall provide a standard operating procedure that shall be used
for the protection of the environment while maintaining the equipment.

STORM WATER POLLUTION PREVENTION 312514 - 4


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

6) Concrete Batch Plants: Provide a maintenance plan for the concrete washout
area. The plan shall include inspection and pumping procedures, as well as
water, solid disposal, and recycling procedures. All batch plants shall have a
valid VDEQ air permit. Obtain a General Virginia Pollutant Discharge
Elimination System Permit (GVPDES) in accordance with 9 VAC 25-193-10
for the batch plant. Submit both the GVPDES and the VDEQ air permits with
the Storm Water Pollution Prevention Plan (SPPP).
7) The SPPP shall include a drum and container management plan. The plan
shall describe the methods and location for the containment, protection, and
storage of all solvents, chemicals, petroleum products, and all toxic material
as defined by the EPA brought on site. All drums and containers shall be
stored within a secondary containment system and shall be covered to prevent
rainwater from entering the secondary containment.

3. Best Management Practices (BMPs) And Control Measures. The purpose of this Section
is to identify all appropriate BMPs and control measures that shall be implemented at the
construction site. This Section of the plan shall clearly describe the construction activities
in sequence and their associated BMPS, control measures, and Erosion and Sediment
(E&S) controls that are applicable. This Section shall indicate the timing to achieve the
above-referenced sequencing relative to the installation of BMPs, E&S, and the control
measures.

a. The components of this Section of the plan shall, at a minimum, include but not be
limited to the following:

1) Stabilization Practices: All stabilization practices, including interim and


permanent stabilization measures as well as specific scheduling of the
Implementation of the practices, shall be included in this Section. Where
possible, this portion of the plan shall describe all existing vegetation that is
preserved for the purpose of site stabilization. Stabilization measures include,
but are not limited to the following:

a) Vegetative buffer strips


b) Sod stabilization
c) Geotextile
d) Mulching
e) Temporary Seeding
f) Permanent Seeding
g) Protection of trees
h) Preservation of mature vegetation
i) Other measures/stabilization practices

STORM WATER POLLUTION PREVENTION 312514 - 5


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

2) Structural BMPS: This Section shall adequately describe the structural BMPs
and practices that will divert and mitigate storm water runoff from soils,
sediments, exposed materials, ASTs, and containers of hazardous/non-
hazardous materials. Structural BMPs include, but are not limited to the
following list:

a) Silt fences
b) Earth dikes
c) Drainage swales
d) Sediment traps
e) Subsurface drains
f) Secondary containment for ASTs and containers
g) Pipe slope drains
h) Coverage for ASTs and containers
i) Level spreaders
j) Storm drain inlet protection
k) Reinforced soil retaining systems
l) Rock outlet protection/wheel washers
m) Gabions
n) Construction rock entrance
o) Temporary or permanent sediment basins
p) Other BMPs and structural controls.

3) The installation of these structural BMPs may be subject to the CWA Section
404 "Permitting Requirements". Be responsible for determination whether
the above-permitting requirements apply to any of the structural BMPs.
4) Provide wheel washers and construction rock entrances for all projects where
constructions traffic enters or exits paved surfaces. Be responsible for
ensuring that all wheel washers and construction rock entrances are designed
and constructed to adequately meet the expected construction traffic demand.
5) Temporary or Permanent Sediment Basins

a) If the project site involves common drainage areas that serve 3 acres or
more of disturbed area(s), a temporary or permanent sediment basin is
required. Such a basin shall provide 134 cubic feet of storage per acre
drained. Where 134 cubic feet of storage per acre drained or equivalent
is not attainable due to site constraints, smaller sediment basins and

STORM WATER POLLUTION PREVENTION 312514 - 6


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

sediment traps shall be used as approved by the COTR on a case-by-


case basis.
b) To prevent the movement and erosion of soils, structural measures
should be placed on all upland areas.

4. Operational Practices (Good Housekeeping Practices). This Section shall include


measures and BMPs including good housekeeping practices that address the following
sources of pollution:

a. The plan shall contain measures that prevent trash, innocuous solid materials,
building materials, garbage, and debris from entering the Authority's storm sewer
system or directly into a stream or waterway.
b. Provide a daily program of vacuum or hand sweeping or other acceptable means of
cleaning sediments that are tracked or transported onto the public roads from the
construction sites shall be implemented. The roads may be washed only after the
sediments have been removed.

5. Inspection And Maintenance of BMPs

a. Provide a schedule of inspection of all structural BMPs, the necessary maintenance


and corrective action to correct all discrepancies found on site. Designate qualified
personnel that have adequate knowledge of E&S requirements and storm water
management and pollution prevention requirements, to inspect all structural control
measures and BMPs at "least every seven calendar days and within 24 hours of the
end of a storm event that is .5 inches or greater."
b. At a minimum develop a checklist for these inspections that conforms to the
inspection checklist of Appendix I. Areas where final stabilization has been
established need only be inspected once every month. Provide the completed
inspection checklist and a report summarizing the corrective actions taken by the
contractor to the COTR according to the following schedule of frequencies:
c. Every seven calendar days: Under the normal circumstances.
d. Every 24 hours: After a rainfall of 0.5 inches or greater, of intensity.
e. Every 30 days: for the areas where final stabilization has been accomplished.
f. Correct any and all discrepancies immediately upon discovery. The SPPP shall be
revised as necessary to reflect any modifications to strengthen the BMPs and other
structural controls in order to address the discrepancies. The above inspections and
findings shall be subject to Authority field verification. Be responsible for
responding to all regulatory inquiries from the Virginia Department of
Environmental Quality-Water Division (VDEQ-Water), Virginia Department of
Conservation and Recreation (DCR), and the Environmental Protection Agency
(EPA) Region III. Be responsible for addressing the outcome of all compliance
monitoring inspections conducted by the above regulatory agencies. Take all
corrective actions as required by VDEQ-Water, DCR or EPA Region III.

STORM WATER POLLUTION PREVENTION 312514 - 7


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

6. Non-Stormwater Discharge. This SPPP is for the sole purpose of preventing pollution
associated with storm water runoff (Act of God: rain, snow, etc.). Plan shall identify all
non-storm water components, process waste water discharges, and any other non-storm
water influent that may exist in this particular construction site. Plan shall ensure that all
of the above non-storm water discharges are appropriately eliminated, permitted or
addressed through other acceptable regulatory permitting mechanisms.
7. Detailed Composite SPPP Map. Prepare the following:

a. Drainage pattern and approximate slopes anticipated after completing major grading
activities on site
b. Soil disturbance areas
c. Location of all Best Management Practices (BMPs), structural controls, non-
structural controls, good housekeeping practices (GHP) and other erosion and
sediment (E&S) control measures to be used during the course of construction
activities
d. Locations where stabilization is expected to be used, including the types of
vegetative cover which will be employed on site
e. Location of all receiving waters, including their tributaries and the ultimate receiving
waters (including wetlands/sensitive habitats)
f. Location of all points of discharge to existing storm sewers and outfalls
g. Existing and planned paved areas, impervious surfaces, and buildings
h. Location of all post-construction BMPs and Storm water management practices that
will address the long-term water quality improvement needs for the site, if
applicable.
i. Location of any fuel storage, materials storage and sanitary waste and other potential
pollution sources and their associated BMPs. shall be reflected on the site map.
j. Two site maps shall be developed, one indicating pre-construction and during
construction site conditions and the second indicating final site conditions. Maps
shall be to the same scale.

1.5 Quality Assurance

A. Prepare and submit the SPPP with input from each subcontractor.

STORM WATER POLLUTION PREVENTION 312514 - 8


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

PART 2 - PRODUCTS

2.1 General

A. Provide erosion and sediment control devices and products as indicated, in accordance with the
SPPP and in accordance with the latest updated version of the Virginia Erosion and Sediment
Control Handbook.

PART 3 - EXECUTION

3.1 Implementation

A. Implement and maintain the approved SPPP throughout the life of the contract in accordance
with provisions of the Virginia Erosion and Sediment Control Handbook and applicable contract
documents.

B. Exercise every reasonable precaution, including temporary and permanent measures, throughout
the duration of the project to control erosion and prevent or minimize pollution of rivers, streams,
lakes and other receiving waters. Apply siltation and stabilization control measures to material,
subject to erosion, exposed by any activity associated with construction including but not limited
to local material sources, stockpiles, disposal areas, and haul roads.

C. Initiate stabilization measures as soon as practicable in portions of the site where construction
activities have temporarily or permanently ceased but no later than 14 days after the construction
activities have temporarily or permanently ceased. Except as provided in the following
paragraphs:

1. If snow cover and or severe weather conditions preclude initiation of the stabilization
measures by the 14th day after construction activities have ceased, either temporarily or
permanently, the stabilization practices shall be initiated as soon as practicable.
2. If construction activities resume on a portion of the site within 21 days from the date that
construction activities have temporarily ceased, then stabilization practices need not be
initiated on that particular portion of the site by the 14th day after construction activities
have temporarily ceased.

D. Be solely responsible for complying with the soil erosion, sedimentation control and good
housekeeping requirements of this Contract, and for otherwise preventing contamination of
storm water from construction activities. Be solely responsible for any and all fines, penalties
or damage that result from the Contractor’s failure to comply.

STORM WATER POLLUTION PREVENTION 312514 - 9


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

3.2 Erosion and Siltation Control:

A. Control erosion and siltation through the use of the devices and measures specified herein, in the
approved SPPP or as is otherwise necessary. The Authority reserves the right to require other
temporary measures not specifically described herein to correct an erosion or siltation condition.

B. Maintenance: Maintain erosion and siltation control devices and measures in a functional
condition at all times. Inspect temporary and permanent erosion and sedimentation control
measures after each rainfall and at least daily during periods of prolonged rainfall. Correct
deficiencies immediately. Make a daily review of the location of erosion and sediment control
devices to ensure that they are properly located for effectiveness. Where deficiencies exist, make
corrections immediately as approved or directed by the COTR.

PART 4 - CONTRACTOR’S QUALITY CONTROL

4.1 Field Quality Control

A. Conform to all applicable provisions of Division 01 Section “Quality Requirements". Be


responsible for periodic inspections for conformance with the approved SPPP. The results of the
periodic inspections shall be submitted to the COTR upon completion.

STORM WATER POLLUTION PREVENTION 312514 - 10


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

APPENDIX I

STORM WATER POLLUTION PREVENTION 312514 - 11


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

SPPP INSPECTION CHECKLIST

Proper Potential Discharge:


Proper Housekeeping
Installation Hazard Storm water
BMP
Operation Practices Effectiveness
Yes, No. or Yes or Non-storm
NA Yes or No Good-Poor No water of BMP Observations Comments

1. Drainage
Swale

2. Gabion

3. Silt Fence

4. Dry Pond

5. Cattle
Grate

6. Earth
Dike

7. Sediment
Trap

8. Hay Bale

9. Subsurface
Drains

10. Pipe
Slope
Drains

11. Level
Spreaders

STORM WATER POLLUTION PREVENTION 312514 - 12


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

SPPP INSPECTION CHECKLIST

Proper Potential Discharge:


Proper Housekeeping
Installation Hazard Storm water
BMP
Operation Practices Effectiveness
Yes, No. or Yes or Non-storm
NA Yes or No Good-Poor No water of BMP Observations Comments

12. Storm
Drain
Inlet
Protectio
n

13. Reinforced
Soil
Retaining
Basins

14.
Tem
porary or
Permanen
t
Sediment
Basins

15.
Cons
truction
Rock
Entrance

16. Rock
Outlet
Protectio
n

17.
Seco
ndary
Containm
ent for all
ASTs

18. Evidence
of oil,
fuel or
other
material
spills or
releases
on site

19. Other
BMPs

20. Other
BMPs

STORM WATER POLLUTION PREVENTION 312514 - 13


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

Please list any discrepancies or items that are not in compliance in the space provided below.

Please list the corrective actions necessary to abate the above-listed discrepancies.

Note: All corrective actions must take place within 7 days of the discovery of the above discrepancies and
non-compliance item(s).
Inspector:
Signature: Date: ________________

STORM WATER POLLUTION PREVENTION 312514 - 14


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

APPENDIX II

STORM WATER POLLUTION PREVENTION 312514 - 15


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

Metropolitan Washington Airports Authority


Notice of Project Termination
For
Stormwater Discharges from Construction Activities
Note: This form shall be completed by the construction contractors upon final stabilization of the site,
upon elimination of all storm water, or when the construction contractor has changed within the
same construction project. The contractor shall submit a completed copy of this form to the
Authority, at the address provided below and a copy to Metropolitan Washington Airports
Authority Resident Engineer within 30 days after final stabilization has been achieved or when
it is no longer the construction contractor for this project. (An officer of the company shall sign
this certification)
Completed form shall be submitted to:
Manager, Building Codes/Environmental Branch
Engineering Division
Ronald Reagan Washington National Airport
Washington, D.C. 20001
Copy to:
Metropolitan Washington Airports Authority
Attn: Project’s Resident Engineer
45045 Aviation Drive, Suite 300
Dulles, VA 20166-7528

STORM WATER POLLUTION PREVENTION 312514 - 16


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

Contract Number:
Contractor Information:
Contractor's name and mailing address:

Subcontractor(s) name and mailing address:

Location of Construction Site:


Project Name
Address
City State Zip Code ____________
Latitude Longitude ______________________
If there is a change in the contractor(s) please provide the new contractor's information here:

Certification:
"I certify under penalty of law that disturbed soils at the identified project have been finally
stabilized and temporary erosion and sediment control measures have been removed or will be
removed at an appropriate time and that all storm water discharges associated with construction
activities in this project have been eliminated, or that I am no longer the contractor for this
construction site."
Print name:
Title:
Signature:
Date:

(This certification shall be signed by an officer of the company)

STORM WATER POLLUTION PREVENTION 312514 - 17


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

APPENDIX III

STORM WATER POLLUTION PREVENTION 312514 - 18


Washington Dulles International Airport IA1403
Repair Runway 1R-19L and Associated Taxiways K4, K5 and K6 February 09, 2014

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY


WASHINGTON DULLES INTERNATIONAL AIRPORT
HAZARDOUS MATERIALS SPILL NOTIFICATION CHECKLIST

Note: This checklist shall be completed by all tenants of Washington Dulles International Airport
(IAD) in the event of a hazardous material spill (under CERCLA, CWA, CAA, TSCA and/or a release
of hazardous waste under RCRA). It is the responsibility of the tenants to notify all pertinent regulatory
agencies within the time frame prescribed under the respective statutes and regulations.

1. Tenant Name:
2. Facility location within IAD where spill occurred:
3. Facility Environmental Manager, Foreman, or person in charge:
4. Time and date of release:
5. Amount of release material:
6. Description of how the release occurred and whether material reached a floor drain (if this
situation occurred, describe amount of material that entered drain):
7. Type of material released (include common and chemical name; attach MSDS and/or
Waste Manifest):
8. In the event of a release, verbal notification to IAD Fire Department and IAD
Environmental Coordinator must be made immediately as follows:
Fire Department:
(703) 572-2970
IAD Government
Programs Engineer
(703) 572-0210

END OF SECTION 312514

STORM WATER POLLUTION PREVENTION 312514 - 19

You might also like