You are on page 1of 423

SPECIFICATIONS

WASHINGTON DULLES INTERNATIONAL AIRPORT


Washington, D.C.

TAXIWAY Y RECONSTRUCTION AT TAXIWAY B

PROJECT IA1103

Prepared for:

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY


Washington, D.C. 20001

Prepared by

CRAWFORD, MURPHY & TILLY, INC.

September 17, 2012


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TABLE OF CONTENTS
PROFESSIONAL SEALS

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 00 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-152 Excavation and Embankment
P-160 Bituminous Pavement Removal
P-161 Soil Stabilization Fabric
P-162 Geogrid For Subgrade Stabilization
P-209 Crushed Aggregate Base Course
P-219 Recycled Concrete Aggregate Base Course
P-220 Undercut Backfill Stone
P-221 Choke Stone Interlayer
P-301 Soil Cement Subgrade Course
P-304 Cement-Treated Base Course
P-405 Bituminous Concrete Pavement
P-501 Portland Cement Concrete Pavement
P-510 Rigid Pavement Repair
P-603 Bituminous Tack Coat
P-605 Joint Sealing Filler
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
D-701 Pipe for Storm Drains and Culverts
D-705 Pipe Underdrains for Airports
D-751 Drainage Structures

TABLE OF CONTENTS TOC - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

L-108 Installation of Underground Cable for Airports


L-110 Installation of Airport Underground Electrical Duct
L-112 Horizontal Directional Drilling
L-125 Installation of Airport Lighting Systems
L-126 Taxiway and Runway Signs
L-130 Electrical Removals

DIVISION 26 – ELECTRICAL
26 00 11 Electrical Testing Requirements
26 05 43 Underground Ducts and Raceways for Electrical Systems
26 05 53 Electrical Identification
26 25 06 Constant Current Regulators

DIVISION 31 – _EARTHWORK
31 25 14 Storm Water Pollution Prevention Plan

DIVISION 32 – _EXTERIOR IMPROVEMENTS


32 92 00 Turf Preparation, Seeding and Sodding

TABLE OF CONTENTS TOC - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY


WASHINGTON DULLES INTERNATIONAL AIRPORT
Washington, D.C.

TAXIWAY Y RECONSTRUCTION AT TAXIWAY B

PROJECT NO. IA1103

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 of Underground Cable for Airports
L-110 Installation of Airport Underground Electrical Duct
L-112 Horizontal Directional Drilling
L-125 Installation of Airport Lighting Systems
L-126 Taxiway and Runway Signs
L-130 Electrical Removals

DIVISION 26 – ELECTRICAL
26 00 11 Electrical Testing Requirements
26 05 43 Underground Ducts and Raceways for Electrical Systems
26 05 53 Electrical Identification
26 25 06 Constant Current Regulators

PROFESSIONAL SEAL PS-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. TAXILANE E REHABILITATION
3. TRENCH DRAIN REHABILITATION
4. HOLD APRON PIPE REHABILITATION

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.

B. Comply with all requirements set forth in the Authority's “Building Codes Manual”. This
manual describes Building Codes organization, Construction permitting process, Building Code
inspection process, Certificate of Occupancy requirements, and information regarding elevators,
escalators, and moving walks.

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. Comply with requirements indicated in the Traffic Maintenance Plan provided in the contract
documents. Obtain COTR's written approval prior to implementing any deviations from the
provided plan.

SUPPLEMENTARY CONDITIONS 007300 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. 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”.

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

E. 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.

F. 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.

G. 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.

SUPPLEMENTARY CONDITIONS 007300 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2. Passenger baggage deposit/retrieval.


3. Passenger ticketing operations.
4. Food/Concession services.
5. Ground transportation arrivals/departures.
6. Maintenance, custodial and support activities.

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, 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.

SUPPLEMENTARY CONDITIONS 007300 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

SUPPLEMENTARY CONDITIONS 007300 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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; no hauling
outside these hours is allowed.

C. The designated haul routes for hauling operations will not require vehicles crossing and/or
utilizing existing taxi lanes or taxiways. Under no conditions shall the Contractor plan use of
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.

SUPPLEMENTARY CONDITIONS 007300 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 his requirement 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 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.

SUPPLEMENTARY CONDITIONS 007300 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

D. Cellular telephones are an acceptable alternative at Ronald Reagan Washington National


Airport. For information purposes the Authority currently uses the Nextel system.

1.15 SPECIAL AUTHORITY CONSULTANT

A. The Contractor is hereby advised of the involvement of Parsons Management Consultants


(PMC) as Program Management Support Services Consultant to the Authority for the capital
construction programs at Ronald Reagan Washington National Airport and Washington Dulles
International Airport. PMC will have a continuing role in this project by assisting the Authority
in specialized areas.

1. PMC will provide administrative support during design, solicitation, and construction.
2. PMC will coordinate Contractor requests for technical information and receive, review
and manage all Contractor submittals.
3. PMC has reviewed technical submittals during design, including drawings, specifications,
cost estimates, construction phasing plans, and technical reports.
4. PMC will be responsible for review of technical submittals during construction, including
selected shop drawings, certifications, test reports, calculations and samples.
5. PMC will conduct field inspections of the Work in progress and inspect for Substantial
Completion and Final Acceptance. PMC inspection does not relieve Contractor of
responsibilities of performing Contract required inspections as required by contract
documents.
B. All other contract management is the sole responsibility of the Authority.

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:

1. NOT USED.

SUPPLEMENTARY CONDITIONS 007300 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

SUPPLEMENTARY CONDITIONS 007300 - 8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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. Obtain a permit from the Office of the Authority Fire Marshal for the use, storage or
handling of any explosives.
7. 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.

SUPPLEMENTARY CONDITIONS 007300 - 9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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.

C. In and around terminal facilities and buildings whose normal occupancy is from 7 a.m. to 7
p.m., perform work that causes noise that is disruptive to the airport’s tenants or the traveling

SUPPLEMENTARY CONDITIONS 007300 - 10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

public between the hours of 11:00 pm and 5:00 am. Measure noise for this situation using an
“A” scale at a point 4’-0” above ground at the closest point to airport tenants or the traveling
public.

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.

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.

SUPPLEMENTARY CONDITIONS 007300 - 11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 007300

SUPPLEMENTARY CONDITIONS 007300 - 12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 reconstructing of Taxiway Y between high speed


Taxiways Y4 and Y7 and the incorporation of Taxiway B connector.

1. Project Location: Washington Dulles International Airport.

B. Architect/Engineer Identification: The Contract Documents, dated September 17, 2012, were
prepared for Project by Crawford, Murphy & Tilly, Inc.

C. Construction Manager: Parsons Management Consultants has been engaged as Construction


Manager for this Project to serve as an advisor to the Authority and to provide assistance in
administering the Contract for Construction between the Authority and Contractor, according to
a separate contract between the Authority and Construction Manager.

1. For additional functions of Parsons Management Consultants, see "Supplementary


Conditions."

SUMMARY 011000 - 1
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

D. The Work consists of airfield concrete pavement repair.

1. The Work includes PCC pavement demolition, new PCC pavement, joint sealant
installation, pavement marking, airfield lighting, grading, seeding, storm sewer, and
drainage structures.
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 4 phases.

1. Phase 1: Mobilize and Submittal Review. This includes the contractor’s mobilization
and submittal of required documents for review. Complete within 30 calendar days of
Notice to Proceed.

2. Phase 2: This work area includes Taxiway Y reconstruction between high speed
Taxiways Y4 and Y7, Taxiway B Connector between Runway 1C-19C and Taxiway Y,
and a portion of Taxiways A and B between Taxiways Y and Z. Work of this phase shall
be substantially complete and ready for occupancy within 141 calendar days of Notice to
Proceed for this phase.

3. Phase 3: This work includes the portion of Taxiway B immediately adjacent to Taxiway
Z and shall be completed immediately after Phase 3. Work within this phase shall be
substantially complete and ready for occupancy within 64 calendar days of Notice to
Proceed for this phase.

4. Phase 4: This work includes the portion of Taxiway A immediately adjacent to Taxiway
Z. Work within this phase shall be substantially complete and ready for occupancy
within 63 calendar 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.

SUMMARY 011000 - 2
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1.6 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 in 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."

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

1.8 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.

1.9 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

SUMMARY 011000 - 3
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

1.10 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.

SUMMARY 011000 - 4
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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
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.

1.11 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

SUMMARY 011000 - 5
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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."

UNIT PRICES 012200 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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

END OF SECTION 012200

UNIT PRICES 012200 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

MEASUREMENT AND PAYMENT 012210 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe,
metal plate pipe culverts and arches, and metal cribbing will be specified and measured in
decimal fraction of inches.

D. 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 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.

E. 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.

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

G. 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.

H. 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.

MEASUREMENT AND PAYMENT 012210 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

I. 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.

J. 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 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.

MEASUREMENT AND PAYMENT 012210 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 "Allowances" for procedural requirements governing handling and


processing of allowances.
2. Division 01 Section "Unit Prices" for administrative requirements governing use of unit
prices.
3. Division 01 Section "Measurement and Payment" for administrative requirements
governing methods of measurement and determination of quantities of materials for use
with unit prices.
4. Division 01 Section "Construction Progress Documentation" for administrative
requirements governing preparation and submittal of Contractor's Construction Schedule
and Submittals Schedule.
5. Division 01 Section “Project Closeout” for submittal of items required before final
payment.
6. Division 01 Section “Project Record Documents” for procedural requirements governing
the submission of Project Record Documents.
7. 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.

APPLICATION FOR PAYMENT 012900 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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:

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

APPLICATION FOR PAYMENT 012900 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

APPLICATION FOR PAYMENT 012900 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

APPLICATION FOR PAYMENT 012900 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

PROJECT MANAGEMENT AND COORDINATION 013100 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

repair of all components, mechanical, electrical, and otherwise. Contractor is cautioned


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

PROJECT MANAGEMENT AND COORDINATION 013100 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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
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 Engineer, Quality Control Manager, Project Scheduler,
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.

PROJECT MANAGEMENT AND COORDINATION 013100 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

13. Attachments: Include drawings, descriptions, measurements, color photos, Product Data,
Shop Drawings, and other information necessary to fully describe items needing
interpretation.
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.

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. Hard-Copy RFI shall follow Software-Generated RFI for the record.

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.

PROJECT MANAGEMENT AND COORDINATION 013100 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

8. Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

PROJECT MANAGEMENT AND COORDINATION 013100 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

entities concerned with current progress or involved in planning, coordination, or


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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 013200 - 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.

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

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 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:

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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.

CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 "Submittals" for submitting construction photographs.


2. Division 01 Section "Project Closeout" for submitting photographic negatives as Project
Record Documents at Project closeout.

1.3 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. Construction Photographs: Submit four prints of each photographic view within five days of
taking photographs.

1. Format: 8-by-10-inch smooth-surface matte prints on single-weight commercial-grade


photographic paper mounted on card stock to allow a 1-inch-wide margin and enclosed
back to back in clear plastic sleeves that are punched for standard 3-ring binder.

2. Identification: On back of each print, provide a computer generated applied label with
the following information:

PHOTOGRAPHIC DOCUMENTATION 013233 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

3. Negatives: Submit a complete set of photographic negatives in protective envelopes with


each submittal of prints. Identify date photographs were taken.

1.4 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.

1.5 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.

1.6 USAGE RIGHTS

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

1.7 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

PART 2 - PRODUCTS

2.1 PHOTOGRAPHIC MEDIA

A. Photographic Film: Manual Single Lens Reflex camera using 35 mm 100, 200 or 400 ISO color
film. Do not use point and shoot cameras. Use lenses with focal length of either 50 mm or 55
mm.

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. Preconstruction Photographs: Before starting construction, take color photographs of Project


site and surrounding properties from different vantage points, as directed by COTR.

1. Take a minimum of 30 photographs to show existing conditions adjacent to the project


before starting the Work.

B. 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.

C. Final Completion Construction Photographs: Take 30 color photographs after date of


Substantial Completion for submission as Project Record Documents. COTR will direct
photographer for desired vantage points.

D. 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.

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:

PHOTOGRAPHIC DOCUMENTATION 013233 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

a. Special events planned at Project site.


b. Immediate follow-up when on-site events result in construction damage or losses.
c. Photographs to be taken at fabrication locations away from Project site. These
photographs are not subject to unit prices or unit-cost allowances.
d. Substantial Completion of a major phase or component of the Work.
e. Extra record photographs at time of final acceptance.
f. COTR's request for special publicity photographs.

END OF SECTION 013233

PHOTOGRAPHIC DOCUMENTATION 013233 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Sequential Review: Where sequential review of submittals by COTR, or other parties is
indicated, allow 21 calendar days for initial review of each submittal.
5. 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.
6. 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).

SUBMITTALS 013300 - 2
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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


sheet.
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.

1. Additional copies submitted for Operations and Maintenance manuals will be marked
with action taken and will be returned.

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. Transmittal Form: Use transmittal forms and follow other submittal procedures
according to information provided to Contractor at the preconstruction meeting.

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

SUBMITTALS 013300 - 3
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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
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. Wiring diagrams showing factory-installed wiring.
g. Printed performance curves.
h. Operational range diagrams.
i. Mill reports.
j. Standard product operating and maintenance manuals.
k. Compliance with recognized trade association standards.
l. Compliance with recognized testing agency standards.
m. Application of testing agency labels and seals.
n. Notation of coordination requirements.

4. Submit Product Data before or concurrent with Samples.

SUBMITTALS 013300 - 4
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

SUBMITTALS 013300 - 5
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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.

SUBMITTALS 013300 - 6
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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."

SUBMITTALS 013300 - 7
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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. 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.

SUBMITTALS 013300 - 8
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

O. 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.

P. 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.

Q. 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.

R. Manufacturers' warranties.

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


Documentation."

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

2.3 DELEGATED DESIGN

A. Performance and Design Criteria: Where professional design services or certifications by a


design professional are specifically required of Contractor by the Contract Documents, provide
products and systems complying with specific performance and design criteria indicated.

1. If criteria indicated are not sufficient to perform services or certification required, submit
a written request for additional information to COTR.

B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required
submittals, submit three copies of a statement, signed and sealed by the responsible design
professional, for each product and system specifically assigned to Contractor to be designed or
certified by a design professional.

SUBMITTALS 013300 - 9
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1. Indicate that products and systems comply with performance and design criteria in the
Contract Documents. Include list of codes, loads, and other factors used in performing
these services.

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

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."

SUBMITTALS 013300 - 10
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 01 Section “Submittals” for process required to submit the Contractor’s Quality
Control Plan.
2. Division 01 Section “Construction Progress Documentation” for developing a schedule of
required tests and inspections.
3. Division 01 “Project Management and Coordination”
4. Division 01 Section “Project Closeout”
5. Divisions 02 through 33 Sections 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
c. QC Plan Meeting
d. Coordination and Mutual Understanding Meeting
e. QC meetings
f. Phases of Control
g. Submittal review and approval
h. Operation & Maintenance data and Warranty receipt verification prior to product
delivery
i. Material verification at delivery
j. Testing, completion inspections, and QC certifications and documentation
necessary to provide materials, equipment, workmanship, fabrication, construction
and operations that comply with the requirements of this Contract.

QUALITY REQUIREMENTS 014000 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 quality test and inspection activities; and all
required reports, and procedures required in the Contract on a Section-by-Section basis.
Additionally, Contractor shall include a pay line item specifically for CQC activities and
QCM position(s) required by the General Conditions. CQC 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 Document requirements.

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.

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. ASTM E 543 Agencies Performing
Nondestructive Testing latest edition.
e. ASTM E 543 Agencies performing Nondestructive Testing latest edition.

2. METROPOLITAN WASHINGTON AIRPORT AUTHORITY

a. Construction Safety Manual, most current edition

QUALITY REQUIREMENTS 014000 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 manage, control,
and document their own, their supplier’s, and their subcontractor’s activities to comply with the
contract requirements.

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. Quality-Assurance Services: Activities, actions, and procedures performed by the Authority


before and during execution of the Work to guard against defects and deficiencies and
substantiate that proposed construction will comply with requirement. Additionally, the
Authority fulfills its responsibility to be certain that the CQC is functioning and the specified
end product is achieved.

F. Definable Feature of Work: A definable feature of work (DFOW) is a task, which is separate
and distinct from other tasks, has the same control requirements and work crews.

G. Experienced: When used with an entity, “experienced” means having successfully completed a
minimum of 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 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 case of a difference between drawings and the specifications, the
specifications shall govern.

1.6 SUBMITTALS

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

1. Action Submittals.

a. Quality Control (QC) Plan.

QUALITY REQUIREMENTS 014000 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

C. Submit a QC plan within 20 calendar days after receipt of Notice to Proceed. The QC Plan
shall include a preliminary submittal of the list of definable features of work that shall cover the
first 90 calendar days of construction.

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, predicated upon
successful implementation.” Stop work if the QC Plan becomes disapproved. 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 a sample copy set of report forms to the Contracting Officer during the Pre-
Construction Conference. The report forms shall consist of the Quality Control Daily Report,
Preparatory Phase Report, Initial Phase Report, and Project Quality Control Monthly Summary.
These forms may be edited to support the project. Other reports referenced below may be in
formats customarily used by the Contractor, Testing Laboratories, etc. and shall contain the
information required by this specification.
B. Deliver the following listed items to the COTR at the times specified:

1. Quality Control Daily Report: Original and 6 copies, by 12:00 noon the next working day
after each day that work is performed.
2. Superintendent’s Daily Report: Original and 6, by 12:00 noon the next working day after
each day that work is performed, attached to the Quality Control Daily Report.
3. Material Receiving Inspection Report: Original and 6 copies, by 12:00 noon the next
working day after each day that work is performed, attached to the Quality Control Daily
Report.
4. Preparatory Phase Report: Original attached to the original Quality Control Daily Report
and 1 copy attached to each copy of the Quality Control Daily Report.
5. Initial Phase Report: Original attached to the original Quality Control Daily Report and 1
copy attached to each copy of the Quality Control Daily Report.
6. QC Specialist Reports: Originals and 6 copies, by 12:00 noon the next working day after
each day that work is performed, attached to the Quality Control Daily Report.
7. Field Test Reports: 2 copies, within 2 working days after the test is performed, do not
attach to the Quality Control Daily Report.
8. Monthly Summary Report of Tests: 2 copies, do not attach to a Quality Control Daily
Report.
9. Project Quality Control Monthly Summary Report: 2 copies, do not attach to a Quality
Control Daily Report.
10. Inspection Log and Signoff Sheets: one copy, submitted daily within 1 day of the
inspection.
11. Testing Plan and Log: 2 copies, submitted within 2 working days of the end of the month.
12. Deficiency List: 2 copies, submitted to the COTR weekly.

QUALITY REQUIREMENTS 014000 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

13. Monthly Deficiency Report: 2 copies within two working days of the end of the month.
14. QC Meeting Minutes: 2 copies, within 2 working days after the meeting.
15. QC Certifications: As required by paragraph entitled "QC Certifications."

1.8 QC PROGRAM REQUIREMENTS

A. Establish and maintain a QC Program as described in this Section. The QC Program consists of
but is not limited to the following:

1. QC Organization.
2. QC Plan.
3. QC Plan Meeting.
4. Coordination and Mutual Understanding Meeting
5. QC meetings.
6. Phases of Control.
7. Submittal review and approval.
8. Operations and Maintenance data.
9. Warranty receipt verification prior to product delivery.
10. Material verification at delivery.
11. Testing.
12. Completion inspections.
13. QC certifications and documentation necessary to provide materials, equipment,
workmanship, fabrication, construction and operations that comply with the requirements
of this Contract.
14. The QC Program shall cover on-site and off-site work and shall be keyed to the work
sequence.
15. No work or testing may be performed unless the QCM or a pre-approved alternate is on the
work site.
16. The QCM shall report to an officer of the firm and shall not be subordinate to the Project
Superintendent or the Project Manager.
17. Quality Control Manager is the primary individual responsible for quality control. The
QCM, Project Superintendent and Project Manager shall be responsible for the quality of
work on the job. Project Superintendent shall be held responsible for the quality of
production.

B. Preliminary Work Authorized Prior to Approval

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 construction. The Contracting
Officer reserves the right to require changes in the QC Plan and operations as necessary,
including but not limited to removal of personnel, to ensure the specified quality of work.
The Contracting Officer reserves the right to interview any member of the QC organization
at any time in order to verify the submitted qualifications. All QC organization personnel
shall be subject to acceptance by the Contracting Officer. The Contracting Officer may

QUALITY REQUIREMENTS 014000 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 change, including changes in the QC
organization personnel, a minimum of seven calendar days prior to a proposed change.
Proposed changes shall be subject to acceptance by the Contracting Officer.

1.9 QC ORGANIZATION

A. 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 in that portion of the work.
2. In cases where multiple shifts are employed, the quality-control staff shall be increased as
required to monitor the work on each shift.

B. The following positions are key personnel as defined by the Authority in this and other Division
01 Specification Sections.

1. Project Manager

a. To enhance the effectiveness of the Quality Control Organization Project Manager


shall be intimately involved in 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).

b. Qualifications: Fifteen years of experience, with six years of project management


experience on major underground projects of similar size, type, and complexity to
this Project in which the individual had overall project responsibility.

2. Quality Control Manager (QCM)

a. Duties

1) Provide a QCM at the work site to implement and manage the QC Program.
The only duties and responsibilities of the QCM are to manage and
implement the QC Program on this contract. The QCM is required to attend
the QC Plan Meeting, attend the Coordination and Mutual Understanding
Meeting, conduct the QC meetings, perform the Phases Control, perform
submittal review and approval, ensure testing is performed and provide QC
certifications and documentation required in this contract. The QCM is
responsible for managing and coordinating the Phases Control and

QUALITY REQUIREMENTS 014000 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

documentation performed by Testing Laboratory personnel and any other


inspection and testing personnel required by this Contract.

b. Qualifications

1) An individual with a minimum of 5 years experience as a superintendent,


inspector, QCM, project manager, project engineer 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. The QCM shall be
interviewed by both PMC QA and COTR and approved by COTR.

c. Construction Quality Management Training

1) In addition to the above experience and education requirements, the QCM


shall have completed the course entitled "Construction Quality Management
for Contractors." If the QCM does 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.

3. Alternate QCM Duties and Qualifications

a. 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 30 workdays during a calendar year. The qualification
requirements for the Alternate QCM shall be the same as for the QCM.

4. QC Specialists Duties and Qualifications

a. 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 Coordination and Mutual Understanding Meeting, QC
meetings, and be physically present at the construction site to perform the Phases
Control and prepare documentation for each definable feature of work in their area
of responsibility at the frequency specified below.

Qualification/Experience in Area Area of Responsibility Frequency


of Responsibility
Airfield Concrete Paving Concrete Mix Production, Pave- During any paving opera-
ment Placement, & Finishing tions

QUALITY REQUIREMENTS 014000 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

5. Erosion and Sediment Control Inspector

a. 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.

6. Project Engineer/Scheduler

a. Qualifications: Refer to Division 01 Section “Construction Progress


Documentation”.

7. Professional Land Surveyor

a. Qualifications: Registered Professional Land Surveyor licensed to practice in the


Commonwealth of Virginia.

1.10 QC PLAN MEETING

A. Within 10 calendar days of notice of award and prior to submission of the QC plan, meet with
the COTR 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. 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 INCLUDING BOCA INSPECTION COMPANIES
7. TESTING LABORATORY INFORMATION AND CERTIFICATIONS

QUALITY REQUIREMENTS 014000 - 8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

8. TESTING PLAN AND LOG


9. SUBMITTAL PROCEDURES AND INITIAL SUBMITTAL REGISTER
10. LIST OF DEFINABLE FEATURES
11. PROCEDURES FOR PERFORMING THE PHASES OF CONTROL
12. SPECIAL INSPECTIONS
13. DOCUMENTATION PROCEDURES
14. PROCEDURES TO COMPLETE 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 specification who shall review and approve
submittals, who shall perform and document the Phases Control, and who shall perform and
document the testing.

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

F. 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 and stating that
they are responsible for implementing and managing the QC Program as described in this
contract. 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
specialists outlining their duties, authorities, and responsibilities. Copies of the letters shall be
included in the QC plan.

H. A listing of outside organizations such as, architectural and consulting engineering firms that
will be employed by the Contractor and a description of the services these firms will provide.

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


Requirements" or "Construction Materials Testing Laboratory Requirements", as applicable.

J. A Testing Plan and Log that includes the tests required, referenced by the specification
paragraph number requiring the test, the frequency, the desired results and the person
responsible for each test and shall be identified as a scheduled (CPM) activity.

K. Procedures for reviewing, approving and managing submittals. Provide the name(s) of the
person(s) in the QC organization authorized to review and certify submittals prior to approval.
Provide the initial submittal of the Submittal Register as specified in Section entitled
"Submittals."

L. List of definable features of work. The list shall be cross-referenced to the contractor's
Construction Schedule and the specification sections. For projects requiring a Progress Chart,
the list of definable features of work shall include but not be limited to all items of work on the

QUALITY REQUIREMENTS 014000 - 9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

schedule. For projects requiring a Network Analysis Schedule, the list of definable features of
work shall include but not be limited to all critical path activities. Include a chart of common
deficiencies for the Definable Feature of work. Detail the control procedures that shall be
employed to eliminate this common deficiency.

M. Procedures for Performing the Phases of Control. The contractor shall develop a plan for
incorporating each of the control phases into the work. The plan shall detail who shall be
responsible for scheduling the phases, conducting the phase as well as documenting the phase.
The use of project specific forms may be helpful. However, the entire plans and specifications
establish the quality and not just the checklists. The Preparatory and Initial Phases and meetings
shall be conducted with a view towards obtaining quality construction by planning ahead and
identifying potential problems for each definable feature of work.

N. Include all activities for which this specification requires QC specialists or Specialty Inspection
Personnel, and for any specific definable features of work as identified in the QC Plan.

O. Documentation procedures, including proposed report formats.

P. Procedures to identify, record, track and complete rework items.

Q. 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.

R. A complete set of report forms to be utilized on this project.

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

1.12 COORDINATION AND MUTUAL UNDERSTANDING MEETING

A. After submission of the QC Plan, and prior to the start of any physical construction, meet with
the COTR to present the QC Program required by this Contract. The purpose of this meeting is
to develop a mutual understanding of the QC details, including 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 Contractor shall be required to explain in detail how
Phases Control shall be implemented for each definable feature 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 specialists and subcontractor
representatives. Each subcontractor who shall be assigned QC responsibilities shall have a
principal of the firm at the meeting. Minutes of the meeting shall be prepared by the QCM and
signed by the Contractor. 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 weekly QC meetings at the work site
with the project superintendent and QC specialists. The QCM shall prepare the minutes of the

QUALITY REQUIREMENTS 014000 - 10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

meeting and provide a copy to the COTR within 2 working days after the meeting. The COTR
may attend these meetings. The QCM shall notify the COTR at least 48 hours in advance of
each meeting. These meetings shall be scheduled to precede or follow the regular weekly
progress meeting. As a minimum, the following shall be accomplished at each meeting:

1. Review the minutes of the previous meeting

2. Review the schedule and the status of work:

a. Work or testing accomplished since last meeting


b. Rework items identified since last meeting
c. Rework items completed 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 2 week(s) and documentation required:

a. Establish completion dates for rework items


b. Update the schedule showing planned and actual dates of the preparatory, initial
and follow-up phases, including testing and any other inspection 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 of work
d. Discuss status of off-site work or testing
e. Documentation required;
f. Discuss upcoming Activity Hazard Analyses.

5. Resolve QC and production problems, 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 procedures.

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 of work.

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.

QUALITY REQUIREMENTS 014000 - 11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Preparatory Phase: Notify the COTR at least 2 workdays in advance of each preparatory phase.
This phase shall include a meeting conducted by the QCM and attended by the QC specialists,
the superintendent, and the foreman responsible for the definable feature. Document the results
of the preparatory phase actions in the daily Quality Control Daily Report and in the
Preparatory Phase Report. As a minimum the following should be covered prior to beginning
work on each definable feature 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.
4. Establish control to be utilized to assure work complies with the contract plans and
specifications.
5. Review the testing plan and ensure that provisions have been made to provide the required
QC testing.
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 of work.
9. Review the safety plan and appropriate activity hazard analysis to ensure that applicable
safety requirements are met, and that required Material Safety Data Sheets (MSDS) are
submitted.

D. Initial Phase: Notify the COTR at least 2 workdays in advance of each initial phase. When
construction crews are ready to start work on a definable feature of work, conduct the initial
phase with the QC Specialists, the superintendent, and the foreman responsible for that
definable feature of work. Observe the initial segment of the definable feature 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 Report. 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 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 quality of workmanship required.
3. Resolve conflicts.
4. Ensure that testing is performed by the approved laboratory.
5. Check work procedures for compliance with the Safety Plan and the appropriate activity
hazard analysis to ensure that applicable safety requirements are met.

E. Follow-Up Phase: Perform the following for on-going work daily, or more frequently as
necessary until the completion of each definable feature of work and document in the daily
Quality Control Daily Report:

1. Ensure the work is in compliance with Contract requirements.

QUALITY REQUIREMENTS 014000 - 12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2. Maintain the quality of workmanship required.


3. Ensure that testing is performed by the approved laboratory.
4. Ensure that rework items are being corrected.
5. Perform safety inspections.

F. Code-Required Inspections:

1. Comply with current edition approved by the Commonwealth of Virginia of the USBC,
"Special Inspections” or other agencies having jurisdiction. Special Inspections are to be
performed by the Authority’s agent. Perform and document all tests, inspections,
notifications to the Authority, coordination with the Authority’s agent and other activities
listed in the USBC or other agencies having jurisdiction.
2. Notice to COTR: Notify COTR, in writing, at least 48 hours 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.

G. Additional Preparatory and Initial Phases

1. Additional Preparatory and Initial Phases shall be conducted on the same definable features
of work if the quality of on-going work is unacceptable, if there are changes in the
applicable QC organization, if there are changes in the on-site production supervision or
work crew, if work on a definable feature is resumed after substantial period of inactivity,
or if other problems develop as directed by the COTR in writing.

H. 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 CQC shall notify the COTR at least two weeks prior to the start of the
preparatory and initial phases.

1.15 SUBMITTAL REVIEW AND APPROVAL

A. Procedures for submission, review and approval of submittals are described in Division 01
Section “Submittals”.

1.16 TESTING

A. Except as stated otherwise in the technical specification sections, perform sampling and testing
required under this Contract.

B. Independent Testing Laboratory: When tests are required by civil, electrical, USBC and other
codes in effect, a corporately and financially independent testing organization that can function

QUALITY REQUIREMENTS 014000 - 13


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

as an unbiased testing authority, professionally independent of manufacturers, suppliers, and


installers of equipment, or systems evaluated by the testing organization shall be contracted by
the Contractor to perform the contractually required tests. The various types of independent
laboratories and their requirements are listed below:

C. Accreditation Requirements: Construction materials testing laboratories performing work for


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,
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 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.neta.org/). This
independent testing firm shall perform duties as required under the terms of this Contract.

E. Structural and Pipe Welding: An independent testing 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 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" 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 methods required by the Contract. On-site testing facilities
shall submit a certified statement by the Supervising Professional Engineer, licensed in the
Commonwealth of Virginia, as meeting the requirements of the following minimum ASTM
standards listed below as appropriate to the testing field.

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.

QUALITY REQUIREMENTS 014000 - 14


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 methods required by the Contract.

H. Capability Check: The COTR retains the right to check laboratory equipment in the proposed
laboratory and the laboratory technician's testing procedures, techniques, and other items
pertinent to testing, 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 Results: Cite applicable Contract requirements, tests or analytical procedures used.
Provide actual results and include a statement that the item tested 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 testing
laboratory representative authorized to sign certified test reports shall sign test results. Furnish
the signed reports, certifications, and other documentation to the COTR via the QCM. Furnish
a summary report of field tests at the end of each month

K. Test Reports and Monthly Summary Report of Tests:

1. The QCM shall furnish the signed reports, certifications, and a summary report of field
tests at the end of each month to the COTR.

L. Control and Verification Tests: Control tests are those tests made for Contractor under the
Quality Control Plan to assist Contractor in maintaining control of his operations. As described
above, Contractor shall procure the services of an independent commercial laboratory to
perform the required control tests. The Specifications contain the minimum of the following:

1. Testing criteria
2. Frequency of testing
3. Procedures
4. Methods of construction
5. Number of control tests to be made for each phase of the Work.
6. Notify COTR a minimum of 24 hours in advance of the time samples shall be taken by
Contractor for quality control testing. COTR shall then notify its own testing laboratory
contractor so that verification test samples may be taken.

M. Check Tests: Contractor shall furnish to COTR the quantities of materials to be used for check
testing as required in the Specifications. Check 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 check testing.

QUALITY REQUIREMENTS 014000 - 15


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

N. Staffing: All laboratory personnel shall work 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:

1. Upon completion of work under this Contract, the QCM shall furnish a certificate to the
Contracting Officer attesting that "the work has been completed, inspected, tested and is in
compliance with the Contract."

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
"Rework Items List" 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 or staff shall make follow-on inspections
to ascertain that all deficiencies have been corrected. Once this is accomplished the Contractor
shall notify the COTR that the facility is ready for the Authority "Pre-Final Inspection."

B. Pre-Final Inspection: The Authority will perform this inspection to verify that the facility is
complete and ready to be occupied. An Authority "Pre-Final Punch List" may be developed as
a result of this inspection. The QCM shall ensure that all items on this list are corrected prior to
notifying the Authority that a "Final" inspection with the customer can be scheduled. 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.

QUALITY REQUIREMENTS 014000 - 16


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Final Acceptance Inspection: The QCM, the QC specialists, the superintendent or other
primary contractor management personnel shall be in attendance at this inspection. The COTR
will be in attendance at this inspection. Additional Authority personnel may be in attendance.
The Contracting Officer based upon results of the “Pre-Final” inspection will formally schedule
the final acceptance inspection. Notice shall be given to the COTR at least 14 calendar days
prior to the final inspection stating that all specific items previously identified to the Contractor,
as being unacceptable, along with all the remaining work performed under the contract, shall be
complete and acceptable by the date scheduled for the final acceptance inspection. Failure of
the Contractor to have all contract work acceptably complete for this inspection shall be cause
for the Contracting Officer to bill the Contractor for the Authority's additional inspection cost 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 or inspections have been performed, including type and number of
tests or inspections involved; results of tests or inspections; nature of defects, causes for
rejection, etc.; proposed remedial action; and corrective actions taken. These records shall
cover both conforming and defective or deficient features (non-conforming) and shall include a
statement that all supplies and materials incorporated into the Work are in full compliance with
terms of the Contract. Legible copies of these records shall be furnished to COTR daily. The
records shall cover all work placed subsequent to the previously furnished records and shall be
verified by Contractor's QCM. Contractor shall document tests and inspections as specified in
the technical provisions of the Specifications, and these records shall be 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 during normal business hours.

1. All completed Preparatory and Initial Phase Reports, arranged by specification Section.
2. All milestone inspections, arranged by Activity/Event Number.
3. A current up-to-date copy of the Testing Plan and Log with supporting field test reports,
arranged by specification section.
4. Copies of all contract modifications, arranged in numerical order. Also include
documentation that modified work was accomplished.
5. A current, up-to-date copy, of the Deficiency List.

C. Report Forms - The contractor shall design all forms to be used in the Quality Control Program.
A copy of all 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:

QUALITY REQUIREMENTS 014000 - 17


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 the QCM and shall
contain the following information:

a. 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 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 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 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 of
work, Specification Sections, etc. Indicate in the report for this definable feature
of work that the work complies with the Contract as approved in the Initial Phase,
work complies with safety requirements, and that required testing has been
performed. Include a list of who performed the tests.
h. List the rework items identified, but not corrected by close of business, along with
its associated Schedule Activity Number.
i. List the rework items corrected from the rework items list 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,.
6) Acknowledgement that record drawings, specifications, O & M data, and
Warranty Manuals, have been updated.
7) Corrective direction given by the QC Organization and corrective action
taken by the Contractor.

QUALITY REQUIREMENTS 014000 - 18


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Preparatory Phase Report: Each Definable Feature of Work that is in the Preparatory
Phase shall have this report filled out for it. The report shall be identified by terminology
consistent with the construction schedule. 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 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.
d. Submittals: Indicate if submittals have been approved (Yes/No checkboxes), if no
indicate what has not been submitted. 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: Identify who performs tests, the frequency, and where tests are to occur.
Review the testing plan, report abnormalities, and if the test facilities have been
approved.
i. Discuss Control Procedures that shall be employed to consistently obtain the
required specified quality.
j. Safety: Indicate if the activity hazard analysis has been approved (Yes/No
checkboxes) and comment on the review of the applicable portions of the
Construction Safety Manual.
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.

3. Initial Phase Report: Complete this report for each Definable Feature of Work that is in
the Initial Phase. The report shall be identified by terminology consistent with the

QUALITY REQUIREMENTS 014000 - 19


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

construction schedule. 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 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.
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. Control procedures not 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 where initial work is located; if a sample panel 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. 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 be attached to the
Quality Control Daily Report prepared for the same day.

E. Testing Log: As tests are performed, the QCM shall record on the "Testing Log" the date the
test was conducted, the date the test results were forwarded to the COTR, remarks and
acknowledgement that an accredited or Contracting Officer approved testing laboratory was
used. Forward a copy of the updated "Testing Plan and Log" on the last day of each month. Do
not attach to the Quality Control Daily Report.

F. Deficiency Log: The QCM shall maintain a list of 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. There is no
requirement to report a rework item that is corrected the same day it is discovered. Provide a
copy of the deficiency log to the COTR at the weekly progress meeting. The Contractor shall
be responsible for including on this list items needing rework including those identified by the
COTR.

G. Special Inspection Control Log: Contractor shall maintain a Special Inspection Control Log
chronologically recording each Special test and inspection performed under the USBC, or other
agencies having jurisdiction on-site, including the nature of the test or inspection, the date

QUALITY REQUIREMENTS 014000 - 20


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

performed, the results, causes for rejection, corrective action taken, and dates of subsequent
tests and final acceptance.

H. Test Reports: Contractor shall be responsible for establishing a system that shall record all tests
results. Information on test designation, location, date of test, specification requirements,
results and retest results, causes for rejection and recommended remedial actions shall be
documented. A copy of the test results shall be sent directly from the Agency performing the
testing services to COTR. A copy of any failing report shall be sent immediately. All test
reports shall be reviewed and signed by a professional engineer, licensed in the Commonwealth
of Virginia.

I. Signoff Sheets: Contractor shall be responsible for establishing a system of signoff sheets
certifying that all work required before the construction or startup of critical work elements has
been constructed and installed according to the plans and specifications.

J. Monthly Deficiency Report: Contractor shall submit a monthly deficiency report to COTR
identifying all substandard tests and inspections taken during the month 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.
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 or QC specialist assigned to an area of
responsibility 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.

M. Materials Receiving Inspection Report: Contractor shall establish a formal materials receiving
inspection program to verity material compliance to approved Shop Drawings, approved
submittals, and the contract plans and specifications.

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 receipt of such
notice. Such notice, when delivered to the Contractor at the work site, shall be deemed
sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly,
the Contracting Officer may:

QUALITY REQUIREMENTS 014000 - 21


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 or the contract provisions. Or 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.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 014000

QUALITY REQUIREMENTS 014000 - 22


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

AWS American Welding Society (800) 443-9353


www.aws.org (305) 443-9353

AWWA American Water Works Association (800) 926-7337


www.awwa.org (303) 794-7711

CPPA Corrugated Polyethylene Pipe Association (800) 510-2772


http://www.cppa-info.org (202) 462-9607

CRSI Concrete Reinforcing Steel Institute (847) 517-1200


www.crsi.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

ICEA Insulated Cable Engineers Association, Inc. (770) 830-0369


www.icea.net

ICRI International Concrete Repair Institute, Inc. (847) 827-0830


www.icri.org

REFERENCES 014200 - 6
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

IEEE Institute of Electrical and Electronics Engineers, Inc. (The) (212) 419-7900
www.ieee.org

IESNA Illuminating Engineering Society of North America (212) 248-5000


www.iesna.org

ISO International Organization for Standardization 41 22 749 01 11


www.iso.ch

NCMA National Concrete Masonry Association (703) 713-1900


www.ncma.org

NCTA National Cable & Telecommunications Association (202) 775-3550


www.ncta.com

NECA National Electrical Contractors Association (301) 657-3110


http://www.necanet.org/

NEMA National Electrical Manufacturers Association (703) 841-3200


www.nema.org

NETA InterNational Electrical Testing Association (303) 697-8441


www.netaworld.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

PCI Precast/Prestressed Concrete Institute (312) 786-0300


www.pci.org

PDI Plumbing & Drainage Institute (800) 589-8956


www.pdionline.org (978) 557-0720

SAE SAE International (724) 776-4841


www.sae.org

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

USGBC U.S. Green Building Council (202) 828-7422


www.usgbc.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,

REFERENCES 014200 - 7
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

IAPMO International Association of Plumbing and Mechanical Officials (909) 472-4100


www.iapmo.org

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


www.fda.gov

FHA Federal Highway Administration (410) 962-0093


www.fhwa.dot.gov

REFERENCES 014200 - 8
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

PBS Public Building Service


(See GSA)

PHS Office of Public Health and Science (202) 690 7694


phs.os.dhhs.gov

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

REFERENCES 014200 - 9
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

www.virginiadot.org

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 - 10
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. 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. Site enclosure fence.
4. Security enclosure and lockup.
5. Barricades, warning signs, and lights.

E. Related Sections include the following:

1. Division 01 Section "Submittals" for procedures for submitting copies of implementation


and termination schedule and utility reports.

TEMPORARY FACILITIES AND CONTROLS 015000 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

TEMPORARY FACILITIES AND CONTROLS 015000 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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:

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.

TEMPORARY FACILITIES AND CONTROLS 015000 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

E. Heating Equipment: Unless COTR authorizes use of permanent heating system, provide
temporary heating units with individual space thermostatic control.

TEMPORARY FACILITIES AND CONTROLS 015000 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating


units is prohibited.
2. Heating Units: Listed and labeled, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use for type of fuel being consumed.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
4. Provide temporary filter beds, settlement tanks, separators, and similar devices to purify
effluent to levels acceptable to authorities having jurisdiction.

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

TEMPORARY FACILITIES AND CONTROLS 015000 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

preventers. Do not install backflow preventers until written approval of backflow preventers has
been received from the COTR.

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 site) 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.

TEMPORARY FACILITIES AND CONTROLS 015000 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
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.

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.

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.

3.4 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.

TEMPORARY FACILITIES AND CONTROLS 015000 - 8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3. Remove snow and ice as required to minimize accumulations.

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.

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.

3.6 UTILITY PROVISIONS AT SOUTH STAGING AREA

A. EXISTING CONDITIONS

1. The Authority will provide at each lot in the South Staging area the following:

TEMPORARY FACILITIES AND CONTROLS 015000 - 9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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:

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

TEMPORARY FACILITIES AND CONTROLS 015000 - 10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

4. Store all fuel, petroleum based products and products potentially detrimental to the
environment in aboveground tanks.
5. Aboveground storage tanks:

TEMPORARY FACILITIES AND CONTROLS 015000 - 11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 NOT USED

3.8 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
with road oil, asphalt and other petrochemical compounds, and other substances that

TEMPORARY FACILITIES AND CONTROLS 015000 - 12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 those 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 90 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 90 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
90 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:

PRODUCT REQUIREMENTS 016000 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

a. Statement indicating why specified material or product cannot be provided.


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 15 calendar days of receipt of a request for
substitution. COTR will notify Contractor of acceptance or rejection of proposed
substitution within 15 calendar days of receipt of request, or two weeks 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 REQUIREMENTS 016000 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

product request within 15 calendar days of receipt of request, or 7 calendar days of


receipt of additional information or documentation, whichever is later.

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 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.

PRODUCT REQUIREMENTS 016000 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 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. Where products are accompanied by the term "as selected," COTR will make selection.
5. Where products are accompanied by the term "match sample," sample to be matched is
COTR's.
6. Descriptive, performance, and reference standard requirements in the Specifications
establish "salient characteristics" of products.
7. "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.

PRODUCT REQUIREMENTS 016000 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.
3. Products: Where Specifications include a list of names of both products and
manufacturers, provide one of the products listed that complies with requirements.
4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a
product by one of the manufacturers listed that complies with requirements.
5. 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.
6. 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.
7. 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.

PRODUCT REQUIREMENTS 016000 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Maintaining haul roads as shown in the plans.


2. Furnishing and applying water as needed for dust control during construction
operations.
3. Obtaining personnel identification, badges and vehicle clearances on to the AOA
as necessary to qualify personnel and equipment for entering the AOA.
4. 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 5.4% 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)

MOBILIZATION AND DEMOBILIZATION 017113-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

PART 3 - EXECUTION

3.1 HAUL ROAD DUST CONTROL AND MAINTENANCE

3.1.1 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.

C. During construction of this project, several other contractors for other separate contracts will be
using the haul roads. The Contractor is responsible for furnishing and applying water for dust
control on working days. Coordination of haul road maintenance and dust control will be by
the COTR.

3.1.2 MAINTENANCE

A. The Contractor and COTR shall jointly inspect and document the condition of all haul roads
prior to the start of hauling operations.

B. The Contractor shall maintain the haul roads in a condition that is equal or better than the initial
condition. When repairs are needed, the Contractor shall place and compact crushed aggregate
or crushed concrete with a VDOT 21B Gradation.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 150/5370-2E, 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 as indicated in the
plans.

1.2 MEASUREMENT PROCEDURES

A. Maintenance and Protection of Air Traffic shall be measured by the lump sum.

B. The quantity of beam barricades, 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 A is also
used for Phase B, it will not be counted again for payment.

C. Flag Line shall not be measured separately, but shall be considered incidental to
Maintenance and Protection of Air Traffic.

1.3 PAYMENT PROCEDURES

A. Payment for Maintenance and Protection of Air Traffic (MPAT) 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 maintaining and removing flag
lines, temporary barricades and for incidentals not specifically listed under other pay
items.

B. The accepted quantities of beam barricades, 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 – Beam Barricade--per each

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Item 017114-1.3 – Bucket Barricade--per each


Item 017114-1.4 – Class A Barricade--per each

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 beam, bucket and Class A barricades shall be steady-
burn, omni-directional, 6 or 12 Volt, with Red Lense. 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. Beam Barricades. Beam barricades shall be as indicated in the drawings. Mark beams
with alternating orange and white striping and one battery operated, steady-burn omni-
directional red warning light (see paragraph 2.1.B). Mount light centered on the beam
barricade as indicated. At the completion of the Contract beam barricades shall become
property of the Contractor and removed from the site.

B. 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.

C. 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.

PART 3 - EXECUTION

3.1 CONTROL REQUIREMENTS: The Contractor’s responsibility for work areas and marking
equipment is as follows:

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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, equipment and materials to a safe distance and standing by until the runways and
taxiways are no longer required for use by aircraft.

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

END OF SECTION 017114

MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 017300 - EXECUTION

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 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.

1.3 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1.4 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

3.1 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. Verify compatibility with and suitability of substrates, including compatibility with


existing finishes or primers.
3. Examine roughing-in for mechanical and electrical systems to verify actual locations of
connections before equipment and fixture installation.
4. Examine walls, floors, and roofs for suitable conditions where products and systems are
to be installed.

EXECUTION 017300 - 2
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

5. Proceed with installation only after unsatisfactory conditions have been corrected.
Proceeding with the Work indicates acceptance of surfaces and conditions.

3.2 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.

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.

3.3 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 land 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 major element as the Work progresses.
5. Notify COTR when deviations from required lines and levels exceed allowable
tolerances.
6. Close site surveys with an error of closure equal to or less than one inch in 10,000 feet.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

3.4 FIELD ENGINEERING

A. Identification: Existing control points and property line corner stakes 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 ACS and elevations shall be NGVD 29.

3.5 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. For
additional requirements see Section "Supplementary Conditions."

G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component
securely in place, accurately located and aligned with other portions of the Work.

1. Mounting Heights: Where mounting heights are not indicated, mount components at
heights directed by COTR.
2. Allow for building movement, including thermal expansion and contraction.

H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints as directed by COTR. Fit exposed connections together to form hairline joints.

I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.

3.6 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Coordinate
progress cleaning for joint-use areas where more than one installer has worked. 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.

1. Remove liquid spills promptly.


2. Where dust would impair proper execution of the Work, broom-clean or vacuum the
entire work area, as appropriate.

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

EXECUTION 017300 - 5
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.

F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from
damage and deterioration at time of Substantial Completion.

G. 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.

H. 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.

I. During handling and installation, clean and protect construction in progress and adjoining
materials already in place. Apply protective covering where required to ensure protection from
damage or deterioration at Substantial Completion.

J. Clean and provide maintenance on completed construction as frequently as necessary through


the remainder of the construction period. Adjust and lubricate operable components to ensure
operability without damaging effects.

K. 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.

L. Grass Mowing: Mow grass areas contained in Project site, or made inaccessible to the
Authority's mowing contractors.

3.7 STARTING AND ADJUSTING

A. Follow equipment manufacturer's startup procedures, unless otherwise directed by COTR.

B. Start equipment and operating components to confirm proper operation. Remove


malfunctioning units, replace with new units, and retest.

C. Adjust operating components for proper operation without binding. Adjust equipment for
proper operation.

D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties.
Replace damaged and malfunctioning controls and equipment.

E. Manufacturer's Field Service: If a factory-authorized service representative is required to


inspect field-assembled components and equipment installation, comply with qualification
requirements in Division 01 Section "Quality Requirements."

EXECUTION 017300 - 6
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3.8 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.

3.9 CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. Restore damaged substrates and finishes.
Comply with requirements in Division 01 Section "Cutting and Patching."

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.

C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired
without visible evidence of repair.

D. Repair components that do not operate properly. Remove and replace operating components
that cannot be repaired.

E. Remove and replace chipped, scratched, and broken glass or reflective surfaces.

END OF SECTION 017300

EXECUTION 017300 - 7
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Division 01 Section "Operation and Maintenance Data" for operation and maintenance
manual requirements.
5. 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.

PROJECT CLOSEOUT 017700 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2. Ensure previously outstanding technical submittals and Shop Drawings have been
submitted and approved.
3. Advise COTR of pending insurance changeover requirements.
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. Deliver tools, spare parts, extra materials, and similar items to location designated by
COTR. Label with manufacturer's name and model number where applicable.
8. Complete startup testing of systems.
9. Submit test/adjust/balance records.
10. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
11. Advise the Authority of changeover in utilities.
12. Submit changeover information related to the Authority's occupancy, use, operation, and
maintenance.
13. Instruct the Authority's personnel in operation, adjustment, and maintenance of products,
equipment, and systems, as required by Division 01 Section "Demonstration and
Training."

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

PROJECT CLOSEOUT 017700 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

PROJECT CLOSEOUT 017700 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

f. Page number.

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.

PROJECT CLOSEOUT 017700 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

D. Provide additional copies of each warranty that shall be included in Operation and Maintenance
Manuals.

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. Rake grounds that are neither planted nor paved to a smooth, even-textured
surface.
d. Remove tools, construction equipment, machinery, and surplus material from
Project site.
e. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition,
free of stains, films, and similar foreign substances. Avoid disturbing natural
weathering of exterior surfaces. Restore reflective surfaces to their original
condition.
f. Remove debris and surface dust from limited access spaces, including roofs,
plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.
g. 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

PROJECT CLOSEOUT 017700 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

materials into drainage systems. Remove waste materials from Project site and dispose of
lawfully.

1. Where extra materials of value remaining after completion of associated Work have
become the Authority's property, arrange for disposition of these materials as directed by
COTR.

END OF SECTION 017700

PROJECT CLOSEOUT 017700 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. 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

PROJECT RECORD DOCUMENTS 017839 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Drawings may then 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 Samples: Submit Record Samples as specified.

E. Record Schedule: Submit three copies of Record Schedule.

F. 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.

PROJECT RECORD DOCUMENTS 017839 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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:

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 electrical circuitry.
f. Duct size and routing.
g. Locations of concealed internal utilities.
h. Changes made by Change Notice and RFI.
i. Changes made following COTR's written orders.
j. Details not on the original Drawings.
k. Field records for variable and concealed conditions.
l. 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.

PROJECT RECORD DOCUMENTS 017839 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2. Cover Sheet shall have the designation “PROJECT RECORD DRAWINGS”, Date,
Name of Contractor, and signature.
3. Record CADD Drawings:

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.

PROJECT RECORD DOCUMENTS 017839 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

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.

PROJECT RECORD DOCUMENTS 017839 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 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. Summary letter from Special Inspector indicating structural work was completed in
accordance with applicable standards.
o. 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

PROJECT RECORD DOCUMENTS 017839 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-152 - EXCAVATION AND EMBANKMENT

DESCRIPTION

152-1.1 SUMMARY

This item covers excavation, disposal, stockpiling, and compaction of all materials within the
limits of the work required to construct the proposed pavements in accordance with these
specifications and in conformity to the dimensions and typical sections shown on the plans.
This project consists primarily of excavation, but there may be isolated areas to be filled with
embankment material to finish the subgrade to proper grade.

To guarantee the material requirements of the specifications are being met, the contractor
shall be required to use an independent laboratory to complete material testing.

Excavation for storm drainage pipes, utility lines and structures are covered in their
respective specification.

The Contractor shall dispose of all excess suitable excavated material at the on-airport soil
bank. The unit price proposed for unclassified excavation shall include the cost of hauling
and disposal of the excavated material. The PCC material removed shall be kept separate
from other removal material and be disposed of at the PCC stockpile location at the on-airport
soil bank.

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.

All turfed areas that are disturbed shall be topsoiled and sodded.

152-1.2 CLASSIFICATION

All material excavated shall be classified as defined below:

A. Pavement Removal. Pavement removal shall include saw cutting, removal and
disposal of various depths of Portland cement concrete (PCC) within the project
limits including temporary PCC pavement sections. In addition to the pavements
defined above, Pavement Removal shall include aggregate and stabilized subbase
materials and any soil materials located above the proposed subgrade elevation.

B. Unclassified Excavation. Unclassified excavation shall consist of the excavation and


disposal of all material, regardless of its nature to finish the compacted subgrade to
the lines and grades in the contract plans.

Any over-excavation, including rock removal below the proposed grade elevation
necessary to finish the compacted subgrade to the lines and grades shown on the
plans, shall not be measured for payment.

C. Unsuitable Subgrade Undercut Excavation. Unsuitable Subgrade Undercut

EXCAVATION AND EMBANKMENT P-152-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

152-1.2 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

152-2.1 GENERAL

The suitability of material to be placed in embankments shall be subject to approval by the


COTR.

Those areas outside of the pavement areas in which the top layer of soil material has become
compacted, by hauling or other activities of the Contractor shall be scarified and disked to a
depth of 4 inches (100 mm), in order to loosen and pulverize the soil.

If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits,


utilities, or similar underground structures, the Contractor shall be responsible for and shall
take all necessary precautions to preserve them or provide temporary services. When such
facilities are encountered, the Contractor shall notify the COTR, who shall arrange for their
removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or
pay the cost of all damage to such facilities or structures which may result from any of the
Contractor's operations during the period of the contract.

152-2.2 EXCAVATION

No excavation shall be started until the work has been staked out by the Contractor, the
Contractor has obtained elevations and measurements of the ground surface, and the
Contractor has submitted the elevations and measurements of the ground surface to the
COTR. All suitable excavated material shall be used in the formation of embankment,
subgrade, or for other purposes shown on the plans. All excess excavated material shall be
disposed of in accordance with Paragraph 2.2M, Disposal of Excavated Materials.
Combustible material shall be removed from the site daily.

The contractor shall be required to process and compact the existing subgrade as required in
this section as outlined below. The properties of the existing subgrade can be improved by
compaction at proper moisture content.

The Contractor shall immediately notify the Authority Fire Department and the COTR if a
release of a hazardous material occurs or if a hazardous material is detected in the presence of
any soil.

The grade shall be maintained so that the surface is well drained at all times. When

EXCAVATION AND EMBANKMENT P-152-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

necessary, temporary drains and drainage ditches shall be installed to intercept or divert
surface water that may affect the work. Pumping shall be used to maintain the subgrade in a
dry condition if it is not possible by temporary ditches or drains.

A. PCC Pavement and Temporary PCC Pavement Removal. Pavement removal shall be
performed as illustrated on the drawings and as specified in the paragraph below.

1) The existing concrete to be removed shall be freed from the pavement to remain.
This shall be accomplished by sawing through the complete depth of the slab 8 to
18 inches inside the perimeter of the final removal limits, distance to be
determined by the Contractor. The pavement inside the initial saw cut shall be
broken by methods suitable to the Contractor except as noted below. Prior to
beginning demolition, a second sawcut shall be made around the perimeter of the
area to be removed through the complete depth of slab, including existing load
transfer devices. The Contractor’s removal operation shall not cause damage to
cables, utility ducts, pipelines, or drainage structures under the pavement.

2) To avoid damaging existing underground utilities, the use of drop hammers or


wrecker balls to break Portland cement pavement slabs will not be permitted; the
use of guillotine breakers will not be permitted over top of existing underground
utilities. When using the guillotine breaker, the Contractor shall suspend
pavement breaking operations a sufficient distance either side of the utility to
prevent damage to the utility. The Contractor shall determine this distance based
on type of utility, utility depth and breaking equipment. The Contractor shall
locate all utilities prior to PCC breaking operations. PCC Pavement removal
over top utilities shall be by saw cuts and hoe rammed method.

3) Edge Repair. The edge of existing concrete pavement against which new
pavement abuts shall be protected from damage at all times. Areas which are
damaged during construction shall be repaired at no cost to the Authority; repair
of previously existing damaged areas will be considered a subsidiary part of
concrete pavement construction.

a. Spall Repair. Spalls shall be repaired where directed by the COTR. Repair
shall be performed as indicated on the drawings.

b. Underbreak Repair. If bottom 1/3 (or less) of the slab needs repairs, the
repair shall be considered an underbreak repair and shall be performed in
accordance with this paragraph. All underbreak shall be repaired. First, all
delaminated and loose material shall be 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
completely coated with curing compound.

c. Underlying Material. The underlying material adjacent to the edge of and


under the existing pavement to remain in place shall be protected from

EXCAVATION AND EMBANKMENT P-152-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 underlying material shall be kept in place outside the joint line to
completely prevent disturbance of material under the pavement. Any
material under the portion of the concrete pavement to remain in place that is
disturbed or loses its compaction shall be carefully removed and replaced
with concrete as specified in paragraph “Underbreak Repair”. The
underlying material outside the joint line shall be thoroughly compacted and
shall be moist when new concrete is placed.

B. Selective Grading. Selective grading will be required. The more suitable material
shall be used for structural fill in constructing the embankments or in capping the
pavement subgrade. Structural fill shall be placed under areas to be paved plus five
feet beyond the edge of pavements. Structural fill shall consist of soil materials
complying with ASTM D2487 soil classifications groups GW, GP, GM, SM and SP,
and have a plasticity index less than 10. If, at the time of excavation, it is not
possible to place this material in its final location, it shall be stockpiled in approved
areas. Stockpiling or excavation from the stockpile for the purpose of selective
grading will not be measured for payment.

C. Rock Undercut Excavation. Rock, shale, hardpan, loose rock, boulders, or other
material unsatisfactory for the taxiway, roads and shoulders shall be excavated to a
minimum depth below subgrade elevation of 12 inches or to the depth specified by
the COTR, below the subgrade.

D. 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, within the limits of the pavement being replaced. The COTR, prior to
removal, shall approve the exact limits of the unsuitable material excavation.
Excavation of unsuitable subgrade material shall be measured and paid for at the
contract unit price per cubic yard for Unsuitable Subgrade Undercut Excavation.

Satisfactory but wet material shall be dried in accordance with Section 152-2.2E
"Drying" when directed by the COTR.

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 or geogrid 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.

E. Drying. Satisfactory but wet material shall be dried and compacted to the density
specified in Section 152-2.2K "Compaction Requirements". The following effort is
required to dry the material.

1. Air-dry the top 8 inches of material. This procedure shall include processing
the top 8 inches of material utilizing discs or tillers at least twice each day for

EXCAVATION AND EMBANKMENT P-152-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

three consecutive good drying days.


2. Recompact the layer processed in Step 1 to achieve not less than the density
specified in Section 152-2.2K "Compaction Requirements" or until at least
nine passes of a roller which has demonstrated ability to obtain the density on
adjacent earthwork have been made.

Only when the work listed above has been accomplished and a satisfactory dry
material has not been obtained, the COTR will make a determination as to whether
additional drying and recompaction will be needed to obtain stable dry material or
whether undercutting in accordance with Section 152-2.2D "Unsuitable Subgrade
Undercut Excavation" is required.

F. Overbreak. Overbreak, including slides, is that portion of any material displaced or


loosened beyond the finished work as planned or authorized by the COTR. The
COTR shall determine if the displacement of such material was unavoidable and
his/her decision shall be final. All overbreak shall be graded or removed by the
Contractor and disposed of as directed; however, payment will not be made for the
removal and disposal of overbreak which the COTR determines as avoidable.
Unavoidable overbreak will be classified as "Unclassified Excavation".

G. Removal of Utilities. The Contractor will accomplish the removal of existing


structures and utilities required to permit the orderly progress of work.

H. Initial Compaction. After the excavation operations have been completed, the
subgrade shall be compacted as discussed in Section 152-2.2K "Compaction
Requirements”. Rolling and compacting operations shall continue until the
maximum attainable density of the existing subgrade has been reached. If the
maximum density is less than the specified percent of maximum density, the
Contractor shall either dry the soil or sprinkle the soil with water, as necessary to
reach the required moisture content. The Contractor shall then continue
recompacting the soil until the maximum density attainable has been reached. If this
is less than the specified percent of maximum density, this process shall be repeated
until the Contractor has made at least three attempts to compact the soil to the
specified percent of maximum density. If after three attempts the specified percent of
maximum density cannot be obtained, the Contractor shall undercut as discussed in
Section 152-2.2.D.

I. Proofrolling. After initial compaction 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 and in
accordance Section 152-2.2D. After undercut is complete, the COTR may waive the
requirement to proofroll prior to backfilling with P-220 Undercut Backfill Stone.

EXCAVATION AND EMBANKMENT P-152-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

J. 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. K. Compaction Requirements. Subgrade under all areas to
be paved shall be compacted to the following depths and densities. In cut areas, the
subgrade under areas to be paved shall be compacted to a minimum depth of 9 inches
and to a density of not less than 95% for cohesive soils, and 100% for noncohesive
soils, of the maximum density at optimum moisture as determined by ASTM D1557.
Any unsuitable materials encountered shall be removed and paid for as specified.
The Contractor shall provide laboratory densities and supporting test data to the
COTR. COTR may, at its sole discretion, utilize a proof roll in lieu of density
acceptance. The equipment and labor for the proof roll shall be furnished by the
Contractor as directed by COTR.

The in-place field density shall be determined in accordance with ASTM D1556,
ASTM D2167 or ASTM D6938. Stones or rock fragments larger than 4 inches in
their greatest dimension will not be permitted in the top 6 inches of the subgrade.

L. Blasting. Blasting shall not be permitted.

M. Disposal of Excavated Materials.

1. All unsuitable excavated material shall be legally disposed of off the Airport
Property.

2. All suitable excavated material (excluding removed PCC) to be reused as


backfill for this project shall be stockpiled on the Airport property at a
location to be determined by the COTR. The Contractor shall be solely
responsible for handling this material, including hauling to and from the
stockpile site, loading and unloading the material, as well as protection and
maintenance of this stockpile.

3. All suitable excess excavated material (including removed PCC) not to be re-
used as backfill for this project shall be disposed of at the Soil Bank Site on
the Airport property, as shown on the drawings. The Contractor shall be
responsible for loading, hauling, dumping and grading the material at the Soil
Bank site as directed by COTR. The Contractor shall place temporary seed
at the Soil Bank Site on the disturbed areas. Cost of seeding and handling
material at Soil Bank Site shall be incidental to associated removal or
excavation item. See Section 312514 for additional Storm Water Pollution
Prevention Requirements. All material disposed of at the soil bank site shall
become the property of the Authority and shall not be taken out by the
Contractor for any purpose, unless approved by the COTR.

a. All excess material disposed of in the Airport’s soil bank shall be a

EXCAVATION AND EMBANKMENT P-152-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

maximum size of 18 inches in any direction. Material greater than 18


inches shall be crushed or otherwise broken up to meet the maximum
dimensional requirements. All non-cementitious materials such as light
bases, steel reinforcement, dowel bars, etc., shall be removed from the
material before it is deposited in the soil bank.

b. Contaminated Soil. Soils that have levels of contamination in excess of


applicable state standards shall be disposed of as directed by the COTR
and not be stockpiled at the soil bank site. If during earth moving
operations there is evidence of any unusual odor, color, or visual
indicators such as free product that would lead the Contractor to suspect
the soil is contaminated, work should stop and the COTR notified.

c. Organic Matter. Any material containing vegetable or organic matter,


such as muck, peat, organic silt, or sod shall be considered unsuitable for
use in the soil bank embankment formation. Material, when approved by
the COTR, suitable to support vegetation, may be stored in the topsoil
stockpile and used for topsoiling.

d. Soft and Yielding Material. Any fat clay or soft and yielding material
normally considered unsuitable for use in embankment construction may
be incorporated into the soil bank embankment, subject to the approval
by COTR, and contingent on the material being processed prior to
incorporation into the embankment and placed away from the edges of
the embankment.

152-2.3 DRAINAGE EXCAVATION

Drainage excavation shall consist of excavating for temporary or permanent drainage ditches
as shown on the plans. The contractor shall dispose of excess material in accordance with
Paragraph 2.2.M.

152-2.4 PREPARATION OF EMBANKMENT AREA

For all embankment below new pavements all sod and vegetable matter shall be removed
from the surface upon which the embankment is to be placed, and the cleared surface shall be
completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm).
This area shall then be compacted as indicated in Paragraph 2.5.No direct payment shall be
made for the work performed under this section. The necessary topsoil tripping and the
quantity of excavation removed will be paid for under the respective items of work.

152-2.5 FORMATION OF EMBANKMENTS

A. General

This project consists primarily of excavation, but embankment construction may be required
to bring isolated areas of the subgrade to grade. This section will govern the formation of
embankments.

EXCAVATION AND EMBANKMENT P-152-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Embankments shall be formed in successive horizontal layers of not more than 8 inches in
loose depth for the full width of the cross section, unless otherwise approved by the COTR.

The grading operations shall be conducted, and the various soil strata shall be placed, to
produce a soil structure as shown on the typical cross section or as directed. Materials such
as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or
buried in the embankment.

Operations on earthwork shall be suspended at any time when satisfactory results cannot be
obtained because of rain, freezing, or other unsatisfactory conditions of the field. The
Contractor shall drag, blade, or slope the embankment to provide proper surface drainage.

The material in the layer shall be within 20 percent of optimum moisture content value at the
time of compaction to obtain the prescribed compaction. In order to achieve uniform
moisture content throughout the layer, wetting or drying of the material and manipulation
shall be required when necessary. Should the material be too wet to permit proper
compaction or rolling, all work on all of the affected portions of the embankment shall be
delayed until the material has dried to the required moisture content. Sprinkling of dry
material to obtain the proper moisture content shall be done with approved equipment that
will sufficiently distribute the water. Sufficient equipment to furnish the required water shall
be available at all times. Samples of all embankment materials for testing, both before and
after placement and compaction, will be taken for each 1,000 S.Y. or as required by the
COTR. Based on these tests, the Contractor shall make the necessary corrections and
adjustments in methods, materials or moisture content in order to achieve the correct
embankment density.

Rolling operations shall be continued until the embankment is compacted to no less than 95%
percent of maximum density for noncohesive soils, and 90 percent of maximum density for
cohesive soils as determined by ASTM D1557. Under all areas to be paved, the embankment
shall be compacted to a minimum depth of 9 inches and to a density of not less than 100% for
noncohesive soils and 95% for cohesive soils, of the maximum density at optimum moisture
as determined by ASTM D1557. The Contractor shall provide laboratory densities and
supporting test data to the COTR.

The in-place field density shall be determined in accordance with ASTM D1556, ASTM
D2167 or ASTM D6938.

Compaction areas shall be kept separate, and no lift shall be covered by another until the
proper density is obtained.

During construction of the embankment, the Contractor shall route his equipment at all times,
both when loaded and when empty, over the layers as they are placed and shall distribute the
travel evenly over the entire width of the embankment. The equipment shall be operated in
such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be
broken up into small particles and become incorporated with the other material in the layer.

In the construction of embankments, layer placement shall begin in the deepest portion of the
fill; as placement progresses, layers shall be constructed approximately parallel to the
finished pavement grade line.

EXCAVATION AND EMBANKMENT P-152-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

When rock and other embankment material are excavated at approximately the same time, the
rock shall be incorporated into the outer portion of the embankment and the other material
shall be incorporated under the future paved areas.

P.C. Concrete Pavement removed in preparation of panel replacement, shall not be


incorporated into the embankment. Stones or fragmentary rock larger than 4 inches in their
greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rock or boulders
shall be disposed of outside the excavation or embankment areas, except at places and in the
manner designated by the COTR.

When the excavated material consists predominantly of rock fragments of such size that the
material cannot be placed in layers of the prescribed thickness without crushing, pulverizing
or further breaking down the pieces, such material shall be disposed of by the Contractor off
of Airport Property.

Frozen material shall not be placed in the embankment nor shall embankment be placed upon
frozen material.

There will be no separate measurement of payment for compacted embankment and all costs
incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other
necessary operations for construction of embankments will be included in the contract price
for unclassified excavation or other items.

152-2.6 FINISHING AND PROTECTION OF SUBGRADE

After the subgrade has been substantially completed the full width shall be conditioned by
removing any soft or other unstable material 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.

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.

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.

All ruts or rough places that develop in a completed subgrade shall be smoothed and
recompacted.

No subbase, base, or surface course shall be placed on the subgrade until the subgrade has
been approved by the COTR.

152-2.7 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.

EXCAVATION AND EMBANKMENT P-152-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

152-2.8 TOLERANCES

In those areas upon which a subbase or base course is to be placed, the top of the subgrade
shall be of such smoothness that, when tested with a 16-foot (5 m) straightedge applied
parallel and at right angles to the centerline, it shall not show any deviation in excess of
1/2-inch (1.3 cm), or shall not be more than 0.05-foot (.0l5 m) from true grade as established
by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by
loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and
rolling.

In turf areas, grading shall provide for the placement of a minimum of 2 inches of topsoil
such that the surface of the topsoil shall conform to the final elevations indicated.

On turf areas adjacent to the edge of pavement the surface shall be of such smoothness that it
will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any
deviation in excess of this amount shall be corrected by loosening, adding or removing
materials, and reshaping.

152-2.9 CONTRACTOR QUALITY CONTROL FOR EXCAVATION AND EMBANKMENT

The Contractor shall provide quality control for excavation and embankment in accordance
with the Contractor Quality Control Program. In addition, the Contractor supplied quality
control shall be as follows:

A. Maximum Density-Optimum Moisture. The Contractor shall obtain a maximum


density-optimum moisture curve in accordance with ASTM D1557 for each material
used as embankment and/or subgrade.

B. Compaction Tests. The Contractor shall obtain in place field densities which shall be
determined in accordance with ASTM D1556, ASTM D2167 or ASTM D6938 for
each material used as embankment and/or subgrade. Testing will be made at a rate of
1 test per 1,000 Sq. Yd. or less for the full width of the subgrade, full width of
prepared embankment area and full width of each layer of embankment placed at the
depth specified. Additional tests shall be made as necessary as determined by the
COTR.

C. Reports. A report of all maximum density-optimum moisture curves shall be made


and given to the COTR prior to use of the material in embankment. A report of all
in-place density tests shall be made and given to the COTR within 48 hours of
making the tests. A report on the limits of fat clay excavation shall be made and
given to the COTR at least 48 hours prior to removing the fat clay.

152-2.10 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.

EXCAVATION AND EMBANKMENT P-152-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

152-2.11 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.

METHOD OF MEASUREMENT

152-3.1 PAVEMENT REMOVAL

The quantity of Pavement Removal including the removal of the Temporary Pavement
Section, to be paid for shall be the number of square yards measured in its original position,
for the depth specified. The quantity of pavement removal shall include the PCC pavements,
aggregate and stabilized subbase materials and any soils located above the specified depth of
removal.

152-3.2 UNCLASSIFIED EXCAVATION

This item shall apply to material excavated under the existing bituminous shoulder removal
areas.

The quantity of unclassified excavation to be paid for shall be the number of cubic yards
measured in its original position. All excavation required to finish the compacted subgrade to
plan elevation regardless of its classification shall be measured and paid for as unclassified
excavation. Any over excavation, including rock removal required to finish the compacted
subgrade to plan elevation, shall not be measured for payment.

Pumping to maintain a well-drained and dry subgrade shall not be measured for payment.

Measurement shall not include the quantity of material excavated without authorization
beyond normal slope lines, or the quantity of material used for purposes other than those
directed.

152-3.3 UNSUITABLE SUBGRADE UNDERCUT EXCAVATION

The quantity of unsuitable subgrade undercut excavation to be paid for shall be the number of
cubic yards measured in its original position.

Undercut excavation, whether rock or unsuitable subgrade, shall be only as authorized by the
COTR.

Undercut excavation to support the contractors operations shall not be measured for payment.

152-3.4 MEASUREMENT OF EMBANKMENT OR EXCAVATED MATERIAL

For payment specified by the cubic yard, measurement for all excavation or embankment
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 AND EMBANKMENT P-152-11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

excavation or embankment cross sections shown on the plans, subject to verification by the
COTR. After completion of all excavation or embankment operations and prior to the
placing of base or subbase material, the final excavation or embankment may be verified by
the COTR by means of field cross sections taken randomly at intervals not exceeding 500
linear feet.

Final field cross sections shall be employed if the following changes have been made:

A. Plan width of embankments or excavations are changed by more than plus or minus
1.0 foot; or

B. Plan elevations of embankments or excavations are changed by more than plus or


minus 0.5 foot.

152-3.5 MEASUREMENT OF SHOULDER ADJUSTMENT

The quantity of shoulder adjustment to be paid for shall be the number of square yards of area
disturbed and regraded.

152-3.6 MEASUREMENT OF TOPSOIL STRIPPING

The quantity of Topsoil Stripping shall be paid for shall be the number of square yards of area
disturbed and regraded. Topsoil replacement for turf establishment shall be considered
incidental to topsoil stripping and shall not be paid separately. Excess topsoil disposal, if
required, shall not be paid separately and shall be considered incidental to Unclassified
Excavation.

152-3.7 MEASUREMENT OF EMBANKMENT

The quantity of Embankment shall be paid for shall be the number of cubic yards of
embankment placed on Taxiway B Connector to establish the proper subgrade elevation for
creating the Soil Cement Subgrade Course. Quantity shall be determined by cross-sectional
surveys before (after topsoil stripping) and after embankment construction using the end-area
method to calculate quantities.

BASIS OF PAYMENT

152-4.1 PAVEMENT REMOVAL

Payment for Pavement Removal, including Temporary Pavement Sections, 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 abound utilities as directed by
the COTR and for furnishing all materials, labor, equipment, tools and incidentals necessary
to complete the item.

152-4.2 UNCLASSIFIED EXCAVATION

EXCAVATION AND EMBANKMENT P-152-12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Payment for Unclassified Excavation shall be made at the contract unit price per cubic yard.
This price shall be full compensation for all excavation, removal, hauling and disposal and
for all labor, equipment, tools, and incidentals necessary to complete the item. This price and
payment shall include all French drain construction and pumping to maintain the subgrade in
a dry condition.

No additional payment will be made by the Authority for rock excavation due to inaccurate
determination of rock properties by the Contractor or inappropriate selection of excavation
means and methods.

152-4.3 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.

152-4.4 SHOULDER ADJUSTMENT

Payment shall be made at the contract unit price for Shoulder Adjustment per square yard.
This price and payment shall be full compensation for all excavation, removal, hauling and
disposal and for all labor, equipment, tools and incidentals necessary to complete the item.

152-4.5 TOPSOIL STRIPPING

Payment shall be made at the contract unit price for Topsoil Stripping per square yard. This
price and payment shall be full compensation for all excavation, removal, hauling and
disposal and for all labor, equipment, tools and incidentals necessary to complete the item.

152-4.6 EMBANKMENT IN PLACE

Payment shall be made at the contract unit price for Embankment in Place per cubic yard.
This price shall be full compensation for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item.

152-4.75 EXCAVATION FOR STRUCTURES, STORM DRAIN PIPE AND UTILITIES

No direct measurement and payment will be made for excavation for structures, storm drain
pipes, and utilities below the subgrade elevation. The cost of excavation for structures, storm
drain pipes, and utilities shall be considered incidental to the contract unit prices for the
respective pay items requiring the excavation. These prices shall be full compensation for
furnishing all labor, equipment, tools and incidentals necessary to complete the item.

Payment will be made under:

Item P-152-4.1 PCC Pavement Removal, 23” Depth per square yard

Item P-152-4.2 Unclassified Excavation per cubic yard

EXCAVATION AND EMBANKMENT P-152-13


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Item P-152-4.3 Unsuitable Subgrade Undercut Excavation per cubic yard

Item P-152-4.4 Shoulder Adjustment per square yard

Item P-152-4.5 Topsoil Stripping per square yard

Item P-152-4.6 Embankment per cubic yard

MATERIAL AND TESTING REQUIREMENTS

ASTM D1556 Test for Density of Soil In-Place by the Sand Cone Method

ASTM D1557 Tests for Moisture-Density Relations of Soils and Soil-Aggregate


Mixtures, Using 10-pound (4.5 kg) ammer and 18-inch (457 mm) Drop

ASTM D2167 Test for Density of Soil In-Place by the Rubber Balloon Method

ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes
(Unified Soil Classification System)

ASTM D6938 Test Methods for In-Place Density and Water Content of Soil and Soil -
Aggregate by Nuclear Methods (Shallow Depth)

END ITEM P-152

EXCAVATION AND EMBANKMENT P-152-14


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION P-160 - BITUMINOUS PAVEMENT REMOVAL

DESCRIPTION

160-1.1 GENERAL

This item shall consist of removing and disposing of existing taxiway shoulder pavement
structure (5” Bituminous Concrete and 6” Cement Treated Base Course) to facilitate the
installation of the new PCC pavement and underdrains 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.

METHOD OF MEASUREMENT

160-4.1 BITUMINOUS PAVEMENT REMOVAL

The quantity of bituminous pavement removal to be paid for shall be measured in square
yards, measured on a horizontal plane of the actual material removed as marked in the field
by the COTR, regardless of depth of the material to be removed. Removal outside of the

BITUMINOUS PAVEMENT REMOVAL P-160-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 under the bituminous pavements shall not
be measured separately, but shall be included with the price of this item. The outside 6
inches of shoulder removal only requires removal of the top 5-inch asphalt surface and not
the underlying 6-inch CTB; however, this area shall be measured as Bituminous Pavement
Removal, 11” depth.

BASIS OF PAYMENT

160-5.1 BITUMINOUS PAVEMENT REMOVAL

The accepted quantity of bituminous pavement removal shall be paid for at the contract unit
price per square yard. This price shall be full compensation for furnishing all equipment and
for all preparation, sawcutting, excavating, removal of bituminous concrete and cement
treated base course material regardless of thickness, dewatering, hauling and disposing; and
for all labor, equipment, tools and incidentals necessary to complete the bituminous pavement
removal.

Payment will be made under:

Item P-160-5.1 - Bituminous Pavement Removal, 11” depth per square yard.

END ITEM P-160

BITUMINOUS PAVEMENT REMOVAL P-160-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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-220 and Division 2, Section “Undercut
Backfill Stone,”, 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.

SOIL STABILIZATION FABRIC P-161-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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
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-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 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.

SOIL STABILIZATION FABRIC P-161-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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 Undercut 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
Undercut 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 BX1300
b. US Fabric BaseGrid 33
c. Tenax MS330

CONSTRUCTION METHODS

162-3.1 GENERAL

Geogrid shall be placed on subgrade as directed by the COTR. If the COTR determines that
the use of Geogrid in undercut areas will expedite construction, the COTR will direct the
Contractor to place the Geogrid prior to placing the aggregate stone used to fill the undercut
area. The use of Geogrid in undercut areas is reserved for the discretion of the COTR.

GEOGRID FOR SUBGRADE STABILIZATION P-162-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

162-3.2 DELIVERY, STORAGE, PREPARATION AND INSTALLATION

The Contractor shall submit samples of the proposed geogrid and proposed widths for
approval by the Engineer prior to ordering the geogrid.

Geogrid 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 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 Geogrid
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 aggregate 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 aggregate 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.

GEOGRID FOR SUBGRADE STABILIZATION P-162-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-209 - CRUSHED AGGREGATE BASE COURSE

DESCRIPTION

209-1.1 GENERAL

This item consists of a base course composed of crushed aggregates constructed on a


prepared subgrade or underlying course in accordance with these specifications and in
conformity to the dimensions and typical cross sections on the plans. The Contractor may
substitute Item P-219 for the requirements of this item.

209-1.2 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

209-2.1 AGGREGATE

Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel or
recycled crushed concrete pavement and shall be free from coatings of clay, silt, vegetable
matter, and other objectionable materials and shall contain no clay balls. Fine aggregate
passing the number 4 sieve shall consist of fines from the operation of crushing the coarse
aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The
fine aggregate shall be produced by crushing stone or gravel that meet the requirements for
wear and soundness specified for coarse aggregate.

CRUSHED AGGREGATE BASE COURSE P-209-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

The crushed aggregate portion which is retained on the number 4 sieve shall contain not more
than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D693 and shall
have at least 90 percent by weight of particles with at least two fractured faces and 100
percent with at least one fractured face. The area of each face shall be equal to at least 75
percent of the smallest midsectional area of the piece. When two fractured faces are
contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as
two fractured faces.

The percentage of wear shall not be greater than 45 percent when tested in accordance with
ASTM C131. The magnesium sulfate soundness loss shall not exceed 20%, after 5 cycles
when tested in accordance with ASTM C88.

The fraction passing the No. 40 sieve shall have a liquid limit no greater than 25 and a
plasticity index of not more than 4 when tested in accordance with ASTM D4318. The fine
aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with
ASTM D2419.

A. Sampling and Testing. The Contractor prior to the start of production shall furnish
aggregates for preliminary testing. All tests for initial aggregate submittals necessary
to determine compliance with the specification requirements will be made by the
Contractor at no expense to the Contract.

The Contractor shall furnish samples of aggregates 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 specific lots of aggregates
from the standpoint of the quality requirements of this section.

In lieu of testing, the COTR may accept certified State test results indicating that the
aggregate meets specification requirements.

Samples of aggregates to check gradation shall be taken by the Contractor at least


once daily. Sampling shall be in accordance with ASTM D75, and testing shall be in
accordance with ASTM C136 and C117.

B. Gradation Requirements. The gradation (job mix) of the final mixture shall fall
within the design range indicated in Table 1, when tested in accordance with ASTM
C117 and C136. The final gradation shall be continuously well graded from coarse
to fine and shall not vary from the low limit on one sieve to the high limit on an
adjacent sieve or vice versa.

TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE 1/ 2/

Sieve Size Design Range Percentage by Weight Passing Job Mix Tolerances Percentage
Sieves
2 in. 100
1 in. 90-100 ±5
3/8 in. 59-69 ±8
No. 10 26-36 ±7

CRUSHED AGGREGATE BASE COURSE P-209-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

No. 40 11-19 ±4


No. 200 5-8 ±2

Notes:
1. VDOT 21B Gradation is permitted

2. Where environmental conditions (temperature and availability of free moisture)


indicate potential damage due to frost action, the maximum percent of material, by
weight, of particles smaller than 0.02 mm shall be 3 percent. It also may be necessary
to have a lower percentage of material passing the No. 200 sieve to help control the
percentage of particles smaller than 0.02 mm.

The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job
control grading band. The full tolerance still will apply even when application of the
tolerances results in a job control grading band outside the design range.

The fraction of the final mixture that passes the No. 200 sieve shall not exceed 60 percent of
the fraction passing the No. 30 sieve.

CONSTRUCTION METHODS

209-3.1 OPERATION AT SOURCES OF SUPPLY

The base material shall be obtained from sources approved by the Virginia Department of
Transportation. The material shall be handled in a manner that shall secure a uniform and
satisfactory product.

209-3.2 PREPARING UNDERLYING COURSE FOR NEW PAVEMENTS

The underlying course shall be checked and accepted 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 thereon. Material shall not be placed on frozen subgrade.

209-3.3 MIXING

The aggregate shall be uniformly blended during crushing operations or mixed in a plant.
The plant shall blend and mix the materials to meet the specifications and to secure the proper
moisture content for compaction.

209-3.4 PLACING

The crushed aggregate base material shall be placed on the moistened subgrade in layers of
uniform thickness with a mechanical spreader.

The maximum depth of a compacted layer shall be 6 inches. If the total depth of the
compacted material is more than 6 inches, it shall be constructed in two or more layers. In
multi-layer construction, the base course shall be placed in approximately equal-depth layers.

The previously constructed layer should be cleaned of loose and foreign material prior to

CRUSHED AGGREGATE BASE COURSE P-209-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

placing the next layer. The surface of the compacted material shall be kept moist until
covered with the next layer.

209-3.5 COMPACTION

Immediately upon completion of the spreading operations, the crushed aggregate shall be
thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact
the material to the required density.

The moisture content of the material at time of compaction shall not be below, nor more than
1-1/2 percentage points above, the optimum moisture content as determined by ASTM
D1557, Method C.

The course shall not be rolled when the underlying course is soft or yielding or when the
rolling causes undulation in the base course. When the rolling develops irregularities that
exceed 3/8 inch when tested with a l6-foot straightedge, the irregular surface shall be
loosened, refilled with the kind of material as that used in constructing the course, and rolled
again as required.

In areas inaccessible to rollers, the base course material shall be tamped thoroughly with
mechanical tampers.

The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved
by the COTR. Water shall be added in such a manner that free water will not reach the
underlying layer and cause it to become soft.

209-3.6 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY

Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one
day's production where it is not expected to exceed 2,400 square yards of placed and
compacted material. A lot will consist of one-half day's production where a day's production
is expected to consist of between 2,400 and 4,800 square yards of placed and compacted
material.

Each lot shall be divided into four equal sublots. One test shall be made for each sublot.
Sampling locations will be determined by the Contractor on a random basis in accordance
with statistical procedures contained in ASTM D3665.

Each lot will be accepted for density when the field density is at least 100 percent of the
maximum density of laboratory prepared specimens. The laboratory density shall be
determined in accordance with ASTM D1557, Method C. The lot density shall equal the
average density of the four sublot tests. The in-place field density shall be determined in
accordance with ASTM D1556 or D2167. If the specified density is not attained, the entire
lot shall be reworked and/or re-compacted and two additional random tests made. This
procedure shall be followed until the specified density is reached.

In lieu of ASTM D1556 or D2167 field density determination acceptance testing may be
accomplished using a nuclear gauge in accordance with ASTM D6938. The gauge should be
field calibrated in accordance with paragraph 4 of D6938. Calibration tests shall be
conducted on the first lot of material placed that meets the density requirements.

CRUSHED AGGREGATE BASE COURSE P-209-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Use of D6938 results in a wet unit weight, and when using this method, ASTM D3017 shall
be used to determine the moisture content of the material. The calibration curves furnished
with the moisture gauges shall be checked as described in paragraph 7 of D3017. The
calibration checks of both the density and moisture gauges shall be made at the beginning of
a job and at intervals as determined by the COTR.

If a nuclear gauge is used for density determination, two random readings shall be made for
each sublot.

All acceptance testing and associated costs shall be the Contractor's responsibility.

209-3.7 FINISHING

The surface of the aggregate base course shall be finished by blading or with automated
equipment especially designed for this purpose.

In no case will the addition of thin layers of material be added to the top layer of base course
to meet grade. If the elevation of the top layer is 2 inches or more below grade, the top layer
of base shall be scarified to a depth of at least 3 inches, new material added, and the layer
shall be blended and re-compacted to bring it to grade. If the finished surface is above plan
grade, it shall be cut back to grade and re-compacted.

209-3.8 SURFACE TOLERANCE

The finished surface shall not vary more than 3/8 inch when tested with a 16-foot
straight-edge applied parallel with or at right angles to the centerline. The Contractor at the
Contractor’s expense shall correct any deviation in excess of this amount. Contractor shall
provide personnel for measurement and documentation of surface smoothness. Sampling
points and intervals will be designated by the COTR.

209-3.9 THICKNESS CONTROL

The completed thickness of the base course shall be within 1/2 inch of the design thickness.
Four determinations of thickness shall be made for each lot of material placed. The lot size
shall be consistent with that specified in paragraph 3.6. Each lot shall be divided into four
equal sublots. One test shall be made for each sublot. Sampling locations will be determined
by the COTR on a random basis in accordance with procedures contained in ASTM D3665.
Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas
at no additional cost by excavating to the required depth and replacing with new material.
Additional test holes may be required to identify the limits of deficient areas.

209-3.10 MAINTENANCE

The base course shall be maintained in a condition that will meet all specification
requirements until the work is accepted. Equipment used in the construction of an adjoining
section may be routed over completed portions of the base course, provided no damage
results and provided that the equipment is routed over the full width of the base course to
avoid rutting or uneven compaction.

CRUSHED AGGREGATE BASE COURSE P-209-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

The Contractor shall perform all maintenance work necessary to keep the base course in a
condition satisfactory for priming or construction of the pavement course. The surface of the
base course shall be kept clean and free from foreign material, and shall be properly drained
at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or
restriction necessary shall be performed at the expense of the Contractor.

209-3.11 FILLING UNDERCUT

At locations directed by the COTR, crushed aggregate base course, as specified herein, shall
be used to refill undercut excavated areas, as discussed in Section P-152 "Excavation and
Embankment". Prior to placing the aggregate, if directed by the COTR, the Contractor shall
place Soil Stabilization Fabric on the subgrade in accordance with Section P-161. The
Contractor shall place the aggregate at locations directed by the COTR using a dump truck or
other approved equipment capable of spreading the crushed aggregate base course. Lift
thickness shall not exceed 8 inches in depth. The number of lifts shall be as directed by the
COTR. The Contractor shall compact each lift to the satisfaction of the COTR using
equipment specified herein.

209-3.12 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:

1. 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.

2. 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.

3. Compaction Tests. The Contractor shall obtain in-place field densities, at the
sampling rate specified in paragraph 209-3.6 Acceptance Sampling and Testing for
Density.

4. Surface Tolerance. The Contractor shall measure and document the surface
smoothness in accordance with paragraph 209-3.8 Surface Tolerance.

5. Thickness Control. The Contractor shall determine complete thickness in accordance


with paragraph 209-3.9 Thickness Control.

6. 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.

CRUSHED AGGREGATE BASE COURSE P-209-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

METHOD OF MEASUREMENT

209-4.1 Aggregate base course used in the construction of drainage structures, trench drain
construction and backfill, box culverts, circular storm drainage pipe, storm drain removal,
lights, etc. will not be measured for payment, but shall be included in the cost of the structure,
light, trench drain, storm drain pipe, box culvert, utility trench, etc.

209-4.2 The quantity of aggregate base course to be paid for will be the number of tons placed,
compacted, and accepted. The aggregate shall be weighed either at the place of loading in the
trucks, at the place of unloading from the trucks, or at such other point as the COTR may
designate. The Contractor shall furnish approved duplicate load tickets upon which is
recorded the net weight of the aggregates in each truck. The Contractor shall submit one (1)
load ticket to the COTR, or his duly authorized representative, at the job site when the
truckload is incorporated into the base. If at the time the aggregates are weighed they contain
more than three (3) percent of absorbed and free moisture by weight, a deduction for the
moisture in excess of this amount shall be made in determining the pay quantity.

The Contractor shall furnish or arrange for the use of scales of a type approved by the COTR.

BASIS OF PAYMENT

209-5.1 Payment shall be made at the contract unit price per ton for Aggregate Base Course. This
price shall be full compensation for furnishing all materials and for all preparation, hauling,
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 - Aggregate Base Course per ton

MATERIAL AND TESTING REQUIREMENTS

ASTM C29 Unit Weight of Aggregate

ASTM C88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium


Sulfate

ASTM C177 Materials Finer than 75um (No. 200) Sieve in Mineral Aggregates by
Washing

ASTM C131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the
Los Angeles Machine

ASTM C136 Sieve or Screen Analysis of Fine and Coarse Aggregate

ASTM D75 Sampling Aggregate

ASTM D693 Crushed Stone, Crushed Slag, and Crushed Gravel for Dry-or
Water-Bound Macadam Base Courses and Bituminous Macadam Base
and Surface Courses of Pavements

CRUSHED AGGREGATE BASE COURSE P-209-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ASTM D1556 Density of Soil in Place by the Sand - Cone Method

ASTM D1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using


10-lb (4.5kg) Rammer and 18 in. (145mm) Drop

ASTM D2167 Density of Soil in Place by the Rubber-Balloon Method

ASTM D2419 Sand Equivalent Value of Soils and Fine Aggregate

ASTM D3017 Moisture Content of Soil and Soil Aggregate in Place by Nuclear
Methods

ASTM D3665 Random Sampling of Paving Materials

ASTM D4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D6938 Test Methods for In-Place Density and Water Content of Soil and Soil-
Aggregate by Nuclear Methods

END ITEM P-209

CRUSHED AGGREGATE BASE COURSE P-209-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-219 - RECYCLED CONCRETE AGGREGATE BASE COURSE

DESCRIPTION

219-1.1 GENERAL

This item consists of a base course composed of recycled concrete aggregate, crushed to meet
a particular grading, constructed on a prepared course in accordance with these specifications
and in conformity to the dimensions and typical cross sections shown on the plans. The
contractor may elect to purchase crushed recycled PCC material from the Airport’s Stockpile
provided it meets the material requirements described below. MWAA makes no guarantee
that the existing MWAA owned PCC stockpile material will have sufficient material for the
project and/or meet the requirements outlined below. Should this approach be selected and
the material approved, the Contractor shall negotiate a credit against the P-209 pay item.

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 and be derived exclusively from concrete pavements.
The recycled concrete material shall be free of reinforcing steel, expansion material, and
other foreign 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 may be present in the recycled concrete aggregate.

Recycled concrete aggregate for base course shall consist of at least 90 percent, by weight,

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Portland cement concrete, with the following materials making up the remaining 10 percent:
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 percent 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.

Fine aggregate passing the No.4 (4.75-mm) sieve shall consist of fines from the operation of
crushing the recycled concrete aggregate. If necessary, fine aggregate may be added to
produce the correct grading. 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.

The amount of flat and elongated particles in recycled concrete aggregate shall not exceed 20
percent for the fraction retained on the 0.5 inch (13 mm) sieve nor 20 percent for the fraction
passing the 0.5 inch (13 mm) sieve when tested in accordance with 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 3.

The percentage of wear shall not be greater than 45 percent when tested in accordance with
ASTM C 131. The sodium sulfate soundness test (ASTM C 88) requirement is waived for
recycled concrete aggregate.

The fraction passing the No. 40 (0.42-mrn) sieve shall have a liquid limit no greater than 25
and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The
fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance
with ASTM D 2419.

A. Sampling and Testing. The Contractor prior to the start of production shall furnish
aggregates for preliminary testing. All tests for initial aggregate submittals necessary
to determine compliance with the specification requirements will be made by the
Contractor at no expense to the Contract.

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 specific lots of recycled concrete aggregate for the quality requirements.

Samples of recycled concrete aggregate to check grading shall be taken at least once
daily. Sampling shall be in accordance with ASTM D 75, and testing shall be in
accordance with ASTM C 136 and C 117.

B. Gradation Requirements. The grading (job mix) of the final mixture shall fall within
the design range indicated in Table 1, when tested in accordance with ASTM C 117
and C 136. The final grading 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

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

vice versa.

TABLE 1. REQUIREMENTS FOR GRADING OF RECYCLED CONCRETE AGGREGATE

Sieve Size Design Range Percentage by Weight Passing Job Mix Tolerances Percentage
Sieves
2 in. 100
1-1/2 in. 95-100 ±5
1 in. 70-95 ±8
3/4 in. 55-85 ±8
No. 4 30-60 ±8
No. 30 12-30 ±5
No. 200 0-5 ±3

--The job mix tolerances in Table 1 shall be applied to the job mix grading to establish a job
control grading band. The full tolerance still will apply if application of the tolerances results
in a job control grading band outside the design range.

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 as to design, capacity, and
mechanical condition. 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 I 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 and shall be equipped with 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 in (50 mm) from the recycled concrete aggregate feed.

Free access to the plant shall be provided to the COTR 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 BASE COURSE P-219-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. The placing equipment shall have two end gates or cut off plates, so that the
recycled concrete aggregate may be spread up to a lane width.

219-3.5 COMPACTION EQUIPMENT

Recycled concrete aggregate base course compaction shall be accomplished using one or
combination of the following pieces of equipment:
Steel-wheeled roller,
Vibratory roller,
Pneumatic-tire roller,
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 ft (3.7 m) minimum width automatically controlled by sensors in
conjunction with an independent grade control from a taut string line. String line will be
required on both sides of the sensor controls for all lanes.

The job mix tolerances in Table 1 shall be applied to the job mix grading to establish a job
control grading band. The full tolerance still will apply if application of the tolerances results
in a job control grading band outside the design range.

CONSTRUCTION METHODS

219-4.1 WEATHER LIMITATIONS

Construction is allowed only when the atmospheric temperature is at or above 35 OP (2 °C).


When the temperature falls below 35 of (2 °C), the contractor shall protect all completed
areas against detrimental effects of freezing. Areas damaged by freezing, rainfall, or other
weather conditions shall be corrected.

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 thereon. 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 greatest contour elevation of a pavement with a variable uniform cross
slope.

219-4.3 GRADE CONTROL

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Grade control between the edges of the recycled concrete aggregate base course shall be
accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline
and at intervals of 50 ft (15 m) or less on the longitudinal grade and 25 ft (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 sub grade 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 upon 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 at the time of
compaction shall not be below, nor more than 1-1/2 percentage points above, the optimum
moisture content as determined by ASTM D 1557.

Rolling shall begin at the outside edge of the surface and proceed to the center, overlapping
on successive trips at least one-half the width of the roller. Alternate trips of the roller shall
be slightly different lengths. Speed of the roller shall be such that displacement of the
recycled concrete aggregate does not occur. In all places not accessible to the rollers, the base
course material shall be compacted with hand-operated power tampers. The compaction shall
continue until each layer has a degree of compaction that is at least 100 percent of the
laboratory maximum density through the full depth of the layer. The contractor shall make
adjustments in compacting or finishing techniques to obtain true grades, to minimize

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

segregation and degradation, to reduce or increase water content and to ensure a satisfactory
base course. Any materials found to be unsatisfactory shall be removed and replaced with
satisfactory material or reworked, so that the requirements of this specification are met.

In areas inaccessible to rollers, the base course material shall be tamped thoroughly with
mechanical tampers.

The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved
by the COTR. Water shall be added in such a manner that free water will not reach the
underlying layer and cause it to become soft.

219-4.7 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY

Recycled concrete aggregate shall be accepted for grading and density on a lot basis. A lot
will consist of one day's production where it is not expected to exceed 2,400 square yards per
lift. A lot will consist of one-half day's production, where a day's production is expected to
consist of between 2,400 and 4,800 square yards per lift.

Each lot shall be divided into four equal sublots. One test shall be made for each sublot.
Sampling locations will be determined on a random basis in accordance with statistical
procedures contained in ASTM D 3665.

Each lot will be accepted for grading when it falls within the limits and tolerances shown in
Table 1 when tested in accordance with ASTM C117 and C 131. If the proper grading is not
attained the grading test will be repeated. The entire lot shall be rejected and replaced by the
Contractor at the Contractor's expense.

Each lot will be accepted for density when the field density is at least 100 percent of the
maximum density of laboratory specimens prepared from samples of the base course material
delivered to the job site. The specimens shall be compacted and tested in accordance with
ASTM D 1557. The in-place field density shall be determined in accordance with ASTM D
1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and
two additional random tests made. This procedure shall be followed until the specified
density is reached.

In lieu of ASTM D 1556 or D 2167 method of field density determination, acceptance testing
may be accomplished using a nuclear gage in accordance with ASTM D 6938. The gage
should be field calibrated in accordance with paragraph 4 of ASTM D 6938. Calibration tests
shall be conducted on the first lot of material placed that meets the density requirements.

Use of ASTM D 6938 results in a wet unit weight, and when using this method, ASTM D
3017 shall be used to determine the moisture content of the material. The calibration curve
furnished with the moisture gages shall be checked as described in paragraph 7 of ASTM D
3017. The calibration checks of both the density and moisture gages shall be made at the
beginning of a job and at regular intervals as determined by COTR.

If a nuclear gage is used for density determination, two random measurements shall be made
for each sublot.

All acceptance testing and associated costs shall be the Contractor's responsibility.

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

219-4.8 FINISHING

The surface of the recycled concrete aggregate base course shall be finished by equipment
designed for this purpose.

In no case will thin layers of material be added to the top of base course to meet grade. 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.

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
Contractor's expense.

219-4.9 SURFACE TOLERANCE

The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16-ft (4.8-
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. Contractor shall
provide personnel for measurement and documentation of surface smoothness. Sampling
points and intervals will be designated by the COTR.

219-4.10 THICKNESS CONTROL

The completed thickness of the base course shall be within 0.5 inch (13 mm) of the design
thickness. Four determinations of thickness shall be made for each lot of material placed.
Each lot shall be divided into four equal sublots. One test shall be made for each sublot.
Sampling locations will be determined by the COTR on a random basis in accordance with
procedures contained in ASTM D 3665. Where the thickness is deficient by more than 0.5
inch (13 mm), the Contractor shall correct such areas at no additional cost 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 MAINTENANCE

The base course shall be maintained in a condition that will meet all specification
requirements until the work is accepted. Equipment used in the construction of an adjoining
section may be routed over completed portions of the base course, provided no damage
results and provided that the equipment is routed over the full width of the base course to
avoid rutting or uneven compaction.

The Contractor shall perform all maintenance work necessary to keep the base course in a
condition satisfactory for priming or construction of the pavement course. The surface of the
base course shall be kept clean and free from foreign material, and shall be properly drained
at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or
restriction necessary shall be performed at the expense of the Contractor.

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

219-4.12 FILLING UNDERCUT

At locations directed by the COTR, recycled concrete aggregate base course, as specified
herein, shall be used to refill undercut excavated areas, as discussed in Section P-152
"Excavation and Embankment". Prior to placing the aggregate, if directed by the COTR, the
Contractor shall place Soil Stabilization Fabric on the subgrade in accordance with Section P-
161. The Contractor shall place the aggregate at locations directed by the COTR using a
dump truck or other approved equipment capable of spreading the crushed aggregate base
course. Lift thickness shall not exceed 8 inches in depth. The number of lifts shall be as
directed by the COTR. The Contractor shall compact each lift to the satisfaction of the
COTR using equipment specified herein.

219-4.13 CONTRACTOR QUALITY CONTROL FOR RECYCLED CONCRETE AGGREGATE


BASE COURSE

The Contractor shall provide quality control for recycled concrete aggregate base course in
accordance with the Contractor Quality Control Program. In addition, the Contractor
supplied quality control shall consist of:

1. Material Requirements. The Contractor shall perform all preliminary testing and
testing during production of all material used as recycled concrete aggregate base
course. The quality and gradation of the recycled concrete 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.

2. 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 recycled concrete aggregate base course.

3. Compaction Tests. The Contractor shall obtain in-place field densities, at the
sampling rate specified in paragraph 219-4.7 Acceptance Sampling and Testing for
Density.

4. Surface Tolerance. The Contractor shall measure and document the surface
smoothness in accordance with paragraph 219-4.9 Surface Tolerance.

5. Thickness Control. The Contractor shall determine complete thickness in accordance


with paragraph 219-4.10 Thickness Control.

6. 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
recycled concrete 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

219-5.1 The quantity of recycled concrete aggregate base course to be paid for will be the number of
tons placed, compacted, and accepted. The aggregate shall be weighed either at the place of
loading in the trucks, at the place of unloading from the trucks, or at such other point as the
COTR may designate. The Contractor shall furnish approved duplicate load tickets upon

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

which is recorded the net weight of the aggregates in each truck. The Contractor shall submit
one (1) load ticket to the COTR, or his duly authorized representative, at the job site when the
truckload is incorporated into the base. If at the time the aggregates are weighed they contain
more than three (3) percent of absorbed and free moisture by weight, a deduction for the
moisture in excess of this amount shall be made in determining the pay quantity.

The Contractor shall furnish or arrange for the use of scales of a type approved by the COTR.

BASIS OF PAYMENT

219-6.1 Payment shall be made at the contract unit price per ton for Recycled Concrete Aggregate
Base Course. This price shall be full compensation for furnishing and recycling all materials
and for all preparation, hauling, 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 at a new negotiated unit price.

MATERIAL AND TESTING REQUIREMENTS

ASTM C29 Unit Weight of Aggregate

ASTM C117 Materials Finer than 75um (No. 200) Sieve in Mineral Aggregates by
Washing

ASTM C131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the
Los Angeles Machine

ASTM C136 Sieve or Screen Analysis of Fine and Coarse Aggregate

ASTM D693 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 1556 Density of Soil in Place by the Sand -Cone Method

ASTM D 1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using


10-lb (4.5-kg) Rammer and 18-in (457-mm) Drop

ASTM D 2167 Density of Soil in Place by the Rubber-Balloon Method ASTM D 2419
Sand Equivalent Value of Soils and Fine Aggregate

ASTM D 3017 Moisture Content of Soil and Soil-Aggregate in Place by Nuclear


Methods

ASTM D 3665 Random Sampling of Paving Materials

ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D 6938 Test Methods for In-Place Density and Water Content of Soil and Soil-
Aggregate by Nuclear Methods (Shallow Depth)

END ITEM P-219

RECYCLED CONCRETE AGGREGATE BASE COURSE P-219-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION P-220 - UNDERCUT BACKFILL STONE

DESCRIPTION

220-1.1 GENERAL

The work performed under this item shall consist of the placement of undercut backfill stone
on subgrade at locations designated by the COTR as specified in Item P-152.

MATERIALS

220-2.1 UNDERCUT BACKFILL STONE

Undercut backfill stone shall be durable and free from seams and cracks. Weathered stone
shall not be used. Stone shall meet the requirements of Virginia Department of
Transportation Coarse Aggregate #3 (VDOT #3 Stone), with the gradation shown in Table 1.
Recycled crushed concrete pavement is permitted, provided that it meets the gradation
requirements in Table 1.

TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE

Sieve Size Design Range Percentage by Weight Passing


Sieves
2.5 in 100
2 in. 90-100
1.5 in. 35-70
1 in. 0-15
1/2 in. Max. 5

CONSTRUCTION METHODS

220-3.1 PREPARATION OF SUBGRADE

The Contractor shall excavate to subgrade or undercut as directed by COTR as needed to


allow placement of the undercut backfill stone. The cost of excavation shall be paid for under
Items P-152.

220-3.2 SOIL STABILIZATION FABRIC

Prior to placing the undercut backfill stone, if directed by the COTR, the Contractor shall
place Soil Stabilization Fabric on the subgrade in accordance with Section P-161.

220-3.3 PLACEMENT OF UNDERCUT BACKFILL STONE

The Contractor shall place undercut backfill stone at locations directed by the COTR using a
dump truck or other approved equipment capable of spreading the stone. Undercut backfill
stone shall be placed in lifts not exceeding 12 inches in depth. The number of lifts shall be as

UNDERCUT BACKFILL STONE P-220-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

directed by the COTR and shall not exceed two.

220-3.4 COMPACTION OF SUBGRADE AND UNDERCUT BACKFILL STONE

The Contractor shall seat each lift of undercut backfill stone into the subgrade using tires or
tracks of earth moving equipment. Seating operations shall push the stone into the soil
subgrade to the satisfaction of the COTR.

After seating operations are completed, the Contractor shall place structural fill material in
accordance with Item P-209 or P-219 over the subgrade to finish subgrade elevations and
compact in accordance with Item P-209 or P-219.

METHOD OF MEASUREMENT

220-4.1 The quantity of undercut backfill stone to be paid for shall be the number of tons of undercut
backfill stone placed on the subgrade completed and accepted by the COTR. The quantity of
Soil Stabilization Fabric to be paid for shall be in accordance with Division 2, Section “Soil
Stabilization Fabric.”

BASIS OF PAYMENT

220-5.1 Payment for this item shall be at the contract unit price per ton for "Undercut Backfill Stone".
This cost shall be full compensation for the cost of hauling, placement of undercut backfill
stone and re-compaction of the final surface and furnishing all materials, labor, equipment,
and all else necessary to complete the work, therefore, and all other work in connection
therewith and incidental thereto. Payment for Soil Stabilization Fabric shall be in accordance
with Section P-161.

Payment will be made under:

Item P-220-5.1 - Undercut Backfill Stone per ton

END ITEM P-220

UNDERCUT BACKFILL STONE P-220-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION P-221 – CHOKE STONE INTERLAYER

DESCRIPTION

221-1.1 This item shall consist of a choke stone interlayer comprised of fine aggregate applied to
the surface of a stabilized and/or permeable base layer placed beneath Portland cement
concrete (PCC) pavement. The material shall be applied to the surface of the subject layer
in accordance with these specifications and in conformity to the lines, grades,
dimensions, and typical cross sections shown on the plans.

MATERIALS

221-2.1 AGGREGATE

The method used in producing the aggregate shall be such that the finished product is as
consistent as practicable. The aggregate shall consist of clean, sound, hard, durable
particles that meet the specification requirements. The aggregate shall be free from clay
balls, organic matter, and other deleterious substances in accordance with ASTM C 33.

Choke stone shall be made of hard, durable, fine aggregate.

The aggregate shall conform to the gradation shown in Table 1 or the gradation
requirements for VDOT Coarse Aggregate No. 10, VDOT Fine Aggregate Class A, B, C
or F or ASTM C 33 No. 9, when tested in accordance with ASTM C 136.

Table 1. Aggregate Gradation for Choke Stone Material


Sieve Size Percentage by Weight Passing Sieves
½ in (13 mm) 100
3/8 in (9.5 mm) 100
No. 4 (4.75 mm) 84-100
No. 100 (150 μm) 10-30

221-2.2 SUBMITTALS

At least 15 days prior to the placement of the choke stone, the Contractor shall submit
certified test reports to the Engineer for the material proposed for use during construction.
The certification shall show the appropriate ASTM specifications or tests for the material,
the name of the company performing the tests, the date of the tests, the test results, and a
statement that the material did or did not comply with the applicable specifications.

Tests older than 6 months shall not be used. Submittals shall comply with procedures set
forth in the “Shop Drawing and Sample Submittals” section of the General Conditions.
No choke stone shall be placed until the submittal is approved by the COTR.

EQUIPMENT

221-3.1 WEATHER LIMITATIONS

The choke stone may not be placed when rainfall is occurring or where rain is imminent.

CHOKE STONE INTERLAYER P-221-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

221-3.2 PLACEMENT

The choke stone aggregate shall be spread into a single uniform layer of such width and
thickness that, it conforms to the required grade and cross-section. The choke stone shall
be placed no sooner than 24 hours prior to placement of the P-501 concrete. The choke
stone shall be spread in a thin layer no thicker than 1/4 inch using spreading equipment
approved by the COTR.

221-3.3 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
COTR at no cost to the Contractor. Testing organizations performing these tests shall
meet the requirements of ASTM D 3666. All equipment in Contractor-furnished
laboratories shall be calibrated by the testing organization prior to the start of operations.

Aggregate samples shall be furnished by the Contractor in accordance with ASTM D 75


for laboratory testing prior to the start of production. Additionally, the Contractor shall
furnish aggregate samples at specified intervals during production. Sampling for
gradation shall be in accordance with ASTM D 75, and testing shall be in accordance
with ASTM C 136 and C 117.

221-3.4 ACCEPTANCE CRITERIA

Completed choke stone layers shall be determined as “acceptable” or "unacceptable" on


the basis of visual inspection. The COTR shall immediately notify the Contractor of
visual defects, such as improper thickness, non-uniform texture, evidence of material
segregation, and surface irregularities.

METHOD OF MEASUREMENT

221-4.1 No measurement will be made for choke stone interlayer. All costs associated with
choke stone interlayer work shall be considered incidental to the associated P-501 PCC
pavement item.

TESTING REQUIREMENTS

ASTM C 117 Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by
Washing

ASTM C 136 Sieve or Screen Analysis of Fine and Course Aggregates

ASTM D 75 Sampling Aggregates

ASTM D 3665 Random Sampling of Paving Materials

ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and
Paving Materials

CHOKE STONE INTERLAYER P-221-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

END ITEM P-221

CHOKE STONE INTERLAYER P-221-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION P-301- SOIL CEMENT SUBGRADE COURSE

PART 1 - DESCRIPTION

1.1 This item shall consist of constructing a soil cement subgrade course by uniformly mixing
together soil, Portland cement, and water. The mixed material shall be spread, shaped, and
compacted in accordance with these specifications and in conformity to the dimensions and
typical cross sections shown on the plans.

Runway and taxiway pavements shall be built in a series of parallel lanes using a plan of
processing that reduces longitudinal and transverse joints to a minimum.

PART 2 - MATERIALS

2.1 PORTLAND CEMENT

Portland cement shall conform to the requirements of ASTM C 150, Type I.

2.2 WATER

Water shall be clean and free from sewage, oil, acid, strong alkalis, or vegetable matter. Water of
questionable quality shall be tested in accordance with the requirements of AASHTO T 26.
Water known to be of potable quality may be used without testing.

2.3 SOIL

The soil for this work shall consist of materials on the site or selected materials from other
sources and shall be uniform in quality and gradation, and shall be approved by the COTR. The
soil shall be free of roots, sod, weeds, and shall not contain gravel or stone retained on a 3-inch
sieve or more than 45% retained on a No. 4 sieve, as determined by ASTM C 136.

2.4 BITUMINOUS MATERIAL

The types, grades, controlling specifications, and application temperatures for the bituminous
materials used for curing the soil-cement are listed in Section P-601.

PART 3 – COMPOSIION AND CEMENT QUANTITY

3.1 PORTLAND CEMENT

Portland cement shall be applied at the rate of 60 pounds per square yard for a 12 inch depth of
subgrade treatment as shown on the plans.

3.2 TOLERANCES

SOIL CEMENT SUBGRADE COURSE P-301 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

At final compaction, the cement and water content for each course of subgrade treatment
shall conform to the following tolerances.
Material Tolerance
Cement + 6 pounds per square yard, - 0 pounds per square yard
Moisture content At optimum moisture to + 2 percentage points above

PART 4 – CONSTRUCTION METHODS

4.1 GENERAL

It is the primary requirement of this specification to secure a completed subgrade


containing a uniform Portland cement mixture, free from loose or segregated areas, of
uniform density and moisture content, well bound for its full depth, and with a smooth
surface suitable for placing subsequent courses. It shall be the responsibility of the
Contractor to regulate the sequence of his/her work, to use the proper amount of Portland
cement, maintain the work, and rework the courses as necessary to meet the requirements
of paragraph 3.2.

4.2 WEATHER LIMITATIONS

The cement stabilized soils shall not be mixed or placed while the atmospheric temperature is
below 35 degrees F (2 degrees C) or when conditions indicate that the temperature may fall below
35 degree F (2 degrees C) within 24 hours, or when the weather is foggy or rainy, or when the
soil or subgrade is frozen.

4.3 EQUIPMENT

The soil cement may be constructed with any equipment that will meet the requirements for soil
pulverization, cement application, mixing, water application, incorporation of materials,
compaction, finishing and curing specified herein. The details of the equipment to be used shall
be submitted to the COTR for review at least 5 calendar days before the machine is brought onto
the project site. The COTR may prohibit the use of any piece of equipment that will not, or does
not, produce acceptable results.

4.4 PREPARATION

The area to be stabilized shall be graded and shaped to conform to the grades and typical cross
section shown on the plans prior to beginning any cement treatment. The area shall meet the
requirements specified in Section P-152 “Excavation and Embankment” and shall be shaped,
compacted and proof-rolled. Any soft or yielding areas in the subgrade shall be removed and
replaced with acceptable soil and compacted as specified in Section P-152 and accepted by the
COTR prior to beginning the stabilization operation for the area.

4.5 PULVERIZATION

SOIL CEMENT SUBGRADE COURSE P-301 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

The soil for the cement stabilized subgrade course shall be so pulverized that at the completion of
the moist-mixing, exclusive of gravel or stone retained on the No. 4 sieve, 100 percent by dry
weight passes a 1 inch sieve and a minimum of 80 percent passes a No. 4 sieve.

4.6 CEMENT APPLICATION, MIXING, AND SPREADING

Mixing of the soil, cement, and water shall be accomplished as described below.

A. The percentage of moisture in the soil, at the time of cement application, shall not exceed
the quantity that will permit a uniform and intimate mixture of soil and cement during
mixing operations, and shall meet the requirements of paragraph 3.2.

B. The specified quantity of cement shall be spread uniformly on the soil by an approved
spreader or bag distribution. It shall be distributed at a uniform rate and in such a manner
as to reduce to a minimum the scattering of cement by wind. Cement shall be placed in a
slurry form, if in the opinion of the COTR; the blowing cement becomes objectionable in
the safe operations of the adjacent areas of the airport. Cement that has been displaced
shall be replaced before mixing is started.

C. The width and depth of the required pulverizing and mixing will be shown on plans. The
depth of pulverizing shall be controlled to insure that the finished thickness will be within
the required tolerance limits.

D. After cement has been applied, it shall be mixed with the soil. The contractor shall dry
mix the cement with the pulverized subgrade materials. Dry mixing shall continue until
the cement has been sufficiently blended with the soil to reduce the possibility of the
formation of cement balls that may occur when water is applied. The cement shall be
uniformly distributed throughout the mixture. Water shall then be incorporated into the
mixture of cement and pulverized subgrade materials. The addition of water and the
mixing shall be completed in one continuous pass. The mixture of the water, cement, and
pulverized subgrade materials shall be within the tolerance limits of optimum moisture
content and shall be in a condition suitable for immediate compaction without further
mixing or grading. Excessive concentrations of water on or near the surface shall be
avoided. After all mixing water has been applied, mixing shall continue until a uniform
mixture of soil, cement, and water has been obtained. A visual inspection of the final
mixture shall be witnessed by the COTR. An inspection area of two feet by two feet shall
be removed to the bottom elevation of the soil cement layer. The mixture shall be
uniform in color and consistency from the top of the soil cement to the bottom of the
layer along the sides of the soil cement that has been left in place. Non-uniform portions
of the layer will be noted by the COTR and additional mixing shall be required until the
layer is consistent throughout. Once the layer has been found to be consistent, the
established mixing pattern shall remain in effect throughout production or until differing
soil conditions have been determined. When differing soil conditions have been
determined, a new mixing pattern shall be established in accordance with the visual
inspection process noted herein.

E. A gage or gages shall be provided to allow the continuous monitoring the amount of
water that is applied. When the mixer will handle only a part of the subgrade width, the
successive increments shall be of such length that the full width of treated material may
be promptly mixed, compacted and finished, with not more than 30 minutes between

SOIL CEMENT SUBGRADE COURSE P-301 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

mixing adjacent lanes. The subgrade and cement mix shall not remain undisturbed after
mixing and before compaction for more than 30 minutes.

F. When the uncompacted mixture is made too wet by the addition of too much water, or by
rain, the moisture content exceeds the specified tolerance for compaction; the entire
affected section shall be reconstructed at the Contractor’s expense. Not more than 60
minutes shall elapse between the start of moist mixing and the start of compaction of the
cement stabilized soils.

4.7 BURIED UTILITIES

Buried electrical conduits are located at locations shown on plans within the subgrade. At those
locations, the subgrade shall be carefully excavated by manual methods to the secondary grade.
Appropriate protection measures for the electrical conduits shall be exercised. The excavated
soils shall be thoroughly mixed with cement and placed around the conduits by manual methods.

4.8 COMPACTION

Immediately upon completion of the spreading operations, the mixture shall be thoroughly
compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to
the required density.

The field density of the compacted mixture shall be at least 98 percent of the maximum density of
laboratory specimens prepared from samples of the cement stabilized subgrade material taken
from the material in place. The specimens shall be compacted and testing in accordance with
ASTM D 558. The in-place field density and moisture shall be determined at random locations in
accordance with ASTM D 1556 or ASTM D 2922 at one test per 2,000 square yards of the
constructed cement stabilized subgrade soils. Any mixture that has not been compacted shall not
be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of
compaction shall be at optimum or above by 2 percentage points. The optimum moisture content
shall be determined in accordance with ASTM D 558 and shall be less than that amount which
will cause the mixture to become unstable during compaction and finishing.

When the field density test fails to meet the minimum requirement of 98 percent of the maximum
density as determined in accordance with ASTM D 558, two additional tests within the 2,000
square yard area shall be randomly selected and tested. If one of the two additional tests and/or
the average of the three tests within the area fail to meet the minimum requirement of 98 percent
of the maximum density, the area shall be removed and replaced at the Contractor’s expense.

4.9 FINISHING

Finishing operations shall be completed during daylight hours unless adequate artificial lighting is
provided, and the completed cement stabilized subgrade shall conform to the required lines,
grades, and cross sections. If necessary, the surface shall be lightly scarified to eliminate any
imprints made by the compacting or shaping equipment. The surface shall then be recompacted
to the required density.

4.10 CONSTRUCTION JOINTS

SOIL CEMENT SUBGRADE COURSE P-301 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A. At the end of each day’s run, a transverse construction joint shall be formed by cutting
back into the compacted material to form a true vertical face free of loose material. The
protection provided for construction joints shall permit the placing, spreading, and
compacting of stabilized material without damage to the work previously laid. Where it
is necessary to operate or turn any equipment on the completed soil cement subgrade
course material, sufficient protection and cover shall be provided to prevent damage to
the finished surface. A supply of mats or wooden planks shall be maintained and used as
approved and directed by the COTR. When mixing is to be completed at or below the
existing subgrade, mixing along the transverse joint shall begin at a minimum overlap of
one foot from the end of the previous days run.

B. Care shall be exercised to ensure thorough compaction of the cement stabilized subgrade
material immediately adjacent to all construction joints. When spreading or compacting
the cement stabilized subgrade material adjacent to a previously constructed lane, care
shall be taken to prevent damage to the work already constructed.

4.11 PROTECTION AND CURING

A. After the subgrade has been stabilized as specified herein, it shall be protected against
during for a period of 7 days by the application of bituminous material or other
acceptable methods. However, equipment necessary to construct the next layer of the
pavement section may be permitted on the soil cement subgrade course between 3 and 7
days, if warranted by the construction schedule. The curing method shall begin as soon
as possible, but no later than 8 hours after the completion of finishing operations. The
finished subgrade course shall be kept moist continuously until the curing material is
placed. Curing disturbed between 3 and 7 days shall be corrected at the conclusion of
each shift, not more than 8 hours from the disturbance.

B. Proof roll soil cement subgrade course in accordance with Item P-152, Paragraph 3.4.A.
If the areas exhibit yielding of 1 inch or greater, the compacted mixture in those areas
shall be removed and replaced. The Contractor shall be responsible for the removal and
replacement at no additional cost to the Authority.

C. The bituminous material specified shall conform to Item P-602 and be uniformly applied
to the surface of the completed base course at the rate of approximately 0.2 gallon per
square yard with approved heating and distributing equipment. The exact rate and
temperature of application to give complete coverage without excessive runoff shall be as
specified.

D. At the time the bituminous material is applied, the surface shall be dense, free of all loose
and extraneous material, and shall contain sufficient moisture to prevent penetration of
the bituminous material. Water shall be applied in sufficient quantity to fill the surface
voids immediately before the bituminous curing material is applied.

E. The curing material shall be maintained and applied as needed by the Contractor during
the 7 day protection period so that all of the soil-cement will be covered effectively
during this period.

SOIL CEMENT SUBGRADE COURSE P-301 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

F. Finished portions of cement stabilized subgrade that are used by equipment in


constructing an adjoining section shall be protected to prevent equipment from marring or
damaging the completed work.

G. When the air temperature may be expected to reach the freezing point, sufficient
protection from freezing shall be given the soil-cement for 7 days after its construction
and until it has cured.

H. Other curing materials may be used if approved by the COTR.

4.12 CONSTRUCTION LIMITATIONS

When any of the operations after the application of cement are interrupted for more than 30
minutes or when the uncompacted cement stabilized soils mixture is wetted by rain so that the
moisture content is exceeded by a small amount, the decision to reconstruct the affected portion
shall rest with the COTR. In the event the uncompacted, rain-wetted mixture exceeds the
specified moisture content tolerance, the Contractor shall reconstruct the affected portion at
his/her expense. All material along the longitudinal or transverse construction joints not properly
compacted shall be removed and replaced, at the Contractor’s expense, with properly moistened
and mixed cement stabilized soils compacted to specified density.

4.13 SURFACE TESTS

The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge
applied parallel with, or at right angles to, the longitudinal axis of the pavement. Any variations
in excess of this tolerance shall be corrected by the Contractor, at his/her own expense, in a
manner satisfactory to the COTR.

4.14 GRADE CONTROL

The average grade of the cement stabilized subgrade soils constructed during 1 day shall be
within ½ inch of the elevation shown on the plans, except that the elevation of any one point may
be within ¾ inch of that shown on the plans. The grade levels shall be established on a uniform
survey grid with successive points no more than 50 feet apart in plan view. The grade levels shall
be recorded no sooner than 12 hours after the construction of the cement stabilized subgrade
course. If the elevation of the cement stabilized subgrade soils made in 1 day’s construction is
not within the tolerance defined herein, the deficiency shall be corrected at the Contractor’s
expense with the application of the cement treated base course.

4.15 MAINTENANCE

The Contractor shall be required to maintain, at his/her own expense, the entire cement stabilized
subgrade course within the limits of his/her contract in a condition satisfactory to the COTR from
the time he/she starts work until all the work has been completed and covered by the pavement
base layer. Maintenance shall include immediate repairs of any defects that may occur either
before or after the cement is applied. The work shall be done by the Contractor at his own
expense and repeated as often as necessary to keep the area intact at all times. Repairs shall be
made in a manner that will ensure restoration of a uniform surface and the durability of the part
repaired. Faulty work must be replaced for the full depth of treatment.

SOIL CEMENT SUBGRADE COURSE P-301 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

PART 5 – CONTRACTOR QUALITY CONTROL

5.1 QUALITY CONTROL

A. Conform to all applicable provisions of Section 01400 “Contractor Quality


Control Program.” Provide the following tests:

1. Material Requirements. The Contractor shall perform all preliminary


testing and testing during production of all material used for the soil
cement subgrade course.

2. The Contractor shall monitor the cement content in accordance with the
amount specified in Section 3.1. The cement content shall be measured
four times per day during production by means acceptable to COTR.

3. Thickness Control. The Contractor shall monitor the thickness of the soil
cement subgrade course twice daily in accordance with paragraph 4.6 D.

4. Surface Tolerance. The Contractor shall measure and document the


surface smoothness in accordance with paragraphs 4.13 and 4.14.

5. Reports. A report of all preliminary test results and maximum density


optimum moisture curves in accordance with ASTM D 558 shall be made
and given to the COTR prior to the construction of the soil cement
subgrade course. A separate report for all production testing which
includes; additional maximum density optimum moisture curves for the
various materials encountered, cement contents, in-place densities, surface
tolerances, and thicknesses shall be made and given to the COTR within
48 hours of performing the tests.

PART 6 – METHOD OF MEASUREMENT

6.1 The quantity of soil cement subgrade course to be paid for shall be the number of square yards of
completed and accepted cement stabilized subgrade soils.

PART 7 – BASIS OF PAYMENT

7.1 Payment shall be made at the contract unit price per square yard for soil cement subgrade course.
This price shall be full compensation for furnishing all materials, and for all preparation,
delivering, placing, and mixing of these materials; and for all labor, equipment, tools and
incidentals necessary to complete the item.

Payment will be made under:

Item P-301-6.1 Soil Cement Subgrade Course, 12” Depth – per square yard

SOIL CEMENT SUBGRADE COURSE P-301 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TEST REQUIREMENTS

ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate

ASTM D 558 Moisture-Density Relations of Cement Stabilized Soils Mixtures

ASTM D 806 Standard Test Method for Cement Content of Soil-Cement Mixtures

ASTM D 1556 Test for Density of Soil In-Place by the Sand Cone Method

ASTM D 2922 Test for Density of Soil In-Place by the Nuclear Method

AASHTO T 26 Quality of Water to be used in Concrete

MATERIAL REQUIREMENTS

ASTM C 150 Portland Cement

END OF SECTION 017114

SOIL CEMENT SUBGRADE COURSE P-301 - 8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION P-304 - CEMENT-TREATED BASE COURSE

304-1.1 DESCRIPTION

A. This item shall consist of a base course composed of mineral aggregate and
cement uniformly blended and mixed with water. The mixed material shall be
spread, shaped, and compacted in accordance with these specifications and in
conformity to the lines, grades, dimensions, and typical cross sections shown on
the plans. Runway, taxiway or apron courses shall be built in a series of parallel
lanes using a plan of processing that reduces longitudinal and transverse joints to
a minimum.

304-1.2. 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.

304-1.3. SUBMITTALS

A. Furnish shop drawings, manufacturer's data, test reports and materials


certifications for all materials required in the referenced section, including:

1. Cement
2. Water
3. Aggregate
a. Gradation
b. Fractured Face
c. Flat and elongated pieces
d. Abrasion
e. Soundness
f. Atterberg limits of minus 40 sieve material
4. Curing Compound
5. Mix Design
6. Field Density Reports
7. Straightedge Test Report

The test data or material certifications shall be dated within 6 months of the
submittal date. Old or incomplete submittals will not be accepted.

CEMENT-TREATED BASED COURSE P-304-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

MATERIALS

304-2.1 PORTLAND CEMENT

A. Portland cement shall conform to the requirements of ASTM C 150, Type I or


Type II. Contractors may use bulk cement, subject to the COTR's approval of
the apparatus for handling, weighing, applying the cement, and performance.

304-2.2 WATER

A. Water shall be clean, clear, and free from injurious amounts of sewage, oil, acid,
strong alkalies, or vegetable matter, and it shall be free from clay or silt. If the
water is potable, it is considered acceptable; otherwise, it shall be tested in
accordance with the requirements of AASHTO T 26.

304-2.3 AGGREGATE

A. The aggregate shall be select granular materials meeting the gradation


requirements given in Table 1. Recycled crushed concrete pavement shall not be
used. The material shall be free of roots, sod, and weeds. The crushed or
uncrushed aggregate shall consist of hard, durable particles of accepted quality,
free from an excess of flat, elongated, soft, or disintegrated pieces, or
objectionable matter. At least 90% of the aggregate (by weight) shall have at
least one (1) fractured face. The method used in producing the aggregate shall be
such that the finished product shall be as consistent as practicable. All stones and
rocks of inferior quality shall be wasted.

B. Aggregates suspected of containing injurious quantities of sulfates shall be


examined petrographically in accordance with ASTM C 295.

C. The aggregate shall have a percent of wear not more than 40 percent as
determined by ASTM C 131.

D. The percentage of wear of the crushed aggregate retained on the No. 4 (4.75-mm)
sieve shall not be greater than 40 percent when tested in accordance with ASTM
C131. The sodium sulfate soundness loss shall not exceed 10 percent, or the
magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles,
when tested in accordance with ASTM C 88.

E. The aggregate shall conform to the gradation shown in Table 1 when tested in
accordance with ASTM C 136. VDOT aggregate material No. 21A gradation is
allowed but the contractor shall be required to furnish certifications and test data
that verifies the material submitted conforms to the material requirements of the
MWAA specification including soundness, abrasion, fractured face and percent
elongated particles.

CEMENT-TREATED BASED COURSE P-304-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TABLE 1. AGGREGATE CEMENT-TREATED BASE COURSE

Sieve Size Percentage by Weight


Passing Sieves

2 in.
100
1 in.
94-100
3/8 In.
63-72
No. 10
32-41
No. 40
14-24
No. 200
6-12

F. The gradations in the table represent the limits that shall determine suitability of
aggregate for use from the sources of supply. The final gradations decided on,
within the limits designated in the table, shall be well graded from coarse to fine
and shall not vary from the low limit on one sieve to the high limit on adjacent
sieves, or vice versa. The portion of the base aggregate, including any blended
material, passing the No. 40 sieve shall have a liquid limit of not more than 25
and a plasticity index of not more than 6 when tested in accordance with ASTM
D 4318.

G. All aggregate samples required for testing shall be furnished by the Contractor at
the expense of the Contractor. Sampling shall be in accordance with ASTM D
75 and will be observed by the Engineer. No aggregate shall be used in
production of mixtures without prior approval.

H. Reactivity. Virgin crushed material (stone or gravel) to be used in CTB shall be


evaluated and tested by the Contractor for alkali-aggregate reactivity in
accordance with ASTM C 1260. The test results shall have a measured
expansion equal to or less than 0.10 percent in 16 days. The laboratory
conducting the tests shall meet requirements of ASTM C 3666.

304-2.4 COVER MATERIAL FOR CURING

A. Curing material shall be an approved white pigmented wax-based liquid


membrane-forming compound conforming to the requirements of ASTM C 309,
Type 2, Class A or B (wax based).

304-2.5 CHOKE STONE

A. A choke stone interlayer shall be used as a bond breaker between the CTB and
PCC pavement. Choke stone shall conform to the requirements of Division 20
Section “Choke Stone Interlayer.”

CEMENT-TREATED BASED COURSE P-304-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

304-3.1 CEMENT CONTENT

A. The cement content of 6-inch cement treated base course used under PCC
taxiway pavement shall be 6% by weight of the aggregate.

B. The cement content of 6-inch cement treated base course used under bituminous
shoulder pavement shall be 4% by weight of the aggregate.

CONSTRUCTION METHODS

304-4.1 WEATHER LIMITATIONS

A. The cement-treated base shall not be mixed or placed while the atmospheric
temperature is below 40oF or when conditions indicate that the temperature may
fall below 35oF within 24 hours or when the weather is rainy. Cement-treated
base shall not be placed on frozen subgrade or mixed when aggregate is frozen.

304-4.2 EQUIPMENT

A. The Cement treated base course may be constructed with specialized equipment
that will meet the requirements for cement application, mixing, water application,
incorporation of materials, compaction, finishing, and curing specified herein.
Certain equipment shall be as specified below.

B. The methods to be employed in performing the work and the equipment and tools
to be used for handling the materials and executed the work shall be subject to
the approval of the COTR before the work is started. Whenever corrections are
necessary, changes shall be made. All equipment, tools, machinery, and plants
must be maintained in a satisfactory working condition.
.
C. Final grading shall be accomplished by survey control established at maximum
50-foot stations. Control shall be checked at centerline, pavement edges and a
maximum of 50’ intervals between, by elevation checks on the section. All
elevations shall be submitted to the COTR for acceptance.

304-4.3 PREPARING UNDERLYING COURSE

A. The underlying course shall be checked and accepted 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 before the base course is placed thereon. The cost for all remedial
work on the subgrade shall be incidental to the cost for Item P-304. Grade
control between the edges of the pavement shall be accomplished by grade
stakes, steel pins, or forms placed in lanes parallel to the centerline and at
intervals of 50' or less on the longitudinal grade and at 25' or less on the
transverse grade.

B. To protect the subbase and to ensure proper drainage, the spreading of the base
shall begin along the centerline of the pavement on a crowned section or on the
greatest contour elevation of the pavement with a variable uniform cross slope.

CEMENT-TREATED BASED COURSE P-304-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

304-4.4 MIXING (CENTRAL AND CONTINUOUS)

A. The aggregate shall be proportioned and mixed with cement and water in a
central mixing plant. The plant shall be equipped with feeding and metering
devices that will introduce the cement, aggregate, and water into the mixer in the
quantities specified. Mixing shall continue until a thorough and uniform mixture
has been obtained.

B. The continuous mixing Plant method of mixing the aggregate and cement will be
allowed provided the following criteria are achieved. The COTR will be the sole
evaluator of the process and will make the final determination.

1. Plant Approved for mixing Cement Treated Base Material by VDOT.

2. Cement Addition System is capable of injecting a minimum 4% cement.


The plant shall be capable of producing the total matrix at a minimum
rate of 250 tons per hour.

3. The plant shall be set at the cement content approved by the COTR and
shall not be altered. If the cement content is altered for any reason, all
operations for the established project will cease for that day or until the
cement content is recalibrated.

4. The cement content shall be determined by the titration method. The


Contractor shall provide for the testing of the cement content in
accordance with VTM 40.

304-4.5 PLACING

A. The mixture shall be transported to the job site in suitable vehicles and shall be
deposited on the moistened subbase in uniform layers by means of approved
mechanical spreaders. Not more than 60 minutes shall elapse between the start
of moist mixing and the start of compaction of the cement-treated mixture on the
prepared subgrade.

B. Final grading shall be accomplished by survey control established at 50-foot


stations. Control shall be checked at centerline, pavement edges and a maximum
of 50-foot intervals between, by elevation checks on the section. All elevations
shall be submitted to the COTR for acceptance.

304-4.6 ACCEPTANCE SAMPLING AND TESTING OF CEMENT-TREATED BASE


COURSE (COMPACTION AND THICKNESS)

A. Immediately upon completion of the spreading operations, the mixture shall be


thoroughly compacted. The number, type, and weight of rollers shall be
sufficient to compact the mixture to the required density.

B. At the start of compaction, the percentage of moisture in the mixture based on


oven-dry weights, shall not be below and not more than two percentage points

CEMENT-TREATED BASED COURSE P-304-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

above the mix design moisture content and shall be less than that quantity which
will cause the Cement treated base course mixture to become unstable during
compaction and finishing.

C. The cement-treated base course shall be accepted for density on a lot basis. A lot
will consist of one day’s production, not to exceed 1200 square yards and will be
divided into four equal sublots. One test shall be made for each sublot.
Sampling locations will be determined by the COTR on a random basis in
accordance with statistical procedures contained in ASTM D 3665. The COTR
will be performing all acceptance testing and the results obtained will be used as
a basis of payment.

D. Each lot of compacted material will be accepted, with respect to density, when
the average field density is equal to or greater than 98 percent of the maximum
density of laboratory specimens prepared from samples of cement-treated base
course taken from the material in place.

E. The laboratory specimens shall be compacted and tested in accordance with


ASTM D 558. The in-place field density shall be determined in accordance with
ASTM D 1556 or ASTM D 2167, or ASTM D 6938. The lot will be accepted
without adjustment in payment if the average density, based on four acceptance
tests of the lot, is greater than or equal to 98 percent. If the average density does
not meet this requirement, the Contractor may elect to leave the lot in place at a
reduced unit price determined in accordance with Table 3.

TABLE 3. SLIDING SCALE PAY FACTORS

Average Percent Density Recommended Percent Payment

98.0 and greater 100


97.0-97.9 95
96.0-96.9 90
95.0-95.9 75
Less than 95.0 reject

F. Any mixture that has not been compacted shall not be left undisturbed for more
than 30 minutes. The moisture content of the mixture at the start of compaction
shall not be below nor more than 2 percentage points above the optimum
moisture content. The optimum moisture content shall be determined in
accordance with ASTM D 558 and shall be less than that amount which will
cause the mixture to become unstable during compaction and finishing.

G. The thickness of the cement-treated base course shall be determined from


measurements of the depths of mixing at the time intervals so that each test shall
represent no more than 300 square yards. The Contractor shall conduct the depth
measurements, record the results on daily inspection reports, and supply the daily
reports to the COTR. The average thickness of the base constructed during one
day shall be within 1/2-inch of the thickness shown on the plans, except that the
thickness of any one point may be within 3/4-inch of that shown on the plans.
Where the average thickness shown by the measurements made in one day’s

CEMENT-TREATED BASED COURSE P-304-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

construction is not within the tolerance given; the COTR shall evaluate the area
and determine if, in his opinion, it shall be reconstructed at the Contractor’s
expense or the deficiency deducted from the total material in place. The
determination evaluation and final payment shall rest solely with the COTR.
Deficiencies in depth exceeding those tolerances listed hereinberfore shall result
in a downward adjustment of payments as follows:

1/2” to 1” - 50%
1” to 1-1/2” - 90% or rejection (at COTR’s option)
Greater than 1-1/2” - Rejection (will require reconstruction)

304-4.7 LAYER THICKNESS

A. No layer shall be in excess of 9 inches or less than 4 inches when compacted. In


multilayer construction, the surface of the compacted material shall be kept moist
until covered with the next layer.

304-4.8 FINISHING

A. The completed base course shall conform to the required lines, grades, and cross
section. If necessary, the surface shall be lightly scarified to eliminate any
imprints made by the compacting or shaping equipment. The surface shall then
be re-compacted to the required density. The moisture content of the surface
material must be maintained at its specified optimum moisture content during
finishing operations. The compaction and finishing operations shall be
completed within 2 hours of the time water is added to the mixture and shall
produce a smooth, dense surface that is free of surface checking, ridges, or loose
material. Should work be performed at night, adequate lighting shall be provided
by the Contractor.

B. The equipment used for final grading shall be a self-propelled machine with a
mold board cutting edge of 12' minimum width which is automatically controlled
by sensors in conjunction with an independent grade control from a taut
stringline (nylon cord or wire). The automatic control system shall be actuated
from the stringline through a system of mechanical sensor or sensor-directed
mechanisms which will maintain the cutting edge at a predetermined transverse
slope and at the proper elevation to obtain the required base course surface.
Stringline will be required on both sides of the sensor controls for all lanes.
Under no circumstance will a "lock-in" device be allowed to control the
automatic grading machine from the existing subgrade or previously completed
lane.

C. The automatic grading machine shall be operated and manned by personnel


experienced and trained on the operations of the equipment. The automatic
grading machine shall, when arriving at the job site and at each time the machine
is transported from one location to another, be thoroughly inspected and checked,
by an experienced person, preferably the manufacturer's representative, for
misalignment, warping, breakage, or inadvertent changes in the setting of various
control elements. This shall include inspecting the configuration of the main
cutting edge when in grading position. Such inspection shall be accomplished in

CEMENT-TREATED BASED COURSE P-304-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

accordance with the recommendations of the manufacturer of the machine used


on the project.

D. Cement treated base course limits which extend beyond the edges of the new
PCC surface course may be rolled down or shaped in such a manner that the
slope is away from the new PCC surface course edge.

304-4.9 SURFACE TOLERANCE

A. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot
straightedge applied parallel with, or at right angles to, the centerline of the
stabilized area. The Contractor at the Contractor’s expense shall correct any
deviation in excess of this amount.

304-4.10 CONSTRUCTION JOINTS

A. At the end of each day's construction, a transverse construction joint shall be


formed by a header or by cutting back into the compacted material to form a true
vertical face free of loose material.

B. Longitudinal joints shall be formed by cutting back 6 inches into the compacted
material to form a true vertical edge. The material removed from the six-inch
section shall be spread across the subgrade or incorporated into the adjacent lane
of material.

C. The protection provided for construction joints shall permit the placing,
spreading, and compacting of base material without injury to the work previously
laid. Where it is necessary to operate or turn any equipment on the completed
subbase course, sufficient protection and cover shall be provided to prevent
damage to the finished surface. A supply of mats or wooden planks shall be
maintained and used as approved and directed by the COTR.

D. Care shall be exercised to ensure thorough compaction of the subbase material


immediately adjacent to all construction joints. When spreading or compacting
base material adjacent to a previously constructed lane, care shall be taken to
prevent injury to the work already constructed.

304-4.11 PROTECTION AND CURING

A. The completed cement-treated base to be overlain with concrete shall be cured


with a white-pigmented curing compound applied as soon as possible, and in no
case later than 24 hours after completion of the finishing operations. The surface
of the base course shall be kept moist until the curing compound is applied.

B. Curing compound shall be uniformly applied by mechanical sprayers under


pressure at a rate of one gallon to not more than 200 square feet of surface. The
rate of application shall be approved by the COTR. 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

CEMENT-TREATED BASED COURSE P-304-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

shall be stirred continuously by effective mechanical means. Hand spraying of


odd widths or shapes and concrete surfaces exposed by the removal of forms will
be permitted. 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 within the required curing period, the damaged portions shall be
repaired immediately with additional compound.

C. The curing seal shall be maintained and protected until the Choke Stone
Interlayer is placed or asphalt concrete pavement is placed.

D. Finished portions of the base course that are used by equipment in the
construction of an adjoining section shall cure sufficiently and be protected to
prevent marring or damaging the completed work. If COTR determines
construction traffic is damaging the placed course the contractor shall cease
operations until sufficient cure has occurred so that no damage occurs to the
course. Any damaged areas shall be replaced at the direction of COTR. The
stabilized area shall be protected from freezing during the curing period.

304-4.12 CONSTRUCTION LIMITATION

A. When any of the operations after the application of cement are interrupted for
more than 30 minutes or when the uncompacted cement treated base course
mixture is wetted by rain so that the moisture content is exceeded by a small
amount, the decision to reconstruct the portion affected shall rest with the COTR.
In the event the uncompacted, rain-wetted mixture exceeds the specified moisture
content tolerance, the Contractor shall reconstruct at his expense the portion
affected. All material along the longitudinal or transverse construction joints not
properly compacted shall be removed and replaced, at the Contractor's expense,
with properly moistened and mixed Cement treated base course compacted to
specified density.

304-4.13 MAINTENANCE

A. The Contractor shall be required to maintain, at his own expense, the entire base
course within the limit of his contract in a condition satisfactory to the COTR
from the time he starts work until all the work has been completed. Maintenance
shall include immediate repairs of any defects that may occur either before or
after the cement is applied. The work shall be done by the Contractor at his own
expense and repeated as often as necessary to keep the area intact at all times.
Repairs shall be made in a manner that will ensure restoration of a uniform
surface and the durability of the part repaired. Unacceptable work must be
replaced for the full depth of treatment. Any low areas shall be remedied by
replacing the material for the full depth of treatment rather than by adding a thin
layer of Cement treated base course to the completed work.

CONTRACTOR QUALITY CONTROL

304-5.1 QUALITY CONTROL

CEMENT-TREATED BASED COURSE P-304-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A. Conform to all applicable provisions of Division 1, Section “Quality


Requirements.” Provide the following tests:

1. Material Requirements. The Contractor shall perform all preliminary


testing and testing during production of all material used as cement-
treated base course. The quality and gradation of the cement-treated base
course shall meet the requirements specified hereinwith.

2. Maximum Density Optimum Moisture. The Contractor shall obtain a


maximum density-optimum moisture curve in accordance with ASTM D
558 for the cement-treated base course.

3. Compaction Tests. The Contractor shall obtain in-place field densities at


the sampling rate specified in Paragraph 4.6, Acceptance Sampling and
Testing of Cement-Treated Base Course (Compaction and Thickness).

4. Surface Tolerance. The Contractor shall measure and document the


surface smoothness in accordance with Paragraph 4.9, Surface
Tolerance.

5. Thickness Control. The Contractor shall determine complete thickness


in accordance with Paragraph 4.7, Layer Thickness.

6. 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 cement-treated base course. A report of all
production testing, in-place densities, surface tolerances and thickness
shall be made and given to the COTR within 48 hours of making the
tests.

7. Titration tests for plant mixed material shall be in accordance with VTM
40; one test for each lot.

304-6.1 METHOD OF MEASUREMENT

A. The quantity of cement-treated base to be paid for will be determined by


measurement of the number of square yards of base actually constructed and
accepted by the COTR as complying with the plans and specifications.

304-7.1 BASIS OF PAYMENT

A. Payment shall be made at the contract unit price per square yard for
cement-treated base course. This price shall be full compensation for furnishing
all materials including Portland cement; for all preparation, manipulation, and
placing of these materials; and for all labor, equipment, tools, and incidentals
necessary to complete the item.

B. Each lot of CTB material will be accepted for density at the contract price
adjusted in accordance with Paragraphs 4.6.E and 4.6.G.

CEMENT-TREATED BASED COURSE P-304-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Payment will be made under:

Item P-304-7.1 - Cement-Treated Base Course for Taxiways (6”) per Square Yard

Item P-304-7.2 - Cement-Treated Base Course for Shoulders (6”) per Square Yard

TESTING REQUIREMENTS

ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or


Magnesium Sulfate

ASTM C 131 Resistance to Degradation of Small-Size Coarse Aggregate by


Abrasion and Impact in the Los Angeles Machine

ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate

ASTM C 295 Petrographic Examination of Aggregates for Concrete

ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar Bar Method)

ASTM D 75 Sampling Aggregates

ASTM D 558 Moisture-Density Relations of Soil-Cement Mixtures

ASTM D 560 Freezing and Thawing Tests of Compacted Soil-Cement


Mixtures

ASTM D 1556 Density of Soil in Place by the Sand-Cone Method

ASTM D 1633 Compressive Strength of Molded Soil-Cement Cylinders

ASTM D 2167 Density of Soil in Place by the Rubber-Balloon Method

ASTM D 3665 Random Sampling of Paving Materials

ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D 6938 Standard Test Method for In-Place Density and Water Content of
Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)

AASHTO T 26 Quality of Water to be Used in Concrete

MATERIAL REQUIREMENTS

ASTM C 150 Portland Cement

ASTM C 309 Specification for Liquid Membrane-Forming Compounds for


Curing Concrete

END ITEM P-304

CEMENT-TREATED BASED COURSE P-304-11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-405 – BITUMINOUS CONCRETE PAVEMENT

DESCRIPTION

405-1.1 GENERAL

This Work shall consist of constructing one or more courses of bituminous (asphalt) concrete,
SUPERPAVE type, on the prepared foundation in accordance with these specifications and in
reasonably close conformity with the lines, grades, thicknesses, and typical cross sections
shown on the plans or as established by the Contracting Officer’s Technical Representative
(COTR).

405-1.2 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
work to be done.

405-1.3 SUBMITTALS

Furnish shop drawings, manufacturer’s data, test reports and materials certifications as
required in the referenced section, including:

A. Job Mix Formula.


B. Field Density Reports.
C. Straightedge Test Report.
D. Material delivery weight slips.

The test data or material certifications shall be dated within 6 months of the submittal date.
Old or incomplete submittals will not be accepted.

MATERIALS

405-2.1 AGGREGATE

A. 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.

BITUMINOUS CONCRETE PAVEMENT P-405 - 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Abrasion loss shall conform to the requirements of Table 1. Tests will be performed
in accordance with the requirements of AASHTO T96 on aggregate with grading the
most nearly identical to the grading to be used in the work.

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.

C. Mineral Filler: Rock, hydraulic cement, or other inert material complying with
ASTM D242.

D. Bituminous Cement:

1. Mix SM-12.5A shall use a Performance Graded 64-22 bituminous cement


conforming to the requirements of AASHTO Provisional Specification MP-1.
2. Mix IM-19.0A shall use a Performance Graded 64-22 bituminous cement
conforming to the requirements of AASHTO Provisional Specification MP-1.

BITUMINOUS CONCRETE PAVEMENT P-405 - 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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-12.5A 85% Min 80% Min 10% Max1 45% Min 45% Min
IM-19.0A 85% Min 80% Min 10% Max1 45% Min 45% Min

Max LA Abrasion Loss


Magnesium Freeze and
Sulphate 100 Rev. Thaw, 500 Rev.
Grade A 9 40
Grade B 12 45

Deleterious Material
% by Weight AASHTO Test % by Weight AASHTO Test
Method 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, coated - - 1.0 T113
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.

E. After performing a gradation:

1. If 10 percent or more of the material is retained on the No. 4 sieve, then


that portion will be tested in accordance with Section 2.1.A herein.
2. If 10 percent or more of the material passes the No. 4 sieve, then that
portion will be tested for Sand Equivalent.
3. If 10 percent or more of the material passes the No. 8 sieve, then that
portion will be tested for Fine Aggregate Angularity.

F. Fine or coarse aggregates that tend to polish under traffic will not be permitted in any
final surface exposed to traffic.

BITUMINOUS CONCRETE PAVEMENT P-405 - 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

G. An antistripping additive shall be used in all asphalt mixes. It may be hydrated lime
in accordance with the requirements of (H.) below or an approved chemical additive
from the VDOT’s approved list found in VDOT’s Materials Division’s Manual of
Instructions, or a combination of both.

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.

When a chemical additive is used, it shall be added to the asphalt cement prior to
introduction into the mix. Any chemical additive or particular concentration of
chemical additive found to be harmful to the asphalt material or which changes the
viscosity of the original asphalt cement more than 400 poises or the penetration more
than –4 or + 10 shall be changed to obtain compliance with these values.

H. Hydrated lime shall conform to the requirements of ASTM C977. Hydrated lime
shall be added at a rate of not less than 1 percent by weight of the total dry aggregate.

I. Reclaimed Asphalt Pavement (RAP) material may be used as a component material


of asphalt mixtures in conformance with the following:

1. Asphalt surface, intermediate, and base mixtures containing RAP shall use the
PG grade of asphalt cement as indicated in paragraph 405-2.1.D.
2. The final asphalt mixture shall conform to the requirements for the type
specified.
3. During the production process, RAP material shall not be allowed to contact
open flame.
4. RAP material shall be handled, hauled and stored in a manner that will minimize
contamination. Further, the material shall be stockpiled and used in such manner
that variable asphalt contents and asphalt penetration values will not adversely
affect the consistency of the mixture.
5. RAP shall be processed in such a manner as to ensure that the maximum top size
introduced into the mix shall be 2 inches. The Engineer may require smaller
sized particles be introduced into the mix if the reclaimed particles are not broken
down or uniformly distributed throughout the mixture during heating and mixing.

405-2.2 BITUMINOUS – AGGREGATE MIXTURE

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.

BITUMINOUS CONCRETE PAVEMENT P-405 - 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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-12.5A 100 100 90-100 90 Max 34-50 2-10


Surface
Course

IM-19.0A 100 90-100 90 Max - 23-49 2-8


Intermediate
Course

TABLE 3
MINIMUM AND MAXIMUM BOUNDARIES OF
RESTRICTED GRADATION
Minimum and Maximum Percent Passing

Nominal Maximum Aggregate Size: ½” Nominal Maximum Aggregate Size: ¾”


SM-12.5A IM-19.0A
Sieve Size Min. Max Min Max
No. 4 -- -- -- --
No. 8 39.1 39.1 34.6 34.6
No. 16 25.6 31.6 22.3 28.3
No. 30 19.1 23.1 16.7 20.7
No. 50 15.5 15.5 13.7 13.7

TABLE 4
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-12.5A 2.0 – 5.0 70 – 78 65 – 83 14 0.6 – 1.2 65 7 100 < 90.5

IM-19.0A 2.5 – 5.5 69 – 76 64 – 81 13 0.6 – 1.2 65 7 100 <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.

BITUMINOUS CONCRETE PAVEMENT P-405 - 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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:

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
PP28-99. 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 PP28-99. 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 3 and 4. Section
7.1.2 of AASHTO PP-2-99 shall be modified such that the compaction temperature is
as specified in Section 405-2.2B.

The mixture shall be designed and compacted at the N design gyrations specified in
Table 4. 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-12.5A 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.

405-2.3 EQUIPMENT

A. Hauling Equipment: Trucks used for hauling bituminous mixtures shall have tight,
clean, smooth metal bodies equipped with a positive locking metal tailgate. Metal
surfaces in contact with bituminous mixtures shall be given a thin coat of an aliphatic
hydrocarbon invert emulsion release agent (nonpuddling), a lime solution, or other
material approved by the COTR. Except where a nonpuddling release agent is used,

BITUMINOUS CONCRETE PAVEMENT P-405 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

the beds of dump trucks shall be raised to remove excess agent prior to loading. Only
a nonpuddling agent shall be used in truck beds that do not dump. Each truck shall
be equipped with a tarpaulin or other cover that will protect the mixture from
moisture and foreign matter and prevent the rapid loss of heat during transportation.

B. Asphalt Pavers: The asphalt paver shall be designed and recommended by the
manufacturer for the type of asphalt to be placed and shall be operated in accordance
with the manufacturer’s recommendations. Written recommendations pertaining to
handling and placing of the mix shall be made readily available on the project site to
the COTR. In the absence of manufacturer’s recommendations, the
recommendations of the National Asphalt Pavement Association shall be followed.
The paver (including when screed extensions are used) shall be capable of producing
a smooth uniform texture, dense joints and a smooth riding surface.

C. Rollers: Rollers shall be steel wheel, static or vibratory, or pneumatic tire rollers and
shall be capable of reversing without backflash. Rollers shall be operated at speeds
slow enough to avoid displacement of the mixture. The number and weight of rollers
shall be sufficient to compact the mixture to the required density while it is still in
workable condition. The use of equipment that results in excessive crushing of
aggregate or marring of the pavement surface will not be permitted. NOTE: ONLY
PNEUMATIC TIRED ROLLERS MAY BE USED TO COMPACT MATERIAL
ADJACENT TO EXISTING CONCRETE EDGES.

D. Infrared Measuring Instrument: The Contractor shall furnish a properly calibrated


infrared instrument for the purpose of measuring the surface temperature and shall
measure the surface temperature.

405-2.4 PLACEMENT LIMITATIONS

Bituminous concrete mixtures shall not be placed when weather or surface conditions would
prevent proper handling, finishing, or compacting of the mixture. The surface upon which
bituminous mixtures are to be placed shall be reasonably free from standing water at the time
materials are spread.

Table 5 shall be used to determine the minimum laydown temperature of the bituminous
concrete, except as follows:

1. When the bituminous concrete course is less than 1-1/2 inches (165 pounds per
square yard) and one roller is used for the 15-minute breakdown rolling, the surface
temperature of the base shall be 80°F or above.

2. When the base temperature is above 80°F, laydown will be permitted at any mixture
temperature within the specifications limits.

3. When the ambient air temperature is below 50°F, the COTR may approve an increase
in the mixing temperature shown on the approved job mixture provided the
temperature does not result in exceeding the maximum temperature allowed by the
specifications.

BITUMINOUS CONCRETE PAVEMENT P-405 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

4. At no time should the minimum laydown temperature be less than 250°F.

5. The maximum temperature of the mix at the plant shall not exceed 350°F.

Bituminous concrete surface or intermediate course that exceeds the rate of application given
in Table 5 shall conform to the requirement for a 2-1/2 inch course when two rollers are used
or the requirements of a 2-inch course when one roller is used. The rate of application is
based on an average weight of 115 pounds per square yard per inch of depth.

If the Contractor is unable to complete the breakdown within the applicable 8–minute or 15-
minute period, the placing of the bituminous mixture shall cease until sufficient rollers are
available or other corrective action is taken to complete the breakdown rolling within the
specified time.

All compaction rolling shall be completed prior to the mat cooling down to 175°F. Finish
rolling may be performed at lower mat temperature.

TABLE 5
COLD WEATHER PAVING LIMITATIONS
RATE OF APPLICATION (LBS/SY)

CONSTRUCTION METHODS

BITUMINOUS CONCRETE PAVEMENT P-405 - 8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

405-3.1 CONDITIONING EXISTING SURFACE

When the surface of the existing pavement or base is irregular, it shall be brought to a
uniform grade and cross section as directed by the COTR. The surface on which the
bituminous concrete is to be applied on shoulders shall be prepared in accordance with Item
P-304.

The pavement removal shall be accomplished in accordance with Division 2, Section


“Bituminous Pavement Removal.”

When specified, prior to placement of bituminous concrete, longitudinal and transverse joints
and cracks in hydraulic cement concrete shall be sealed by the application of an approved
joint sealing compound.

Contact surfaces of curbing, gutters, manholes, and other structures projecting into or
abutting the pavement and cold joints of bituminous shall be painted with a thick, uniform
coating of bituminous material conforming to Item P-603 prior to bituminous placement.
Application of tack at joints, adjacent to curbs, gutters, or other appurtenances shall be
applied with a hand wand at the rate of 0.2 gallons per square yard. At joints, the hand wand
applied tack shall be 2 feet in width with 4 to 6 inches protruding beyond the joint for the first
pass. Tack for the adjacent pass shall completely cover the vertical face of the mat edge, so
that slight puddling of asphalt occurs at the joint, and extends a minimum of 1 foot into the
lane to be paved. Milled faces that are to remain in place shall be tacked as above for the
adjacent pass. Use of tack at longitudinal joint vertical faces will not be required when
paving in echelon.

Bituminous materials classified as cutbacks or emulsions shall be applied ahead of the paving
operations, and the time interval between applying and placing the paving mixture shall be
sufficient to ensure a tacky residue providing maximum adhesion of the paving mixture to the
base.

Where irregularities in the existing surface would result in a course more than 3 inches in
thickness after compaction, the surface shall be brought to a uniform profile by patching with
bituminous concrete and thoroughly tamping or rolling until it conforms with the surrounding
surface. The mixture used shall be the same as that specified for the course to be placed.

When the Contractor elects to conduct operations to eliminate depressions, elevate curves,
and place the surface course simultaneously, he shall furnish such additional spreading and
compacting equipment as required to maintain the proper interval between the operations.

405-3.2 PLACING AND FINISHING

Bituminous concrete shall not be placed until the surface upon which it is to be placed has
been approved by the COTR.

The edge of the pavement shall be marked by means of a continuous line placed and
maintained a sufficient distance ahead of the paving operation to provide proper control of
the pavement width and horizontal alignment.

BITUMINOUS CONCRETE PAVEMENT P-405 - 9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A bituminous paver shall be used to distribute bituminous concrete over the widest pavement
width practicable. Wherever practicable and when the capacity of sustained production and
delivery is such that more than one paver can be operated, pavers shall be used in echelon to
place the wearing course in adjacent lanes. Crossovers, as well as areas containing manholes
or other obstacles that prohibit the practical use of mechanical spreading and finishing
equipment, may be constructed using hand tools. However, care shall be taken to obtain the
required thickness, jointing, compaction, and surface smoothness.

Offsetting layers will not be required when adjoining lanes are paved in echelon and the
rolling of both lanes occurs within 15 minutes after laydown.

The Contractor shall have a certified Bituminous Concrete Paving Technician present during
paving operations. Immediately after placement and screeding, the surface and edges of each
layer shall be inspected and straightedged by the technician and necessary corrections
performed prior to compaction. The finished pavement shall be uniform and smooth.

The placement of bituminous concrete shall be as continuous as possible and shall be


scheduled such that the interruption occurring at the completion of each day’s work will not
detrimentally affect the partially completed work. Material that cannot be spread and
finished in daylight shall not be dispatched from the plant unless the use of artificial lighting
has been approved. When paving is performed at the night, sufficient light shall be provided
to properly perform and thoroughly inspect every phase of the operation.

During compaction of bituminous concrete, the roller shall not pass over the end of freshly
placed material except when a construction joint is to be formed. Edges shall be finished true
and uniform.

405-3.3 COMPACTING

Immediately after the bituminous mixture is placed and struck off and surface irregularities
are corrected, the mixture shall be thoroughly and uniformly compacted by rolling.

The surface shall be rolled when the mixture is in the proper condition. Rolling shall not
cause undue displacement, cracking, or shoving.

The number, weight, and type of rollers furnished shall be sufficient to obtain the required
compaction while the mixture is in a workable condition. The sequence of rolling operations
and the selection of roller types shall provide the specified pavement density.

Immediately after the hot mixture is placed, it shall be sealed with rollers. Thereafter, rolling
shall be a continuous process, insofar as practicable, and all parts of the pavement shall
receive uniform compaction.

On shoulders, rolling shall begin at the low side and progress to the high side by overlapping
by at least 1/2 the roller width of longitudinal trips parallel to the center line. When abutting
a previously placed lane, the longitudinal joint shall be rolled first, followed by the regular
rolling procedure.

BITUMINOUS CONCRETE PAVEMENT P-405 - 10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Displacements occurring as a result of reversing the direction of a roller, or from other


causes, shall be corrected at once by the use of rakes or lutes and addition of fresh mixture
when required. Care shall be taken in rolling not to displace the line and grade of the edges
of the bituminous mixture.

To prevent adhesion of the mixture to the rollers, the wheels shall be kept properly moistened
with water or water mixed with a very small quantity of detergent or other approved material.
Excess liquid will not be permitted.

Along forms, curbs, headers, walls, and other places not accessible to rollers, the mixture
shall be thoroughly compacted with hot hand tampers, smoothing irons, or mechanical
tampers.

Edges of bituminous pavement surfaces shall be true curves or tangents. Irregularities shall
be corrected.

The surface of the compacted course shall be protected until the material has cooled
sufficiently to support normal traffic without marring.

405-3.4 DENSITY

Density shall be determined by the use of a thin-lift nuclear density gage, 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.

For the purpose of acceptance (density and depth), each day’s production shall be divided
into lots. A lot will consist of:

a) one day’s production not to exceed 2,000 tons, or


b) a half day’s production where a day’s production is expected to consist of
between 2,000 and 4,000 tons.

Each lot shall be divided into five sublots of equal area. When a partial lot occurs at the end
of a day’s production or upon completion of the project, the lot size shall be redefined to be
an entire lot. Each lot shall be checked for density by taking a nuclear density reading from
two random locations selected by the COTR within each sublot. When readings are taken to
determine acceptance for payment of the lot, 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. Reading shall not be taken within 2 feet of the edge of
any application width. The average of the sublot nuclear density readings will be compared
to the target nuclear theoretical density, as a guide, to determine the integrity of the lot. Once

BITUMINOUS CONCRETE PAVEMENT P-405 - 11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

the average nuclear density of the lot has been determined, the Contractor will not be
permitted to provide additional compaction to raise the average. If two consecutive sublots
produce nuclear density results 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
paving to the COTR.

Payment will be based on the density as determined by nuclear density gauge as described
above.

405-3.5 PAVEMENT CORE SAMPLES

The Contractor shall cut core samples from the compacted pavement and test for depth and
density. Cores shall be taken for the full depth of the course at the locations selected by the
COTR. The cores will be measured for depth and density by the COTR. The removed
pavement shall be replaced with new mixture and refinished. No additional compensation
will be allowed for furnishing test cores, testing, and reconstructing areas from which they
were taken.

Payment will be adjusted for density variations in accordance with Table 6:

TABLE 6
PAYMENT SCHEDULE FOR LOT DENSITIES

% of Target Density % of Payment (per lot)


Greater than 98 95
94 to 98 100
93 to less than 94 95
92 to less than 93 90
Less than 92 75

405-3.6 JOINTS

Transverse joints shall be formed by cutting back on the previous run to expose the full depth
of the course. A coat of bituminous material shall be applied to contact surfaces of transverse
joints just before additional mixture is placed against the previously rolled material.

Joints adjacent to curbs, gutters, or adjoining pavement shall be formed by hand placing
sufficient mixture to fill any space left uncovered by the paver. The joint shall then be set up
with rakes or lutes to a height sufficient to receive full compression under the rollers.

405-3.7 PAVEMENT TOLERANCES

A. Surface Tolerances: The pavement surface shall not vary more than 1/4 inch for
surface course nor more than 3/8 inch for intermediate course when measured using a
12 foot straight edge. Measurements shall be made for every day’s production.

BITUMINOUS CONCRETE PAVEMENT P-405 - 12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Measurements shall be taken perpendicular and parallel to the direction of paving at


less than 50 foot intervals. Not more than 15% of the tests for the lot shall exceed the
tolerance, otherwise pavement shall be removed and replaced. No skin patching shall
be permitted. High points may be ground to meet the required tolerances.

Corrective actions shall be performed at the Contractor’s expense and shall be


completed prior to determining the pavement thickness. Corrections shall consist of
cold milling/grinding, overlaying, or removing and replacing. Cold milling and
grinding shall be performed until the required surface tolerance is achieved and shall
produce a uniform cross section. Milled areas shall be neat and of uniform surface
appearance. Overlays shall be subject to the testing requirements of this section and
the minimum overlay thickness will be two inches (2”). Only one overlay will be
permitted.

B. Thickness Tolerance: The thickness (depth) of each course will be determined by the
measurement of cores as described in ASTM D3549.

Acceptance of bituminous concrete for depth will be based on the mean result of
measurements of samples taken from each lot of material placed. Lot sizes are
described in paragraph 405-3.4.

The COTR will measure the depth of extracted cores. Pavement m ore than 1/4 inch
deficient in depth and which cannot be satisfactorily corrected, will be considered
defective.

When tests show that the pavement is uniformly deficient by more than 1/8-inch
depth in three or more adjoining sections and the deficiency cannot be satisfactorily
corrected, the affected area will be considered defective work.

Backfill, compact, and seal test holes with acceptable material after depth
measurements have been completed. Additional test holes may be required to
determine the extent of the deficient areas.

Areas which are found to be defective shall be corrected by means of overlays or


removal and replacement in accordance with paragraph 405-3.7 A above.

Start the immediate correction of sections which are deficient in depth at the point of
the determined deficiency and proceed longitudinally and transversely until the depth
meets the requirements.

C. Grading Tolerance: The finished surface of all courses shall not vary from design
grade more than 1/2 inch for level runs not exceeding 50 feet longitudinally or
transversely for lot sizes of 2,000 square yards. No more than 15% of the
measurements per lot shall exceed the tolerance otherwise pavement shall be
removed and replaced as specified in Paragraph 405-3.7 A. above.

CONTRACTOR QUALITY CONTROL

405-4.1 FIELD QUALITY CONTROL

BITUMINOUS CONCRETE PAVEMENT P-405 - 13


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Conform to all applicable provisions of Division 1, Section “Quality Requirements.” Provide


the following tests.

1. Field Density.
2. Depth Tests
3. Straightedge Tests.
4. Percent of Asphalt Content.
5. Gradation.
6. Temperature.

MEASUREMENT AND PAYMENT

405-5.1 METHOD OF MEASUREMENT

Bituminous concrete pavement on shoulders (SM-12.5A and IM-19.0A) shall be measured by


the ton of bituminous material placed in the accepted work.

BASIS OF PAYMENT

405-6.1 PAYMENT

Payment for accepted Bituminous Intermediate Course and Bituminous Surface Course
pavement shall be made at the unit price per ton. The price shall be compensation for
furnishing all materials, for all preparation, mixing, and placing of these materials, and for all
labor, equipment, tools, and incidentals necessary to complete the item. Table 6 shall be used
to determine the adjusted contract price for a lot of material which does not conform to the
specified densities or depth tolerances.

Payment will be made under:

Item P-405-6.1 – SM-12.5A Bituminous Surface Course per ton

Item P-405-6.2 – IM-19.0A Bituminous Intermediate Course per ton

END ITEM P-405

BITUMINOUS CONCRETE PAVEMENT P-405 - 14


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

SECTION P-501 - PORTLAND CEMENT CONCRETE PAVEMENT

501-1.01 DESCRIPTION

A. This work shall consist of pavement composed of Portland cement concrete, 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

MATERIALS

501-2.01 AGGREGATES

A. Reactivity. The contractor shall furnish written evidence that the aggregates in
the proposed concrete mix are not deleteriously reactive with the alkalies in the
cement which may cause excessive expansion of the concrete. The evidence
shall include tests by a testing laboratory that meets ASTM C 1077. Aggregate
shall be free of substances that are deleteriously reactive with the alkalies in the
cement in an amount sufficient to cause excessive expansion of the concrete.
Acceptable aggregate shall be based on satisfactory evidence furnished by the
Contractor that the aggregate is free from such materials. This evidence shall
include service records of concrete of comparable properties under similar
conditions of exposure and/or certified records of tests by a testing laboratory
that meets the requirements of ASTM C 1077. Tests shall be made in accordance
with ASTM C 295 and ASTM C 289. (Petrographic & Potential Alkali Silica
Reactivity of Aggregate (Chemical Method).

The contractor shall run ASTM C 227 (reactivity of Cement Aggregate


combinations (mortar bar method) for new aggregate sources. For existing
aggregate sources the aggregate shall be tested in accordance with ASTM C 1260
and shall have a measured expansion of less than 0.1% at 28 days. Should the
test data indicate an expansion greater than 0.1%, additional testing (per ASTM
C1567) by the contractor may be performed using Type I/II low alkali cement
and/or Class F fly ash or ground granulated blast furnace slag substitution to
lower the expansion.

B. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C


33. Gradation shall meet the requirements of Table 1 when tested in accordance
with ASTM C 136, except as may otherwise be qualified under Section 5 of
ASTM C 33.

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 micro-m) 25-60
No. 50 (300 micro-m) 10-30
No. 100 (150 micro-m) 2-10
--------------------------------------------------------------------------------------------------
-

PORTLAND CEMENT CONCRETE PAVEMENT P-501-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

C. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM


C 33. Gradation, within the separated size groups, shall meet the requirements of
Table 2 when tested in accordance with ASTM C 136. When the nominal
maximum size of the aggregate is greater than 1 inch, 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 blast furnace slag, or a combination thereof.
Recycled crushed concrete pavement shall not be used in the mixture. The
aggregate shall be composed of clean, hard, uncoated particles and shall meet the
requirements for deleterious substances contained in ASTM C 33, Class 4S.
Dust and other coating shall be removed from the aggregates by washing. The
aggregate in any size group shall not contain more than 8 percent by weight of
flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or
elongated particle is one having a ratio between the maximum and the minimum
dimensions of a circumscribing rectangular prism exceeding 5 to 1.

The percentage of wear shall be no more than 40 when tested in


accordance with ASTM C 131 or ASTM C 535.

TABLE 2. GRADATION FOR COARSE AGGREGATE (ASTM C 33)

Sieve Designations
(square openings) Percentage/Weight Passing Sieves
in. 1-1/2"-3/4" 3/4"-No.4

2-1/2 --- ---


2 100 ---
1-1/2 90-100 ---
1 20-55 100
3/4 0-15 90-100
1/2 --- ---
3/8 0-5 20-55
No. 4 --- 0-10
No. 8 --- 0-5

D. Aggregate Certifications. Certifications testing results shall be provided for the


referenced criteria and standards. The certification and test results shall be dated within 6
months of the submittal date.

E. Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history


of D-cracking shall not be used. Prior to approval of mixture design and production of
Portland cement concrete the Contractor shall submit written certification that the
aggregate does not have a history of D-Cracking and that the aggregate meets the
specified state requirements.

1. Other sources of crushed stone aggregate shall be approved if the durability factor as
determined by ASTM C 666 is greater than or equal to 95 and all other quality test
requirements within these specifications are fulfilled.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

2. Crushed gravel and sand gravel aggregates shall not be required to meet freeze thaw
durability ratings. These aggregates shall be approved for use in concrete by the
VDOT and shall meet all other criteria within these specifications.

501-2.02 CEMENT

A. Cement shall conform to the requirements of ASTM 150 Type I or II. Only
cements containing less than 0.6% equivalent alkali or cements that can
demonstrate a positive reduction in the expansion created by alkali-silica
reactions shall be used.

B. 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.

501-2.03 CEMENTITIOUS MATERIALS

A. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class F with the
exception of loss of ignition, where the maximum shall be less than 6 percent for
Class F. The following tests in supplementary optional physical Requirements of
Tables 3 contained in ASTM C 618 shall apply. Fly ash that is produced in
furnace operations utilizing 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 of
the material may be tested independently by the COTR.

B. Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of
ASTM C 989, Grade 100 or 120. Ground blast furnace slag shall be used only at
a rate between 25 and 55 percent of the total cementitious material by mass.

501-2.04 PREMOLDED JOINT FILLER

A. Premolded joint filler for expansion joints shall be a non-absorptive closed cell
foam material that conforms to the requirements of ASTM D 1752 Section 5.1
through 5.4, with the compression requirement modified to 10psi minimum and
25psi maximum, and shall be punched to admit the dowels where called for on
the plans. The material shall be flexible enough to conform to the irregularities
of the joint face so that gaps are not created behind the joint material. The filler
for each joint shall be furnished in a single piece for the full depth and thickness
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.

501-2.05 JOINT SEALER

PORTLAND CEMENT CONCRETE PAVEMENT P-501-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

A. The joint sealer for the joints in the concrete pavement shall meet the
requirements of Item P-605 and shall be of the type(s) specified in the plans.

501-2.06 STEEL REINFORCEMENT

A. Where Steel Reinforcing Mats are shown on the plans, the mats shall consist of
welded steel wire fabric 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.

501-2.07 DOWEL AND TIE BARS

A. Tie bars shall be deformed steel bars and conform to the requirements of ASTM
A 615 or A 996 except that rail steel bars, Grade 50 or 60, shall not be used for
tie bars that are to be bent or re-straightened during construction. Tie bars
designated as Grade 40 in ASTM A 615 can be used for construction requiring
bent bars.

B. Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 996
and shall be free from burring or other deformation restricting slippage in the
concrete. High strength dowel bars shall conform to ASTM A714, Class 2, Type
S, Grade I, II or III, Bare Finish. Before delivery to the construction site each
dowel bar shall be painted on all surfaces with one coat of paint meeting Federal
Specification TT-P-664. If plastic or epoxy-coated steel dowels are used no paint
coating is required, except when specified for a particular situation on the plans.
Coated dowels shall conform to the requirements of AASHTO M 254.

The sleeves for dowel bars used in expansion joints shall be metal, of an
approved design to cover 2 to 3 inches of the dowel, with a closed end and with a
suitable stop to hold the end of the bar at least 1 inch from the closed end of the
sleeve. Sleeves shall be of such design that they will not collapse during
construction.

C. Reinforcing steel shall consist of deformed bars of either structural, intermediate,


or hard grade billet steel meeting ASTM A 615, or deformed bars of rail steel
meeting ASTM A 996.

501-2.08 WATER

A. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali,
sugar, vegetable, or other substances injurious to the finished product. Water
will be tested in accordance with the requirements of AASHTO T 26. Water
known to be of potable quality may be used without testing.

501-2.09 COVER MATERIAL FOR CURING

A. Only the following curing material shall be used:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

1. Liquid membrane-forming compounds for curing concrete shall conform


to the requirements of ASTM C 309, Type 2, Class B (white pigment).

501-2.10 ADMIXTURES

A. The use of any material added to the concrete mix shall be approved by the
COTR. 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 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.

B. 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.

C. Water Reducing Admixtures. A water-reducing admixture shall be used. Water-


reducing, set-controlling admixtures shall meet the requirements of ASTM C494,
Type A, water-reducing, or Type D, water-reducing and retarding, including the
flexural strength test. Water-reducing admixtures shall be added at the mixer
separately from air-entraining admixtures in accordance with the manufacturer's
printed instructions.

D. Chemical Admixtures. Set retarding and set-accelerating admixtures shall meet


the requirements of ASTM C 494, including the flexural strength test.

501-2.11 EPOXY-RESIN

A. Epoxy-resin used to anchor dowels and tie bars in pavements shall conform to
the requirements of ASTM C 881, Type IV, Grade 3, Class C. Class A or B shall
be used when the surface temperature of the hardened concrete is below 60
degrees F (16 degrees C). In addition, the materials shall meet the following
requirements:

1. All materials shall have a 24-hour absorption not greater than 1.0
percent.

2. Epoxy Resin Materials for bonding freshly mixed Portland cement


concrete or mortar or freshly mixed epoxy resin concrete or mortar to
hardened concrete shall be Type II materials, grade as approved.

3. Epoxy Resin Materials for use as patching materials for complete filling
of spall repair overcuts, for use for embedding dowels and anchor bolts,
and for use as a binder in preparing epoxy resin mortars and concretes
shall be Type III materials and shall in addition meet the following
requirements:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

The bond strength at 14 days (moist cure) shall be at least 1000 psi.

The volatile content, cured system, shall not exceed 3.0 percent. Grade
shall be approved except that Grade 3 shall be used for embedding
dowels in hardened concrete.

501-2.12 MATERIAL ACCEPTANCE

A. 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 and AASHTO test(s) for each material, the test
results, and a statement that the material passed or failed.

B. 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

501-3.01 PROPORTIONS

A. Plain PCC shall be designed to achieve a 28-day flexural strength such that meets
or exceeds the acceptance criteria contained in paragraph 5.02 for a flexural
strength of 650 psi.

The mixes shall be designed using the procedures contained in Chapter 12 of the
Portland Cement Association's manual, "Design and Control of Concrete
Mixtures".

B. The Contractor shall note that to ensure that the concrete actually produced will
meet or exceed the specified strength, the mix design average strength must be
considerably higher than the specified strength. The amount of over-design
necessary to meet specification requirements depends on the producer's standard
deviation of flexural test results and the accuracy which that value can be
estimated from historic data for the same or similar materials.

C. The minimum cementitious material (cement plus fly ash or slag) shall be
determined by the Contractor. 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.

D. Prior to the start of paving operations and after approval of all material to be used
in the concrete, the Contractor shall submit a Plain PCC mix design showing the
proportions and flexural strength obtained from the concrete at 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 fineness modulus of the fine aggregate and the air content shall also be
shown. The mix design shall be submitted to the COTR prior to the test batch.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

The Contractor shall then complete the test batch in accordance with Section
501-3.04. Production shall not begin until the mix design and test batch are
approved in writing by the COTR.

E. Should a change in sources be made, or admixtures added or deleted from the


mix, a new mix design must be submitted to the COTR for approval. Mix
designs older than 6 months shall not be used.

F. Flexural strength test specimens in the field and laboratory shall be prepared in
accordance with ASTM C 31 and ASTM C 192 respectively and tested in
accordance with ASTM C 78. The mix determined shall be workable concrete
having a slump for side-form concrete between 1 and 2 inches as determined by
ASTM C 143. For vibrated slip-form concrete, the slump shall be between 1/2
inch and 1 1/2 inches.

G. For slip-form construction, a high degree of uniformity in the plastic concrete is


required. Caution should be exercised in establishing the air-entrainment
percentage, as excessive air entrainment will aggravate edge slumping and
insufficient air entrainment will result in poor concrete durability. Some edge
slump of the wet concrete behind the side form on the paving machine will occur,
even with low slump concrete. This may continue, though very slowly, until
initial set has taken place.

501-3.02 CEMENTITIOUS MATERIALS

A. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial
replacement for cement, the minimum cement content may be met by considering
Portland cement plus fly ash as the total cementitious material. The replacement rate
shall be determined from laboratory trial mixes, but shall between 20 and 30 percent
by weight of the total cementitious material. If flyash is used in conjunction with
ground granular blast furnance slag the maximum replacement rate shall not exceed
10 percent by weight of the total cementitous material.

B. Ground Slag. Ground blast-furnace slag may be used in a mix design containing
Type I or Type II cement. The slag, or slag plus fly ash if both are used, may
constitute between 25 to 55 percent of the total cementitous material by weight.
If the concrete is to be used for slipforming operations and the air temperature is
expected to be lower than 55 degrees F (13 degrees C) the percent slag shall not
exceed 30 percent by weight.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

501-3.03 ADMIXTURES

A. Air-Entraining. Air-entraining admixture shall be added in such a manner that


will insure uniform distribution of the agent throughout the batch. The air
content of freshly mix 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 entrainment in the mix shall be
in accordance Table 3 plus or minus 1-1/2 percentage points. 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.

TABLE 3
ENTRAINED AIR TOLERANCES

Maximum Coarse Air Content


Aggregate Size Percent by Volume

1-1/2 in. 5-1/2

B. Chemical. Water-reducing, 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.

501-3.04 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.

a. Prepare a minimum Test Batch of at least four (4) cubic yards of


concrete in accordance with the approved JMF, adjusted for
moisture.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

b. Mixing.

(1) Stationery 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, 7, 14 and 28 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, 7, 14 and 28 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, 7,
14 and 28 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, 7, 14 and 28 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.

501-3.05 TESTING LABORATORY

A. The laboratory used to develop the mix design shall meet the requirements of
ASTM C 1077. A certification that it meets these requirements shall be
submitted to the Engineer prior to the start of mix design and shall contain as a
minimum:

B. Qualifications of personnel; laboratory manager, supervising technician, and


testing technicians.

C. A statement that the equipment used in developing the mix design is in


calibration.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

D. A statement that each test specified in developing the mix design is offered in the
scope of the laboratory's services.

E. A copy of the laboratory's quality control system.

CONSTRUCTION METHODS

501-4.01 EQUIPMENT

A. The Contractor shall furnish all equipment and tools necessary for handling
materials and performing all parts of the work. Equipment and tools necessary
for handling materials and performing all parts of the work shall be approved by
the COTR as to design, capacity, and mechanical condition. The equipment shall
be at the job site before the start of construction operations for examination and
approval.

B. Batch Plant and Equipment. The batch plant and equipment shall conform to the
requirements of ASTM C 94. The batching plant shall include bins, weighing
hoppers, and scales for the fine aggregate and coarse aggregate. If bulk cement is
used, a bin, hopper, and separate scale for cement shall be included. The
weighing hoppers shall be properly sealed and vented to preclude dusting during
operation.

1. Bins and Hopper. Bins with adequate separate compartments for fine
aggregate and coarse aggregate shall be provided in the batching plant.
Each compartment shall discharge efficiently and freely into the
weighing hopper. Means of control shall be provided so that, as the
quantity desired in the weighing hopper is approached, the material may
be added slowly and shut off with precision. A port or other opening for
removing an overload of any one of the several materials from the
hopper shall be provided. Weighing hoppers shall be constructed to
eliminate accumulations of materials and to discharge fully.

2. Scales. The scales for weighing aggregates and cement shall be of either
the beam or the springless dial type. They shall be accurate within 0.5
percent throughout their range of use. When beam-type scales are used,
provisions such as a ``telltale'' dial shall be made for indicating to the
operator that the required load in the weighing hopper is being
approached. A device on the weighing beams shall clearly indicate
critical position. Poises shall be designed to be locked in any position
and to prevent unauthorized change. The weight beam and “telltale”
device shall be in full view of the operator while charging the hopper,
and the operator shall have convenient access to all controls.

3. Scales shall be inspected and sealed as often as the COTR may deem
necessary to assure their continued accuracy. The Contractor shall have
on hand not less than ten 50-pound (23 kg) weights for testing of all
scales when directed by the COTR.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

C. 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. A device accurate within 3 percent and satisfactory to the
COTR shall be provided at the mixer for determining the amount of
air-entraining agent or other admixture to be added to each batch
requiring such admixtures. Mixers shall be examined daily for the
accumulation of hard concrete or mortar and the wear of blades.

2. Central plant mixer. Central plant mixers shall conform to the


requirements of ASTM C 94. Mixing shall be in an approved mixer
capable of combining the aggregates, cement, and water into a
thoroughly mixed and uniform mass within the specified mixing period,
and of discharging the mixture without segregation. Central plant mixers
shall be equipped with an acceptable timing device that will not permit
the batch to be discharged until the specified mixing time has elapsed.
The water system for a central mixer shall be either a calibrated
measuring tank or a meter and shall not necessarily be an integral part of
the mixer.

a. 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 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.

D. Finishing Equipment. The finishing equipment shall be of sufficient weight and


power for proper finishing of the concrete. The finishing machine shall be
designed and operated to strike off, screed and consolidate the concrete such that
laitance on the surface is less than 1/8-inch thick.

E. Vibrators. Vibrator shall be either internal type with immersed tube or multiple
spuds, or surface type vibrating pan or screed. For pavements 8 inches or more
thick internal vibrators shall be used. They may be attached to the spreader or
the finishing machine, or they may be mounted on a separate carriage. They
shall not come in contact with the joint load-transfer devices, subgrade, or side
forms. Operating frequency for internal vibrators shall be between 8,000 and
12,000 vibrations per minute. Average amplitude for internal vibrators shall be

PORTLAND CEMENT CONCRETE PAVEMENT P-501-12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

0.025-0.05 inches. For pavements less than 8 inches thick, vibrating surface pans
or screeds shall be allowed. Operating frequencies for surface vibrators shall be
between 3,000 and 6,000 vibrations per minute.

The number, spacing, and frequency shall be as necessary to provide a dense and
homogeneous pavement. Adequate power to operate all vibrators shall be
available on the paver. The internal vibrators may be supplemented by vibrating
screeds operating on the surface of the concrete. The Contractor shall furnish a
tachometer or other suitable device for measuring the frequency of the vibrators.
The vibrators shall be automatically controlled so that they shall be stopped as
forward motion ceases.

Hand held vibrators should be used to consolidate the concrete along forms and
other isolated areas, but shall meet the recommendations of ACI 309, Guide for
Consolidation of Concrete.

F. 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. The Contractor shall provide adequate artificial lighting facilities for
night sawing. All of this equipment shall be on the job both before and at all
times during concrete placement.

G. Side Forms. Straight side forms shall be made of steel and shall be furnished in
sections not less than 10 feet in length. Forms shall have a depth equal to the
pavement thickness at the edge. Flexible or curved forms of proper radius shall
be used for curves of 100-foot 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. Repaired forms shall not be used until inspected
and approved. 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 in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. 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.

H. 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.

1. The request for the use of roller screeds must be submitted to the COTR
for approval. The submittal must include the training the Contractor has

PORTLAND CEMENT CONCRETE PAVEMENT P-501-13


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

received on the use of roller screeds. Vibrators must not be operational if


the screed is not advancing.

501-4.02 FORM SETTING

A. Forms shall be set sufficiently in advance of the concrete placement to insure


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.

B. 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 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.

C. The alignment and grade elevations of the forms shall be checked and corrections
made by the Contractor immediately before placing the concrete. When any
form has been disturbed or any grade has become unstable, the form shall be
reset and rechecked.

501-4.03 CONDITIONING OF UNDERLYING SURFACE, SLIP-FORM CONSTRUCTION

A. The compacted underlying surface on which the pavement will be placed shall be
widened approximately 3 feet 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 which
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. The grading operations should be delayed as long as possible and
immediately precede paving insofar as practical, particularly if the base course is
subjected to haul traffic. 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, including choke stone interlayer, 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.

501-4.04 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE


CONSTRUCTION

PORTLAND CEMENT CONCRETE PAVEMENT P-501-14


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

A. The prepared underlying surface, including choke stone interlayer, 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
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.

B. The template shall be maintained in accurate adjustment, at all times by the


Contractor, and shall be checked daily.

501-4.05 HANDLING, MEASURING, AND BATCHING MATERIAL

A. 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. Stockpiles shall be built up in layers of not more than 3
feet (1 m) 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.

B. 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. The
fine aggregate and coarse aggregate shall be separately weighed into hoppers in
the respective amounts set by the COTR in the job mix. Cement shall be
measured by weight. Separate scales and hopper, with a device to positively
indicate the complete discharge of the batch of cement into the batch box or
container, shall be used for weighing the cement.

C. 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

PORTLAND CEMENT CONCRETE PAVEMENT P-501-15


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

provide positive assurance that the cement content specified is present in each
batch.

D. When cement is placed in contact with the aggregates, batches may be rejected
unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so
that the results in the weights of each material required will be within a tolerance
of 1 percent for cement and 2 percent for aggregates.

E. Water may be measured either by volume or by weight. The accuracy of


measuring the water shall be within plus or minus 1 percent of required amounts.
Unless the water is to be weighed, the water-measuring equipment shall include
an auxiliary tank from which the measuring tank shall be filled. The measuring
tank shall be equipped with an outside tap and valve to provide for checking the
setting, unless other means are provided for readily and accurately determining
the amount of water in the tank. The volume of the auxiliary tank shall be at
least equal to that of the measuring tank.

F. Methods and equipment for adding air-entraining agent or other admixtures to


the batch, when required, shall be approved by the COTR. All admixtures shall
be measured into the mixer with an accuracy of plus or minus 3 percent.

501-4.06 MIXING CONCRETE

A. The concrete may be mixed 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, except that the minimum required revolutions of the mixing speed for
transit mixed concrete may be reduced to not less than that recommended by the
mixer manufacturer. The number of revolutions recommended by the mixer
manufacturer shall be indicated on the manufacturer's serial plate attached to the
mixer. The Contractor shall furnish test data acceptable to the COTR verifying
that the make and model of the mixer will produce uniform concrete conforming
to the provisions of ASTM C 94 at the reduced number of revolutions shown on
the serial plate.

B. When mixed in a central mixing plant, the mixing time shall not be less than 50
seconds nor more than 90 seconds. Mixing time ends when the discharge chute
opens. Transfer time in multiple drum mixers is included in mixing time. The
contents of an individual mixer drum shall be removed before a succeeding batch
is emptied therein.

C. The mixer shall be operated at the drum speed as shown on the manufacturer's
nameplate on the approved mixer. Any concrete mixed less than the specified
time shall be discarded at the Contractor's expense. The volume of concrete
mixed per batch shall not exceed the mixer's nominal capacity in cubic feet
(cubic meters), as shown on the manufacturer's standard rating plate on the
mixer. An overload up to 10 percent above the mixer's nominal capacity may be
permitted provided concrete test data for segregation and uniform consistency are
satisfactory, and provided no spillage of concrete takes place. The batch shall be

PORTLAND CEMENT CONCRETE PAVEMENT P-501-16


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

charged into the drum so that a portion of the mixing water shall enter in advance
of the cement and aggregates. The flow of water shall be uniform, and all water
shall be in the drum by the end of the first 15 seconds of the mixing period. The
throat of the drum shall be kept free of such accumulations as may restrict the
free flow of materials into the drum.

D. 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 cementitous 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. Re-tempering concrete by adding water or by other means will
not be permitted, except when concrete is delivered in transit mixers. 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/cementitous ratio specified
in the mix design is not exceeded, and approved by the COTR.

E. Each truckload of Ready Mix Cement Concrete shall furnish a ticket or tape that
shall provide the following information:

1 The quantity or batched weights of each aggregate, cement and water.


2. The zero balance conditions of each scale after batches have been
discharged, or prior to start of the batching operations.
3. A means of identifying each admixture required.
4. The time and date of each batch delivered.
5. Identification of each class of concrete.
6. Batch number for each batch delivered.
7. Contract identification

501-4.07 LIMITATIONS ON MIXING AND PLACING

A. No concrete shall be mixed, placed, or finished when the natural light is


insufficient, unless an adequate and approved artificial lighting system is
operated.

B. 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 degrees F and shall not be
resumed until an ascending air temperature in the shade and away from artificial
heat reaches 35 degrees F.

1. 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 degrees F at the time of placement. Concrete shall not be
placed on frozen material nor shall frozen aggregates be used in the
concrete.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-17


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

2. When concreting is authorized during cold weather, water and/or the


aggregates may be heated to not more than 150 degrees F. 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.

C. Hot Weather. During periods of hot weather when the maximum daily air
temperature exceeds 85 degrees F, the following precautions shall be taken.

1. 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 degrees F. The aggregates and/or
mixing water shall be cooled as necessary to maintain the concrete
temperature at or not more than the specified maximum.

2. 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. If necessary, wind screens
shall be provided to protect the concrete from an evaporation rate in
excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5
in ACI 305R, Hot Weather Concreting, which takes into consideration
relative humidity, wind velocity, and air temperature.

3. 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.

501-4.08 PLACING CONCRETE

A. Prior to commencement of paving operations, the Contractor shall submit for


review and approval by the COTR a tabulation of elevations of the paving lane
edge elevations. These elevations shall be presented to the nearest hundredth
(0.01) of a foot at intervals not exceeding twenty-five feet (25’) on center.

B. The Contractor has the option of placing the concrete with either side (fixed)
forms or slip-forms. 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.

C. Preparation Prior to Concrete Placement. Existing tie bars and dowels that were
damaged or bent during pavement removal operations shall be straightened or
replaced as directed by the COTR. All embedments such as tie bars, dowels,
transformer bases, conduits, sleeves, underdrains, and all other items indicated on
the plans or directed to be embedded shall be placed and/or securely anchored

PORTLAND CEMENT CONCRETE PAVEMENT P-501-18


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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.

D. 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 based on the average of a minimum of two field cured
specimens per day’s production. 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.

E. Side-Form Method. For the side-form method, the concrete shall be deposited on
the moistened grade to require as little re-handling as possible. Unless truck
mixers, truck agitators, or non -agitating hauling equipment are equipped with
means for discharge of concrete without segregation of the materials, the
concrete shall be placed and spread using an approved mechanical spreading
device that prevents segregation of the materials. Placing shall be continuous
between transverse joints without the use of intermediate bulkheads. Necessary
hand spreading shall be done with shovels--not rakes. Workmen shall not be
allowed to walk in the freshly mixed concrete with boots or shoes coated with
earth or foreign substances.

1. Concrete shall be deposited as near to expansion and contraction joints as


possible without disturbing them but shall not be dumped from the
discharge bucket or hopper onto a joint assembly unless the hopper is
centered above the joint assembly.

2. Concrete shall be thoroughly consolidated against and along the faces of


all forms and previously placed concrete and along the full length and on
both sides of all joint assemblies by means of vibrators inserted in the
concrete. Vibrators shall not be permitted to come in contact with a joint
assembly, the grade, or a side form. In no case shall the vibrator be
operated longer than 20 seconds in any one location, nor shall the
vibrators be used to move the concrete.

3. Should any concrete materials fall or be worked into the surface of a


completed slab, they shall be removed immediately by approved
methods.

F. Slip-form Method. For the slip-form method, the concrete shall be placed with
an approved crawler-mounted, slip-form paver designed to spread, consolidate
and shape the freshly placed concrete in one complete pass of the machine so that
a minimum of hand finishing will be necessary to provide a dense and
homogeneous pavement in conformance with requirements of the plans and
specifications. The concrete shall be placed directly on top of the joint
assemblies to prevent them from moving when the paver moves over them. Side
forms and finishing screeds shall be adjustable to the extent required to produce
the specified pavement edge and surface tolerance. The side forms shall be of

PORTLAND CEMENT CONCRETE PAVEMENT P-501-19


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

dimensions, shape, and strength to support the concrete laterally for a sufficient
length of time so that no edge slumping exceeds the requirements of paragraph
5.02.I. Final finishing shall be accomplished while the concrete is still in the
plastic state.

G. It is the intent of the specification to produce a high quality, dense, long lasting,
and smooth pavement suitable for the high speed operations of
roughness-sensitive heavy jet aircraft. This requires that all joints, and
particularly all longitudinal joints, meet the specified tolerance throughout their
length. The COTR will designate the paving lanes to be used for the initial
paving operations. In the event that slumping or sloughing occurs behind the
paver or if there are any other structural or surface defects which, in the opinion
of the COTR, cannot be corrected within permissible tolerances, paving
operations shall be immediately stopped until proper adjustment of the equipment
or procedures have been made. In the event that satisfactory procedures and
pavement are not achieved after not more than 2,000 lineal feet of single lane
paving, the Contractor shall complete the balance of the work with the use of
standard metal forms and the formed method of placing and curing. Any
concrete not corrected to permissible tolerances shall be removed and replaced at
the Contractor's expense.

501-4.09 STRIKE-OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT

A. 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 such 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.

B. 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

A. 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

PORTLAND CEMENT CONCRETE PAVEMENT P-501-20


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

not vary more than 1/2 inch from their designated position and shall be true to
line with not more than 1/4-inch variation in 10 feet. The surface across the
joints shall be tested with a 10-foot straightedge as the joints are finished and any
irregularities in excess of 1/16 inch 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.

B. Construction. Longitudinal construction joints shall be slip-formed or formed


against side forms, as shown in the plans.

C. 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.

D. 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 wide and to the depth shown on the plans.

E. Expansion. Expansion joints shall be installed as shown on the plans. The pre-
molded 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 pre-molded 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.

F. 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. These 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
in the female side of the keyed joint provided the installation is made without

PORTLAND CEMENT CONCRETE PAVEMENT P-501-21


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

distorting the keyed dimensions or causing edge slump. If a bent tie bar
installation is used, the tie bars shall be inserted through the keyway liner only on
the female side of the joint. In no case shall a bent tie bar installation for male
keyways be permitted.

G. Dowel bars. Dowel bars or other load-transfer units of an approved type shall be
placed across joints in the manner 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 portion of each dowel painted with rust
preventative paint, as required under paragraph 2.07, shall be thoroughly coated
with asphalt MC-70, or an approved lubricant, to prevent the concrete from
bonding to that portion of the dowel. If free-sliding plastic-coated or
epoxy-coated steel dowels are used, a lubrication bond breaker shall be used
except when approved pullout tests indicate it is not necessary. Where butt-type
joints with dowels are designated, the exposed end of the dowel shall be oiled.

H. Dowel bars at contraction joints may be placed in the full thickness of pavement
by a mechanical device approved by the COTR. The device shall be capable of
installing dowel bars within the maximum permissible alignment tolerances.
Dowels bars at longitudinal construction joints shall be bonded in drilled holes.

I. Drilling and Grouting. Load transfer shall be restored to joints at the edges of
panel replacement. The load transfer device shall be dowel bars or tie bars, as
shown in the plans. The load transfer devices shall be placed only by means of
bonding the dowels into holes drilled with a pneumatic, percussive or core drill
into the hardened concrete. Holes approximately 1/8 inch greater in diameter
than the dowels shall be drilled into the hardened concrete and the dowels shall
be bonded in the drilled holes using an epoxy-resin material as specified in
paragraph 2.11, Class as appropriate for the existing temperature conditions. The
error in final alignment of any dowel from its indicated alignment after the
pavement has been finished shall not be greater than 1/8 inch per foot.

J. Installation. All devices used for the installation of expansion joints shall be
approved by the COTR.

K. The top of an assembled joint device shall be set at the proper distance below the
pavement surface and the elevation shall be checked. Such devices shall be set to
the required position and line and shall be securely held in place by stakes or
other means to the maximum permissible tolerances during the pouring and
finishing of the concrete. The pre-molded joint material shall be placed and held
in a vertical position; if constructed in sections, there shall be no offsets between
adjacent units.

L. Dowel bars and assemblies shall be checked for position and alignment. The
maximum permissible tolerances on dowel bar alignment shall be in accordance
with paragraph 5.02.I.9. During the concrete placement operation, it is advisable
to place plastic concrete directly on dowel assemblies immediately prior to

PORTLAND CEMENT CONCRETE PAVEMENT P-501-22


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

passage of the paver to help maintain dowel position and alignment within
maximum permissible tolerances.

M. When concrete is placed using slip-form pavers, dowels and tie bars shall be
placed in longitudinal construction joints by bonding the dowels or tie bars into
holes drilled into the hardened concrete. Holes approximately 1/8-inch to
1/4-inch greater in diameter than the dowel or tie bar shall be drilled with
rotary-type core drills that must be held securely in place to drill perpendicularly
into the vertical face of the pavement slab. Rotary- type percussion drills may be
used provided that spalling of concrete does not occur and the concrete has cured
for 48 hours. Any damage of the concrete shall be repaired by the Contractor in
a method approved by the COTR. Dowels or tie bars shall be bonded in the
drilled holes using an epoxy resin material. Installation procedures shall be
adequate to insure that the area around dowels is completely filled with epoxy
grout. Epoxy shall be injected into the back of the hole and displaced by the
insertion of the dowel bar. Bars shall be completely inserted into the hole and
shall not be withdrawn and reinserted creating air pockets in the epoxy around
the bar. The Contractor shall furnish a template for checking the position and
alignment of the dowels. Dowel bars shall not be less than 10 inches from a
transverse joint and shall not interfere with dowels in the transverse direction.

N. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be
as described in paragraph 4.01.F. The circular cutter shall be capable of cutting a
groove in a straight line and shall produce a slot at least 1/8 inch wide and to the
depth shown on the plans. The top portion of the slot shall be widened by sawing
to provide adequate space for joint sealers as shown on the plans. Sawing shall
commence 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. Sawing shall be carried on both during the day and night
as required. The joints shall be sawed at the required spacing, consecutively in
sequence of the concrete placement. Immediately after sawing the joint, the
resulting slurry shall be completely removed from the pavement surface (without
damaging the surface), using vacuum sweepers, brooms or other methods before
the slurry is allowed to dry. After the initial sawcut, the contractor shall reapply
the curing compound to the sawed joint.

501-4.11 FINAL STRIKE-OFF, CONSOLIDATION, AND FINISHING

A. Sequence. The sequence of operations shall be the strike-off, floating and


removal of laitance, straight edging, and final surface finish. The addition of
superficial water to the surface of the concrete to assist in finishing operations
will not be permitted. If the application of water to the surface is permitted, it
shall be applied as a fog spray by means of approved spray equipment.

B. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly


placed without voids or segregation against the joint material; it shall be firmly
placed without voids or segregation under and around all load-transfer devices,
joint assembly units, and other features designed to extend into the pavement.
Concrete adjacent to joints shall be mechanically vibrated as required in
paragraph 4.08.E.2. After the concrete has been placed and vibrated adjacent to

PORTLAND CEMENT CONCRETE PAVEMENT P-501-23


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

the joints, the finishing machine shall be operated in a manner to avoid damage
or misalignment of joints. If uninterrupted operations of the finishing machine,
to, over, and beyond the joints, cause segregation of concrete, damage to, or
misalignment of the joints, the finishing machine shall be stopped when the
screed is approximately 8 inches from the joint. Segregated concrete shall be
removed from the front of and off the joint; and the forward motion of the
finishing machine shall be resumed. Thereafter, the finishing machine may be
run over the joint without lifting the screed, provided there is no segregated
concrete immediately between the joint and the screed or on top of the joint.

C. Machine Finishing. The concrete shall be spread as soon as it is placed, and it


shall be struck off and screeded by a finishing machine. The machine shall go
over each area as many times and at such intervals as necessary to give to proper
consolidation and to leave a surface of uniform texture. Excessive operation over
a given area shall be avoided. When side forms are used, the tops of the forms
shall be kept clean by an effective device attached to the machine, and the travel
of the machine on the forms shall be maintained true without lift, wobbling, or
other variation tending to affect the precision finish. During the first pass of the
finishing machine, a uniform ridge of concrete shall be maintained ahead of the
front screed for its entire length. When in operation, the screed shall be moved
forward with a combined longitudinal and transverse shearing motion, always
moving in the direction in which the work is progressing, and so manipulated that
neither end is raised from the side forms during the striking-off process. If
necessary, this shall be repeated until the surface is of uniform texture, true to
grade and cross section, and free from porous areas.

D. Hand Finishing. Hand finishing methods will not be permitted, except under the
following conditions: in the event of breakdown of the mechanical equipment,
hand methods may be used to finish the concrete already deposited on the grade;
in areas of narrow widths or of irregular dimensions where operation of the
mechanical equipment is impractical. Concrete, as soon as placed, shall be
struck off and screeded. An approved portable screed shall be used. A second
screed shall be provided for striking off the bottom layer of concrete when
reinforcement is used.

1. The screed for the surface shall be a least 2 feet longer than the
maximum width of the slab to be struck off. It shall be of approved
design, sufficiently rigid to retain its shape, and shall be constructed
either of metal or of other suitable material covered with metal.
Consolidation shall be attained by the use of suitable vibrators.

E. Floating. After the concrete has been struck off and consolidated, it shall be
further smoothed and trued by means of a longitudinal float using one of the
following methods:

1. Hand Method. Long-handled floats shall not be less than 12 feet in


length and 6 inches in width, stiffened to prevent flexibility and warping.
The float shall be operated from foot bridges spanning but not touching
the concrete or from the edge of the pavement. Floating shall pass
gradually from one side of the pavement to the other. Forward movement

PORTLAND CEMENT CONCRETE PAVEMENT P-501-24


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

along the centerline of the pavement shall be in successive advances of


not more than one-half the length of the float. Any excess water or
laitance in excess of 1/8-inch thick shall be removed and wasted.

2. Mechanical method. The Contractor may use a machine composed of a


cutting and smoothing float(s), suspended from and guided by a rigid
frame and constantly in contact with, the side forms or underlying
surface. If necessary, long-handled floats having blades not less than 5
feet in length and 6 inches in width may be used to smooth and fill in
open-textured areas in the pavement. When the crown of the pavement
will not permit the use of the mechanical float, the surface shall be
floated transversely by means of a long-handled float. Care shall be
taken not to work the crown out of the pavement during the operation.
After floating, any excess water and laitance in excess of 1/8-inch thick
shall be removed and wasted. Successive drags shall be lapped one-half
the length of the blade.

F. 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 16-foot straightedge swung from handles 3 feet 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 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
5.02.I.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.

501-4.12 SURFACE TEXTURE

A. 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.

B. Brush or Broom Finish. If the pavement surface texture is to be a type of brush


or broom finish, it shall be applied when the water sheen has practically
disappeared. The equipment shall operate transversely across the pavement
surface, providing corrugations that are uniform in appearance and approximately
1/16 of an inch in depth. 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.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-25


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

C. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it
shall be at least 15 ounces per square yard. To obtain a textured surface, the
transverse threads of the burlap shall be removed approximately 1 foot 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 of an inch in
depth.

D. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be
applied by dragging the surface of the pavement in the direction of concrete
placement with an approved full-width drag made with artificial turf. The
leading transverse edge of the artificial turf drag will be securely fastened to a
lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be
in contact with the concrete surface during dragging operations. A variety of
different types of artificial turf are available and approval of any one type will be
done only after it has been demonstrated by the Contractor to provide a
satisfactory texture. One type that has provided satisfactory texture consists of
7,200 approximately 0.85-inches-long polyethylene turf blades per square foot.
The corrugations shall be uniform in appearance and approximately 1/16 of an
inch in depth.

501-4.13 CURING

A. 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 in
accordance with the methods below. Failure to provide sufficient cover material,
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.
Additionally, after the initial sawcuts are completed the curing compound shall
be reapplied to the sawcut pavement. The following are alternate approved
methods for curing concrete pavements.

B. 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 1 gallon to not more
than 150 square feet. 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. 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

PORTLAND CEMENT CONCRETE PAVEMENT P-501-26


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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.

C. Curing in Cold Weather. The concrete shall be maintained at a temperature of at


least 50 degrees F (10 degrees C) for a period of 72 hours after placing and at a
temperature above freezing for the remainder of the curing time. When concrete
is being placed and the air temperature may be expected to drop below 35
degrees F (2 degrees C), a sufficient supply of suitable insulated thermal
blanketing material shall be provided along the work. Any time the temperature
may be expected to reach the freezing point during the day or night, the material
so provided shall be spread over the pavement to a sufficient depth to prevent
freezing of the concrete. The period of time such protection shall be maintained
shall not be less than 10 days. A minimum of 3 days is required when high, early
strength concrete is used. The Contractor shall be responsible for the quality and
strength of the concrete placed during cold weather, and any concrete injured by
frost action shall be removed and replaced at the Contractor's expense.

501-4.14 REMOVING FORMS

A. 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 outlined in one of the methods indicated in paragraph 4.14.
Major honeycombed areas shall be considered as defective work and shall be
removed and replaced in accordance with paragraph 5.02.J. Any area or section
so removed shall not be less than 10 feet (3 m) in length nor less than the full
width of the lane involved. When it is necessary to remove and replace a section
of pavement, any remaining portion of the slab adjacent to the joints that is less
than 10 feet (3 m) in length shall also be removed and replaced.

501-4.15 SEALING JOINTS

A. The joints in the pavement shall be sealed in accordance with Item P-605.

B. To reduce dust and final cleanup efforts, slurry generated from sawcuts shall be
cleaned from the pavement using vacuum sweepers, brooms, flushing with water
and/or other methods before the slurry is allowed to dry.

501-4.16 PROTECTION OF PAVEMENT

A. The Contractor shall protect the pavement and its appurtenances against both
public traffic and traffic caused by the Contractor's employees and agents. 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. The Contractor shall have available at all times,
materials for the protection of the edges and surface of the unhardened concrete.
Such protective materials shall consist of rolled polyethylene sheeting at least 4
mils thick of sufficient length and width to cover the plastic concrete slab and

PORTLAND CEMENT CONCRETE PAVEMENT P-501-27


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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.

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 COTR.

501-4.17 OPENING TO TRAFFIC

A. The COTR shall decide when the pavement shall be opened to traffic. The
pavement shall not be opened to traffic until test specimens molded and cured in
accordance with ASTM C 31 have attained a flexural strength of 550 pounds per
square inch when tested in accordance with ASTM C 78. If such tests are not
conducted, the pavement shall not be opened to traffic until 14 days after the
concrete was placed. Prior to opening to traffic, the pavement shall be cleaned.
Prior to opening the pavement to construction or aircraft traffic, all joints shall
either be sealed or protected from damage by installation of, as a minimum,
backer rod or tape.

501-4.18 SUBMISSIONS.

A. Prior to commencement of paving operations, the Contractor shall submit for


review by the COTR a tabulation of elevations representing his interpretation of
the paving lane edge elevations. These elevations shall be presented to the
nearest hundredth (0.01) of a foot at intervals not exceeding twenty-five feet (25')
on center.

501-4.19 REPAIR, REMOVAL, REPLACEMENT OF NEW SLABS

A. General. New pavement slabs that are broken or contain cracks shall be removed
and replaced or repaired, as specified hereinafter at no cost to the Authority.
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 paving lane, 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 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 Authority. All epoxy resin used in this work shall conform to
ASTM C-881, Type V.

B. Shrinkage Cracks. Shrinkage cracks, which do not exceed 4 in in depth, shall be


cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using
procedures as approved. 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

PORTLAND CEMENT CONCRETE PAVEMENT P-501-28


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

of the COTR. Shrinkage cracks, which exceed 4” in depth, shall be treated as full
depth cracks in accordance with paragraphs 4.19.C and 4.19.D.

C. Slabs with Cracks through Interior Areas. Interior area is defined as that area
more than 6 inches from either adjacent original transverse joint. The full slab
shall be removed and replaced at no cost to the owner, when there are cracks
greater than 4” in depth, that extend into the interior area.

D. Cracks Close To and Parallel To Joints. All cracks essentially parallel to original
extending full depth of the slab, and lying wholly within 6 inches either side of
the joint shall be treated as specified hereinafter. Any crack extending more than
6 inches from the joint shall be treated as specified above in subparagraph "Slabs
With Cracks Through Interior Area."

1. Full Depth Crack Present within 6 inches either side of the Joint. When a
full depth crack is present within the 6 inches of either side of the joint, a
full-depth patch shall be used. A double full depth sawcut on all four sides
of the removal area shall be used, with the initial sawcut being 18” minimum
from the edge of repair and the second sawcut at the repair perimeter. Saw
cut overcuts shall be thoroughly cleaned and completely filled with epoxy.
Wherever possible, the dimensions of the patch will be sawcut to form an
even square, to the satisfaction of the COTR, with a minimum length of 4 ft
and a 3” minimum spacing between the second sawcut and the edge of the
crack. Drill holes in pavement panel as needed to lift out to remove PCC
pavement. Care shall be taken not to damage the adjacent slabs. 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 and to the satisfaction of the COTR. All four edges of
the new slab shall thus contain dowels or original tie bars. For sawcuts along
existing longitudinal or tranverse joints, drill sockets for dowel bars at 18
inch centers (typical). Dowel bars shall be 1 ½ in diameter and 20 inches
long. Epoxy Dowels bars into sockets. Paint and oil exposed half of dowel
bars only. Deformed tie bars shall be drilled into panel interiors. Deformed
tie bars shall be #5, 30 inch long at 15 inch spacing (typical). Epoxy
deformed tie bars into drilled sockets. Surface of the interior slab shall be
painted with sand-cement bonding grout prior to placing P-501 PCC.
Placement of concrete shall be as specified for original construction..
Existing joint shall be re-established by initially sawcutting 1/4 inch width to
one-quarter slab thickness minimum as soon as possible. Joint shall be
widened to 1/2 inch ± 1/16 inch at a depth of 1 5/8 inch minimum. 1/4
inches beveled edges shall be installed on both sides of the widened sawcut.
Install backer rod and joint sealer to the satisfaction of the COTR and P-605.
The top of the Joint Sealer shall be 3/8 inch minimum below the pavement.

2. Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a


transverse 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

PORTLAND CEMENT CONCRETE PAVEMENT P-501-29


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

containing the crack shall be removed and replaced for the full lane
width and length.

D. Removal and Replacement of Full Slabs. Where it is necessary to remove full


slabs. The slab edges shall be sawed full depth just beyond the end of the dowels
or tie bars. All saw cuts shall be perpendicular to the slab surface. These joints
shall then be carefully sawed on the joint line to within 1 inch of the depth of the
dowel. 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 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 no abrupt offset in any direction
greater than 1/2 inch and no gradual offset greater than 1 inch when tested in a
horizontal direction with a 12-foot 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 deep occurs at any point along any
edge, the area shall be repaired as directed before replacing the removed slab.
Procedures will be 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 deep occurs, the entire slab containing the
underbreak shall be removed and replaced. Where there are no dowels, or tie
bars, on an edge, or where they have been damaged, dowels 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 edges of the new slab shall thus 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 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.

E. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs
and along parallel cracks used as replacement joints shall be repaired with
polymer patch material as specified in Section P-510 and as illustrated on the
plans.

F. Repairing Joint Overcuts into Existing Pavements. Where proposed joints do not
match existing joints, the Contractor shall not sawcut into existing payment more
than two inches horizontally. This overcut shall be filled with a COTR approved
epoxy material in accordance with the manufacturer’s instructions. Where
proposed joints match existing joints, the Contractor shall minimize the damage

PORTLAND CEMENT CONCRETE PAVEMENT P-501-30


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

to the existing joint sealing materials. Damaged joint seal material shall be
removed and replaced to the satisfaction of the COTR and Item P-605.

501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL.

A. See Specification Section P-152 for existing PCC Pavement Removal.

MATERIAL ACCEPTANCE

501-5.01 ACCEPTANCE SAMPLING AND TESTING

A All acceptance sampling, making specimens, transportation of samples, initial


and final curing and coring for thickness necessary to determine conformance
with the requirements specified in this section 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. Concrete
shall be accepted for strength and thickness on a lot basis.

B. A lot shall consist of:

1. A day's production not to exceed 4,500 square yards.

C. Testing organizations performing these tests shall meet the requirements of


ASTM C 1077. The Contractor shall bear the cost of sampling, making and
transporting strength specimens, for providing molds and sampling equipment,
for providing curing facilities for the strength specimens and for coring and
filling operations.

D. Flexural Strength.

1. Sampling. Each lot shall be divided into four equal sublots. One (1)
sample shall be taken by the Contractor 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.

2. Making Specimens On-Site. Two specimens shall be made by the


Contractor on site, in the presence of the COTR, from each sample for
testing at 3, 7, 14 and 28 days age plus two reserve beams (a total of 10
beams per sample). Specimens shall be made in accordance with ASTM
C 31.

3. Initial Curing, On-Site. The Contractor shall provide adequate facilities


for the initial curing of beams on site. During the 24 hours after
molding, the temperature immediately adjacent to the specimens must be
maintained in the range of 60 to 80 degrees F (16 to 27 degrees C), and
loss of moisture from the specimens must be prevented. The Contractor
shall store the specimens on site during the 24 hours after molding in
tightly constructed wooden boxes, damp sand pits, temporary buildings

PORTLAND CEMENT CONCRETE PAVEMENT P-501-31


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

at construction sites, under wet burlap in favorable weather or in


heavyweight closed plastic bags, or use other suitable methods, provided
the temperature and moisture loss requirements are met. Initial curing
shall be done in accordance with ASTM C 31.

4. Final Curing. After initial cure, the Contractor shall provide facilities for
protecting, storing, and curing the beams until they are tested for flexural
strength. The facilities shall be on site. The Contractor shall transport the
specimens from the initial cure site to the final cure site, strip forms from
the specimens, label and place the specimens in the curing facilities.
Storage conditions shall be in compliance with ASTM C 31.

5. Testing. The COTR shall test two specimens from each sample at 3, 7,
14 and 28 days from the date of molding. Testing will be done on a
Rainhard recording beam tester, Model 416L, provided by the COTR.
The Contractor may use the COTR’s machine for the testing of his mix
design specimens or correlation between the COTR’s machine and the
Contractor’s machine used for CQC (Contractor Quality Control). The
flexural strength of each specimen shall be determined in accordance
with ASTM C 78. The flexural strength for each sublot shall be
computed by averaging the results of the two test specimens representing
that lot. The Contractor shall transport the test beams from the final
curing facility to the COTR’s testing machine. The COTR shall load the
beams into the testing machine.

6. Acceptance. Acceptance of pavement for flexural strength will be


determined by the COTR in accordance with paragraph 5.02E.

E. 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 D 3665. Areas such as thickened edges,
with planned variable thicknesses shall be excluded from sample
locations.

a. 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 C 174.

3. Acceptance. Acceptance of pavement for thickness shall be determined


by the COTR in accordance with paragraph 5.02.F.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-32


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

F. Partial Lots. When operational conditions cause a lot to be terminated before the
specified four tests have been made for the lot, the following procedure will be
used to adjust the lot size and the number of tests for the lot.

G. 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, i.e., n=5 or n=6.

H. Outliers. All individual flexural strength tests within a lot shall be checked for an
outlier in accordance with ASTM E 178, at a significance level of 5 percent.
Outliers shall be discarded, and the PWL shall be determined using the remaining
test values.

501-5.02 ACCEPTANCE CRITERIA

A. General. Acceptance will be based on the following characteristics of the


completed pavement:

1. Flexural strength
2. Thickness
3. Smoothness
4. Grade
5. Edge slump
6. Dowel bar alignment

B. Flexural strength will be evaluated for acceptance by the COTR in accordance


with paragraph 5.02.E. Thickness will be evaluated for acceptance by the COTR
in accordance with paragraph 5.01.F. Smoothness will be evaluated by the
COTR in accordance with paragraph 5.02.I.3.

C. Acceptance for flexural strength will be based on the criteria contained in


accordance with paragraph 5.02.I.1. Acceptance for thickness will be based on
the criteria contained in paragraph 5.02.I.2. Acceptance for smoothness will be
based on the criteria contained in paragraph 5.02.I.3. Acceptance for grade will
be based on the criteria contained in paragraph 5.02.I.5.

D. The COTR may at any time, not withstanding 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.

E. Flexural Strength. Acceptance of each lot of in-place pavement for flexural


strength shall be based on the percentage of material within specification limits
(PWL). The PWL plan considers the variability (standard deviation) of the
material and the testing procedures, as well as the average (mean) value of the

PORTLAND CEMENT CONCRETE PAVEMENT P-501-33


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

test results. The standard deviation shall be determined from the Contractor's
own data or from historic data. If a material with high variability is produced,
then a higher average strength must be maintained in order to achieve a PWL of
90 percent or more.

F. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based


on the percentage of material within specification limits (PWL). The standard
deviation shall be determined from the Contractor's own data or from historic
data. If a pavement with a high thickness variability is placed, then a higher
average thickness must be maintained in order to achieve a PWL of 90 percent or
more.

G. Percentage of Material Within Limits (PWL). The percentage of material within


limits shall be determined in accordance with procedures specified in Section
5.03.

H. The lower specification limit (L) for flexural strength and thickness shall be:

Lower Specification Limit (L)

Flexural Strength 0.93 x strength specified in paragraph 3.01

Thickness 0.50 inches less than the Plan thickness for the lot.

I. Acceptance Criteria.

1. Flexural Strength. If the PWL of the lot equals or exceeds 90 percent for
flexural strength, the lot shall be acceptable. Acceptance and payment
for the lot shall be in accordance with Paragraph 8.01.

2. Thickness. If the PWL of the lot equals or exceeds 90 percent for


thickness, the lot shall be acceptable. Acceptance and payment for the
lot shall be in accordance with Paragraph 8.01.

3. Smoothness. As soon as the concrete has hardened sufficiently, the


pavement surface shall be tested with a 16-foot straightedge or other
specified device. Surface smoothness deviations shall not exceed 1/4
inch from a 16-foot straightedge placed in any direction, including
placement along and spanning any pavement joint edge.

4. Areas in a slab showing high spots of more than 1/4 inch but not
exceeding 1/2 inch in 16 feet shall be marked and immediately ground
down with an approved grinding machine to an elevation that will fall
within the tolerance of 1/4 inch or less. Where the departure from
correct cross section exceeds 1/2 inch, the pavement shall be removed
and replaced at the expense of the Contractor when so directed by the
COTR.

5. Grade. An evaluation of the surface grade shall be made by the COTR


for compliance to the tolerances contained below. The finish grade will

PORTLAND CEMENT CONCRETE PAVEMENT P-501-34


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

be determined by running levels at intervals of 50 ft or less longitudinally


and all breaks in grade transversely (not to exceed 50 ft) to determine the
elevation of the completed pavement. The Contractor shall pay the costs
of surveying the level runs, and this work shall be performed by a
licensed surveyor. The documentation, stamped and signed by a licensed
surveyor shall be provided by the Contractor to the COTR.

6. Lateral Deviation. Lateral deviation from established alignment of the


pavement edge shall not exceed plus or minus 0.10 foot in any lane.

7. Vertical Deviation. Vertical deviation from established grade shall not


exceed plus or minus 0.04 foot at any point.

8. Edge Slump. When slip-form paving is used, not more than 15 percent
of the total free edge of each 500 feet of pavement, or fraction thereof,
shall have an edge slump exceeding 1/4-inch, and none of the free edge
of the pavement shall have an edge slump exceeding 3/8-inch. (The total
free edge of 500 feet of pavement will be considered the cumulative total
linear measurement of pavement edge originally constructed as
nonadjacent to any existing pavement; i.e., 500 feet of paving lane
originally constructed as a separate lane will have 1,000 feet of free edge,
500 feet 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 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 when so directed by the COTR.

9. Dowel Bar Alignment. Dowel bars and assemblies shall be checked for
position and alignment. The maximum permissible tolerance on dowel
bar alignment in each plane, horizontal and vertical, shall not exceed 2
percent or 1/4 inch per foot of a dowel bar. Vertical alignment of dowels
shall be measured parallel to the designed top surface of the pavement,
except for those across the crown of 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.

J. 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 4.10 shall apply to all contraction
joints exposed by concrete removal. Removal and replacement shall be in
accordance with Paragraph 4.19.

501-5.03 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN


SPECIFICATION LIMITS (PWL)

A. GENERAL. When the specifications provide for acceptance of material based


on the method of estimating percentage of material within specification limits

PORTLAND CEMENT CONCRETE PAVEMENT P-501-35


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

(PWL), the PWL will be determined in accordance with this section. 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 computer and the PWL for the lot for the
specified n is determined from Table 4. All Specification limits specified in the
technical sections shall be absolute values. Test results used in the calculations
shall be to the significant figures 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 sample and tested at the frequencies specified.

501-5.03.1 METHOD FOR COMPUTING PWL

The computational sequence for computing the PWL is as follows:

A. Divide the lot into n sublots in accordance with the acceptance requirements of
the specification.

B. Locate the sampling position within the sublot in accordance with the random
sampling 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. Average all sublot values within the lot to find X by using the following formula:

X = (x1 + x2 + x3 + . . .xn) / n

Where:

X = Average of all sublot values within a lot

x1, x2 = Individual sublot values

n = Number of sublots

PORTLAND CEMENT CONCRETE PAVEMENT P-501-36


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

E. Find the standard deviation Sn by use of the following formula:

Sn = [(d12 + d22 + d32 + . . .dn2) / n-1]1/2

Where:

Sn = 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 = (xn - X) . . dn = (xn - X)

n = number of sublots

F. For single sided specification limits (i.e., 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 4 with
QL, using the column appropriate to the total number (n) of measurements. If the
value of QL falls between values shown on the table, use the next higher value of
PWL.

G. For double sided specification limits (i.e. L and U), compute the Quality Indexes
QL and 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 4 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:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-37


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

PL = percent within lower specification limit


PU = percent within upper specification limit

CONTRACTOR QUALITY CONTROL

501-6.01 CONTRACTOR QUALITY CONTROL PROGRAM

A. The Contractor shall develop a Quality Control Program in accordance with


Section 014000 of the General Provisions. The program shall address all
elements which affect the quality of the pavement including, but not limited to:

1. Mix Design
2. Aggregate Gradation
3. Quality of Materials
4. Stockpile Management
5. Proportioning
6. Mixing and Transportation
7. Placing and Consolidation
8. Joints
9. Dowel Placement and Alignment
l0. Flexural or Compressive Strength
11. Finishing and Curing
12. Surface Smoothness

501-6.02 QUALITY CONTROL TESTING

A. 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.

B. A Quality Control Testing Plan shall be developed as part of the Quality Control
Program.

C. 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.

D. Coarse Aggregate

PORTLAND CEMENT CONCRETE PAVEMENT P-501-38


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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.

E. Slump. Four slump tests shall be performed for each lot of material produced in
accordance with the lot size defined in Section 5.01. One test shall be made for
each sublot. Slump tests shall be 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.

F. Air Content. Four air content tests, shall be performed for each lot of material
produced in accordance with the lot size defined in Section 5.01. One test shall
be made for each sublot. Air content tests shall be performed in accordance with
ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or
other porous coarse aggregate, from material randomly sampled from trucks at
the plant site. Material samples shall be taken in accordance with ASTM C 172.

G. Four unit weight and yield test 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.

501-6.03 CONTROL CHARTS

A. The Contractor shall maintain linear control charts for fine and course aggregate
gradation, slump, and air content.

B. 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.

C. 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 Tables 1 and 2 shall be superimposed on
the Control Chart for job control.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-39


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

D. Slump and Air Content. The Contractor shall maintain linear control charts both
for individual measurements and range (i.e. difference between highest and
lowest measurements) for slump and air content in accordance with the following
Action and Suspension Limits.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-40


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

CONTROL CHART LIMITS


Based on Sample Size n=4

Control Individual Measurements Range Suspension


Parameter Action Limit Suspension Limit Limit
Slip Form:
+0 to -1 inch
Slump +0.5 to -1.5 inch (13-38 mm) +/- 1.5 inch (38 mm)
(0-25 mm)
Air Content +/- 1.2% +/- 1.8% +/- 2.8%

Fixed Form:
+ 0.5 to -1 inch
Slump +1 to -1.5 inch (25-38 mm) +/- 1.5 inch (38 mm)
(13-25 mm)
Air Content +/- 1.2% +/- 1.8% +/- 2.8%

The individual measurement control charts shall use the mix design target values as
indicators of central tendency.

501-6.04 CORRECTIVE ACTION

A. The Quality Control Plan shall indicate that appropriate action shall be taken
when the process is believed to be out of control. The Quality Control Plan 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.

B. Fine and Coarse Aggregate Gradation. When two consecutive averages of five
tests are outside of the Tables 1 or 2 specification limits, immediate steps,
including a halt to production, shall be taken to correct the grading.

C. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of
the fine or coarse aggregate changes by more than 0.5 percent, the scale settings
for the aggregate batcher(s) and water batcher shall be adjusted.

D. 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.

E. Air Content. The Contractor shall halt production and adjust the amount of
air-entraining admixture whenever:

PORTLAND CEMENT CONCRETE PAVEMENT P-501-41


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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.

F. 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.

501-7.01 METHOD OF MEASUREMENT

A. 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. Variable depth pavement areas will be measured as follows:

Thickness Measured As
17" to 21.25" Plain PCC Pavement 17" Plain PCC Pavement

B. The test batch shall be measured as a lump sum.

501-8.01 BASIS OF PAYMENT

GENERAL. Payment for an accepted lot of concrete pavement shall be made at the
contract unit price per square yard adjusted in accordance with paragraphs 8.01.A subject
to the limitation that:

Total project payment 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.

Payment shall be full compensation for all labor, materials, tools equipment, reinforcing
steel, curing compound, dowels, joint sawing, 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 P-605 shall be considered incidental to this item.
The labor, materials, equipment and incidentals required to place the choke stone
interlayer per P-221 shall be considered incidental to this item.

A. Basis of Adjusted Payment. The pay factor for each individual lot shall be
calculated in accordance with Table 5. 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 percent
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 percent 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 percent.

PORTLAND CEMENT CONCRETE PAVEMENT P-501-42


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

TABLE 5 PRICE ADJUSTMENT SCHEDULE

Percentage of Material Within Percent of Contract Unit Price


Specification Limits (PWL) to be Paid

96-100 1061

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
PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT 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 percent 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 percent 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 percent.

B. The Test Batch shall be paid for at the contract unit price per lump sum, which
price shall include all material, equipment, labor and engineering necessary to
complete this item.

C. Payment will be made under:

P-501-8.1 17" Plain PCC Pavement per square yard

P-501-8.2 Plain PCC Test Batch lump sum

TESTING REQUIREMENTS

ASTM C 31 Making and Curing Concrete Test Specimens in the Field

ASTM C 33 Specification for Concrete Aggregates

ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens

PORTLAND CEMENT CONCRETE PAVEMENT P-501-43


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

ASTM C 70 Surface Moisture in Fine Aggregate

ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with
Third-Point Loading)

ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use
of the Los Angeles Machine

ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates

ASTM C 138 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete

ASTM C 143 Test for Slump of Portland Cement Concrete

ASTM C 172 Sampling Freshly Mixed Concrete

ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric
Method

ASTM C 174 Measuring Length of Drilled Concrete Cores

ASTM C 227 Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-


Bar Method)

ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 289 Potential Reactivity of Aggregates (Chemical Method)

ASTM C 295 Petrographic Examination of Aggregates for Concrete

ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Portland
Cement Concrete

ASTM C 535 Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use
of the Los Angeles Machine

ASTM C 566 Total Moisture Content of Aggregates by Drying

ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Laboratory
Evaluation

ASTM D 3665 Random Sampling of Construction Materials

ASTM D 3963 Specification for Epoxy-Coated Reinforcing Steel

ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate

AASHTO T 26 Quality of Water to be Used in Concrete

PORTLAND CEMENT CONCRETE PAVEMENT P-501-44


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

MATERIAL REQUIREMENTS

ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete
Reinforcement

ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement

ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete
Pavement

ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement

ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete
Reinforcement

ASTM A 714 Specification for High-Strength Low-Alloy Welded and Seamless Steel
Pipe

ASTM A 996 Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for
concrete Reinforcement

ASTM A 1064 Specification for Steel Wire and Welded Wire Reinforcement, Plain and
Deformed for Concrete

ASTM C 33 Specification for Concrete Aggregates

ASTM C 94 Specification for Ready-Mixed Concrete

ASTM C 150 Specification for Portland Cement

ASTM C 171 Specification for Sheet Materials for Curing Concrete

ASTM C 260 Specification for Air-Entraining Admixtures for Concrete

ASTM C 309 Specification for Liquid Membrane-Forming Compounds

ASTM C 494 Specification for Chemical Admixtures for Concrete

ASTM C 595 Specification for Blended Hydraulic Cements

ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use
as a Mineral Admixture in Portland Cement Concrete

ASTM C 881 Specification for Epoxy Resin Base Bonding System for Concrete

ASTM C 989 Specification for Ground Granulated Blast-Furnace Slag for Use in
Concrete and Mortars

PORTLAND CEMENT CONCRETE PAVEMENT P-501-45


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2011

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 M 254 Specification for Coated Dowel Bars

ACI 305R Hot Weather Concreting

ACI 306R Cold Weather Concreting

ACI 309 Guide for Consolidation of Concrete

TT-P-644 Federal Specification for Primer Coating, (Rev. D) Alkyd,


Corrosion-Inhibiting, Lead and Chromate Free, VOC-Compliant

END ITEM P-501

PORTLAND CEMENT CONCRETE PAVEMENT P-501-46


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 three
different techniques, listed below.

Partial Depth Spall Repair


Full Depth Patch
Full Slab Removal and Replacement

The repairs described below shall only be used to repair spalls and cracks in the new concrete
pavement as designated by COTR. Any repairs of new concrete will not be paid for but shall be
incidental to the new PCC pavement.

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 shop drawings, manufacturer’s data, test reports and materials certifications for all
materials required in the referenced section, including:

1. Silicone Joint Sealant Material


2. Primer for Silicone Joint Sealant (if required)

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 FULL DEPTH PATCH

A. Requirements for Geotextile Fabric used for Full Depth Patch are described in Division 20
Section “Soil Stabilization Fabric.”

B. Requirements for Undercut Backfill Stone used for Full Depth Patch are described in

RIGID PAVEMENT REPAIR P-510-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Division 20 Section “Undercut Backfill Stone.”

C. Requirements for Aggregate Base Course used for Full Depth Patch are described in Division
20 Section “Crushed Aggregate Base Course.”

D. Requirements for PCC used for Full Depth Patch are described in Division 20 Section
“Portland Cement Concrete Pavement.”

E. Requirements for Dowels and Tie Bars used for Full Depth Patch are described in Division
20 Section “Portland Cement Concrete Pavement.”

2.3 FULL SLAB REMOVAL AND REPLACEMENT

A. Requirements for Geotextile Fabric used for Full Slab Removal and Replacement are
described in Division 20 Section “Soil Stabilization Fabric.”

B. Requirements for Undercut Backfill Stone used for Full Slab Removal and Replacement are
described in Division 20 Section “Undercut Backfill Stone.”

C. Requirements for Aggregate Base Course used for Full Slab Removal and Replacement are
described in Division 20 Section “Crushed Aggregate Base Course.”

D. Requirements for PCC used for Full Slab Removal and Replacement are described in
Division 20 Section “Portland Cement Concrete Pavement.”

E. Requirements for Dowels and Tie Bars used for Full Slab Removal and Replacement are
described in Division 20 Section “Portland Cement Concrete Pavement.”

2.3 FIBERBOARD

A. Fiberboard for maintaining joints in patches shall conform to the requirements of ASTM
D1751 or ASTM D1752. 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.

2.4 CURING COMPOUND

A. Requirements for curing compound applied to PCC are described in Division 20 Section
“Portland Cement Concrete Pavement.”

2.5 JOINT SEALANT

A. All newly formed PCC joints around patches and slab replacements, as well as sawcut seals
shall be sealed with silicone joint sealant. Silicone Joint Sealant shall be a single-component,
cold-applied material that meets or exceeds ASTM D 5893, Type NS. In addition, the
manufacturer shall certify that the silicone joint sealant will meet the requirements of Table 1.

RIGID PAVEMENT REPAIR P-510-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TABLE 1
Test Method Test Material Requirement
As Supplied
ASTM D2202 Flow, Maximum 0.2
ASTM D1475 Specific Gravity 1.450-1.515
Mil-S-8802 Extrusion Rate, grams/minute 90-250
ASTM C679 Tack Free Time, minutes 35-75
Upon Complete Cure (Sample Cured 21 days at 77 degrees +/- 2 degrees F and 50% +/-
Relative Humidity
ASTM D412, Die C Modulus at 150% elongation, 45
psi maximum
ASTM D412, Die C Elongation, minimum 1200
ASTM D2240 Durometer, Shore A, Points 15-25
ASTM D 3583, Adhesion to Concrete, 500
Section 19, minimum % elongation
Modified
Performance
ASTM C 719 Movement, 10 cycles at +100/-50% No failure
ASTM C 793 Accelerated weathering at 5000 hrs No cracks, blisters or bond loss

B. Joints between asphalt and concrete shall be sealed with a silicone joint sealant appropriate
for bonding to both PCC and asphalt pavements. Silicone Joint Sealant shall meet or exceed
ASTM D 5893, Type SL.

C. Each lot or batch of joint sealer 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, 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.

D. If recommended by the sealant manufacturer, an air drying primer, meeting the


recommendations of the manufacturer of the silicone joint sealant, shall be applied to the joint
prior to applying the joint sealant material.

E. Backer Rod shall be a heat resistant cross linked close cell polyethylene or polyurethane
foam. The backer rod shall be compatible with the sealant and no bond or reaction shall
occur between the rod and sealant. The rod shall be installed in the joint to the depths and
diameters as indicated in the plans.

PART 3 - CONSTRUCTION METHODS

3.1 PARTIAL DEPTH PATCH REMOVALS

A. In the areas indicated for partial depth patch, 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

RIGID PAVEMENT REPAIR P-510-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

distressed area. 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.

C. Sawcut overcuts shall be cleaned and filled with a self-leveling adhesive epoxy.

3.2 FULL DEPTH PATCH AND FULL SLAB REMOVALS

A. Full depth PCC removal shall be performed in accordance with Division 20 Section
“Excavation and Embankment,” Paragraph “Excavation.”

B. Aggregate Base Course and Unsuitable Subgrade shall be removed as indicated in the plans
and as indicated by the COTR. Care shall be taken to ensure material does not fall out from
under adjacent slabs during excavation and prior to backfill. All suitable removed material
shall be disposed of at the Soil Bank Site on the Airport property. All unsuitable excavated
material shall be legally disposed of off the Airport Property.

3.3 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.

3.4 PARTIAL DEPTH AND FULL DEPTH PATCH BONDING PREPARTION

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.

3.5 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.

3.6 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

RIGID PAVEMENT REPAIR P-510-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Placing” are met.

3.7 CURING

A. PCC PATCH. The patch shall be cured in accordance Division 20 Section “Portland Cement
Concrete Pavement” requirements for curing pavement.

3.8 FINISH TOLERANCE

A. The finished surfaces of partial depth repair shall meet the grade of the adjoining pavements
and shall not deviate more than 1/8 inch within the patched area.

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. Partial depth spall repairs shall not be measured for
payment and will only be used to repair new concrete or adjacent existing concrete damaged by
contractor’s operations.

5.2 FULL DEPTH PATCH. Full depth patch repairs shall not be measured for payment and will
only be used to repair new concrete or adjacent existing concrete damaged by the contractor’s
operations. .

5.3 FULL SLAB REMOVAL AND REPLACEMENT. Full slab removal and replacement shall not
be measured for payment and will only be used to repair new concrete damaged or adjacent
existing concrete by the contractor’s operations.

PART 6 - BASIS OF PAYMENT

6.1 No payment shall be made for rigid pavement repairs. All work shall be incidental to other items.

END OF SECTION P-510

RIGID PAVEMENT REPAIR P-510-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 either cutback asphalt or emulsified asphalt and shall
conform to the requirements of Table 1. The type, grade, controlling specification, and
application temperature of bituminous material to be used shall be specified by the COTR.

TABLE 1 – BITUMINOUS MATERIAL

Type and Grade Specification Application Temperature Deg. F


Emulsified Asphalt
SS-1, SS-1h ASTM D 977 75-130
CSS-1, CSS-1h ASTM D 2397 75-130
CRS-1, CRS-2 ASTM D 2397 Max. 175
Cutback Asphalt
RC-70 ASTM D 2028 120-160

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 above 60°F. 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.

The distributor shall be designed, equipped, maintained, and operated so that bituminous
material at even heat may be applied uniformly on variable widths of surface at the specified

BITUMINOUS TACK COAT P-603-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor
equipment shall include a tachometer, pressure gauges, volume-measuring devices or a
calibrated tank, and a thermometer for measuring temperatures of tank contents. The
distributor shall be self-powered and shall be equipped with a power unit for the pump and
full circulation spray bars adjustable laterally and vertically.

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.

Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer
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 or solvent shall be uniformly applied with a
bituminous distributor at the rate of 0.05 to 0.15 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.

Following the application, the surface shall be allowed to cure without being disturbed for
such period of time as may be necessary to permit drying out and setting of the tack coat.
This period shall be determined by the COTR. The surface shall then be maintained by the
Contractor until the next course has been placed. Suitable precautions shall be taken by the
Contractor to protect the surface against damage during this interval.

603-3.4 BITUMINOUS MATERIAL – CONTRACTOR’S RESPONSIBILITY

Samples of the bituminous material that the Contractor proposes to use together with a
statement as to its source and character must be submitted and approved before use of such
material begins. The Contractor shall require the manufacturer or producer of the bituminous
material to furnish material subject to this and all other pertinent requirements of the contract.
Only satisfactory materials so demonstrated by service tests shall be acceptable.

The Contractor shall furnish the vendor’s certified test reports for each carload, or equivalent
of bituminous material shipped to the project. The report shall be delivered to the COTR
before permission is granted for use of the material. The furnishing of the vendor’s certified
test report for the bituminous material shall not be interpreted as a basis for final acceptance.
All such test reports shall be subject to verification by testing samples of material received for
use on the project.

603-3.5 FREIGHT AND WEIGH BILLS

The Contractor shall file with the COTR certified weigh bills of the bituminous materials
actually used in the construction covered by the contract. The Contractor shall not remove
bituminous material from the tank car or storage tank until the initial outage and temperature
measurements have been taken by the COTR, nor shall the car or tank be released until the

BITUMINOUS TACK COAT P-603-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

final outage has been taken by the COTR. Copies of freight bills and weigh bills shall be
furnished to the COTR during the progress of the work.

METHOD OF MEASUREMENT

603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be
corrected to the volume at 60°F (15°C) in accordance with ASTM D 1250 for cutback
asphalt, and Table IV-3 of the Asphalt Institute’s Manual MS-6 for emulsified asphalt. Water
added to emulsified asphalt will not be measured for payment.

BASIS OF PAYMENT

603-5.1 Payment shall be made at the contract unit price per gallon of bituminous material. This price
shall be full compensation for furnishing all materials, for all preparation, delivery, and
application of these materials, and for all labor, equipment, tools and incidentals to complete
the item.

Payment will be made under:

Item P-603-5.1 – Tack Coat per gallon

MATERIAL REQUIREMENTS

ASTM D 977 Emulsified Asphalt

ASTM D 1250 Petroleum Measurement Tables

ASTM D 2028 Liquid Asphalt (Rapid-Curing Type)

ASTM D 2397 Cationic Emulsified Asphalt

Asphalt Institute Temperature-Volume Corrections for Emulsified Asphalts


Manual MS-6
Table IV-3

END ITEM P-603

BITUMINOUS TACK COAT P-603-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-605 - JOINT SEALING FILLER

DESCRIPTION

605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing
filler capable of effectively sealing joints and cracks in pavements.

MATERIALS

605-2.1 JOINT SEALERS

Joint sealing materials shall conform to the types listed below and as shown on plans.

A. All PCC construction and contraction joints shall be sealed with a six-
cell preformed elastomeric joint sealer conforming to ASTM D2628 Type B.

B. Expansion Joints, Slip Joints and other joints as indicated in the plans
shall be sealed with silicone joint sealant. Silicone Joint Sealant shall be a
single-component, cold-applied material that meets or exceeds ASTM D 5893,
Type NS. In addition, the manufacturer shall certify that the silicone joint sealant
will meet the requirements of Table 1.

TABLE 1
Test Method Test Material Requirement
As Supplied
ASTM D2202 Flow, Maximum 0.2
ASTM D1475 Specific Gravity 1.450-1.515
Mil-S-8802 Extrusion Rate, grams/minute 90-250
ASTM C679 Tack Free Time, minutes 35-75
Upon Complete Cure (Sample Cured 21 days at 77 degrees +/- 2 degrees F
and 50 +/- Relative Humidity
ASTM D412, Die C Modulus at 150% elongation, psi 45
maximum
ASTM D412, Die C Elongation, minimum 1200
ASTM D2240 Durometer, Shore A, Points 15-25
ASTM D 3583, Section 19, Adhesion to Concrete, minimum % 500
Modified elongation
Performance
ASTM C 719 Movement, 10 cycles at +100/-50% No failure
ASTM C 793 Accelerated weathering at 5000 hrs No cracks, blisters or bond loss

C. The joint between asphalt and concrete shall be sealed with the silicone
joint sealant appropriate for bonding to both PCC and asphalt pavements.
Silicone Joint Sealant shall meet or exceed ASTM D 5893, Type SL.

D. Each lot or batch of joint sealer (preformed, silicone, or hot pour) 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, 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.

JOINT SEALING FILLER P-605-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

605-2.2 PRIMER FOR SILICONE SEALANT

If recommended by the sealant manufacturer, an air drying primer, meeting the


recommendations of the manufacturer of the silicone joint sealant, shall be applied to the
joint prior to applying the joint sealant material.

605-2.3 BACKER ROD MATERIAL

The rod shall be a heat resistant cross linked close cell polyethylene or polyurethane
foam. The backer rod shall be compatible with the sealant and no bond or reaction shall
occur between the rod and sealant. The rod shall be installed in the joint to the depths
and diameters as indicated in the plans.

605-2.4 LUBRICANT FOR PREFORMED JOINT SEALANT

Lubricant for installation of preformed joint seal shall be a one-component


polychloroprene compound containing only soluble phenolic resins blended together with
anti-oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet
the following requirements:

Requirements ASTM
Average weight per gallon, pounds 7.8
Solids content, percent by weight 22-28 D 1644, Method A
Film Strength, psi 2,300 minimum D 412
Elongation, percent 750 minimum D 412

Each shipment of lubricant 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 and the date of manufacture and shall be accompanied by the
manufacturer’s certification stating that the lubricant meets the requirements of the
specification.

This lubricant shall be stored at a temperature between 50 degrees F and 80 degrees F and
shall be used within 270 days of its manufacture.

CONSTRUCTION METHODS

605-3.1 TIME OF APPLICATION

Joints shall be primed and 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 above 50 degrees F at the time of installation of the poured joint
sealing material.

JOINT SEALING FILLER P-605-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

605-3.2 PREPARATION OF JOINTS

A. Sawing. All joints shall be sawed in accordance with the specifications and plan
details. Immediately after sawing the joint, the resulting slurry shall be
completely removed from the pavement using vacuum sweepers, brooms or other
methods before the slurry is allowed to dry.

B. Cleaning. Immediately before priming and sealing, the joints shall be thoroughly
cleaned of all laitance, curing compound, and other foreign material. Cleaning
shall be accomplished by sandblasting. Sandblasting shall be accomplished in a
minimum of two passes with 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. Upon
completion of cleaning, the joints shall be blown out with compressed air free of
oil and water. Only air compressors with operable oil and water traps shall be
used to prepare the joints for sealing. The joint faces shall be surface dry when
the primer, lubricant, or sealer is applied.

605-3.3 APPLICATION OF PRIME COAT FOR SILICONE SEALANT

Apply prime coat to clean, dry surfaces by dipping, brushing or spraying. The coverage
rate shall meet the recommendations of the manufacturer. Allow the primer to completely
dry until all the solvent evaporates. This time will vary depending on the humidity
conditions and the porosity of the surface being primed.

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:

A. Silicone Sealants. The sealant material shall be installed per the manufacturer’s
recommendation. The joint sealant shall be applied uniformly solid from bottom
to top and shall be filled without formation of entrapped air or voids. A backing
material shall be placed as shown on the plans and shall be nonadhesive to the
primed concrete or the sealant material. Sealants shall be applied to pavement
joints by the use of appropriate types of pressure feed application systems.
Sealant supplied in caulking tubes may be applied using hand or pneumatic types
of caulking guns. Sealant supplied in pails or drums shall be applied using a
pneumatic pumping system that feeds the sealant through an application hose and
wand with a nozzle that is placed in the joint. Any sealant spilled on the surface
of the pavement shall be removed immediately. Sealant which does not bond to
the primed concrete surface of the joint walls, contains voids, or fails to set to a
tack-free condition will be rejected and replaced by the Contractor at no
additional cost. Before sealing the joints, the Contractor shall demonstrate that
the equipment and procedures for preparing and placing the sealant will produce
a satisfactory joint seal. Traffic shall be restricted from the sealant material for 8
hours.

B. Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using
equipment capable of installing the sealer in the upright position, without cutting,

JOINT SEALING FILLER P-605-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

nicking, distorting, or otherwise damaging the seal. Lubricant shall be applied to


the concrete or the preformed seal, or both, and the seal shall be installed in a
substantially compressed condition and at the depth below the surface of the
pavement as shown in the plans. The method of installation shall be such that the
joint sealer will not be stretched more than 4 percent of the minimum theoretical
length, or compressed more than 2 percent. The method of installation shall be
checked for stretching or compression, using transverse joint sealer. The check
shall consist of loosely laying a piece of joint sealer the entire length of 3 or more
concrete panels. Mark or cut the seal to the agreed length. The seal is then
installed in the joint. Any excess amount of seal remaining at the end of the last
panel is due to stretch. The length of this excess is measured and a stretch
percentage is calculated by dividing the excess length by the original length.
Stretch greater than 4% is unacceptable and shall be removed. Seal within
stretch tolerance can remain in place. Once satisfactory sealing operations have
started, one joint length per every hundred shall be checked. If the limits are
exceeded, the joint sealers on either side should be removed until the condition
disappears. The affected joints shall be resealed in a satisfactory manner at no
cost to the Authority, and the method of installation shall be checked again for
satisfactory procedure. The seal shall be installed in the longest practicable
lengths in longitudinal joints and shall be cut at the joint intersections for
continuous installation of the seal in the transverse contraction joints.

C. Hot-Poured Sealants. The joint sealant shall be applied uniformly solid from
bottom to top and shall be filled without formation of entrapped air or voids. A
backing material shall be placed as shown on the plans and shall be non-adhesive
to the concrete or the sealant material. 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 degrees below 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. Any sealant spilled on the surface of
the pavement shall be removed immediately.

D. Storage of Sealants. Sealant Materials shall be stored in the original, unopened


containers supplied by the manufacturer prior to use. Containers shall be opened
for only the minimum amount of time practical prior to application. The sealant
shall be stored in accordance with the recommendations provided by the
manufacturer to maintain storage stability.

METHOD OF MEASUREMENT

605-4.1 A. No measurement will be made for preformed joint sealing filler


or poured joint sealing filler. All costs associated with joint sealing work shall be
considered incidental to the associated pavement item.

TESTING REQUIREMENTS

ASTM D 412 Tests for Rubber Properties in Tension

JOINT SEALING FILLER P-605-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ASTM D 1644 Tests for Nonvolatile Content of Varnishes

MATERIAL REQUIREMENTS

ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements

ASTM D 5893 Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant
for Portland Cement Concrete Pavements.

END ITEM P-605

JOINT SEALING FILLER P-605-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 -- --
1
20% 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
would be satisfactory) are bonded together with adhesive mixture and allowed to cure at room
ADHESIVE COMPOUNDS, TWO-COMPONENT P-606-2
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 AND BASIS OF PAYMENT

No separate payment shall be made for adhesive compounds and joint sealing material, but the cost therefore
shall be included in its respective item of work.

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-606-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-610 - STRUCTURAL PORTLAND CEMENT CONCRETE

DESCRIPTION

610-1.1 SUMMARY

This item shall consist of either plain or reinforced structural Portland cement concrete,
prepared and constructed in accordance with these specifications, at the locations and of
the form and dimensions shown on the plans. The concrete shall be composed of coarse
aggregate, fine aggregate, Portland cement, admixtures as necessary and water.

610-1.2 SUBMITTALS

The following items shall be submitted and approved by the COTR prior to use of Item
P-610 structural concrete. Coarse aggregate gradation, source, test data or certification
the material meets the requirements of ASTM C 33. Fine aggregate gradation, source
and test data or certification the material meets the requirements of ASTM C 33.
Certification the water meets the requirements of AASHTO T 26 or is potable.
Certification the cement meets the requirements of ASTM C 150 Type I or II.
Certification the admixtures meet the requirements as specified herein. A concrete mix
design shall be submitted for each mix that is intended to be used showing the materials
and the relative percentage of each mix constituent. If the mix is changed during the
project a new trial batch shall be run and submitted to the COTR. Trial mix data shall be
submitted for each mix design showing batch weights of the trial mix and the strength
specimen results for the trial mix data submitted. Twenty-eight day breaks for the trial
mix shall be submitted unless the specified strength is attained on an earlier break. The
trial batch data shall be no more than 6 months prior to the date of the submittal.

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 stored 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 therein.

In no case shall the use of pit-run or naturally mixed aggregates be permitted. Naturally
mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall
be stored separately and kept clean. The mixing of different kinds of aggregates from
different sources in one storage pile or alternating batches of different aggregates will not
be permitted.

610-2.2 COARSE AGGREGATE

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

610-2.3 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. REQUIREMENTS FOR GRADATION OF COARSE AGGREGATE


Sieve Designation (square Percentage by Weight Passing Sieves
openings)
2" 1-1/2" 1" 3/4" 1/2" 3/8" No. 4
No.4-3/4 in(4.75-19.0 mm) 100 90-100 -- 20-55 0-10
No.4-1 in.(4.75-25.0 mm) 100 90-100 -- 25-60 -- 0-10
No.4-1-1/2 in.(4.75-38.1 mm) 100 95-100 -- 35-70 -- 10-30 0-5

TABLE 2. REQUIREMENTS FOR GRADATION OF FINE AGGREGATE

Sieve designation Percentage by weight


(square openings) passing sieves

3/8 inch 100


No. 4 95-100
No. 16 45- 80
No. 30 25- 55
No. 50 10- 30
No. 100 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, provided that such deficiency does not exceed 5% and is
remedied by the addition of pozzolanic or cementitious materials other than Portland
cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the
required workability as approved by the COTR.

610-2.4 CEMENT

The cement used shall be Portland cement conforming to the requirements of ASTM
C150 Type I or Type II.

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
permission to use the cement is granted. All such test reports shall be subject to
verification by testing sample materials received for use on the project.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

610-2.5 WATER

The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable
matter, and clay and loam. If the water is of questionable quality, it shall be tested in
accordance with AASHTO T 26.

610-2.6 ADMIXTURES

The use of any material added to the concrete mix shall be approved by the COTR.
Before approval of any material, the Contractor shall be required to submit the results of
complete physical and chemical analysis made by an acceptable testing laboratory.
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. Concrete admixtures shall not
contain more than 0.1 percent chloride ions.

(a) Pozzolanic admixtures shall be fly ash or raw or calcined natural


pozzolans meeting the requirements of ASTM C 618. Fly ash shall not
exceed 19 percent of the total cementitious material by weight.

(b) Air-entraining admixtures shall meet the requirements of ASTM C 260.


Air-entraining admixtures shall be added at the mixer in the amount
necessary to produce the specified air content.

All concrete shall be air-entrained by the use of an admixture.

(c) Water-reducing, set-controlling admixtures shall meet the requirements


of ASTM C 494, Type A, water-reducing or Type D, water-reducing and
retarding. Water-reducing admixtures shall be added at the mixer
separately from air-entraining admixtures in accordance with the
manufacturer's printed instructions.

(d) Set accelerating admixtures. Admixtures accelerating the set of concrete


will not be allowed.

610-2.7 CALCIUM CHLORIDE

When calcium chloride is permitted by the COTR in the concrete as an accelerator, it


shall meet the requirements of ASTM D 98.

610-2.8 PREMOLDED JOINT MATERIAL

Premolded joint material for expansion joints shall meet the requirements of ASTM D
1751 or ASTM D 1752.

610-2.9 JOINT FILLER

The filler for joints shall meet the requirements of Item P-605.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

610-2.10 STEEL REINFORCEMENT

Concrete reinforcing shall consist of deformed bars of billet steel meeting ASTM A 615,
Grade 60 or welded wire fabric meeting ASTM A 185.

610-2.11 COVER MATERIALS FOR CURING

Curing materials shall conform to one of the following specifications:

(a) Waterproof Paper for Curing Concrete ASTM C 171


(b) Polyethylene Sheeting for Curing Concrete ASTM C 171
(c) Burlap Cloth made from Jute or Kenaf ASTM C 171
(d) Liquid Membrane-Forming Compounds for
Curing Concrete (Type 2) ASTM C 309, Type 2

610-2.12 PVC WATERSTOP

Waterstop shall be white PVC with factory made splices. Waterstops shall be
manufactured by Green Streak, St. Louis, MO, No. 748, or equal, 3/8" thick by 6" wide.
All splices shall be made with manufacturer recommended heat sealing method.
Labyrinth type waterstop made of PVC or neoprene or bentonite strips shall not be
permitted as a substitute for waterstop materials specified herein or as detailed on the
plans. Waterstops indicated to be jet-fuel resistant shall be made from synthetic rubber or
other suitable material able to withstand occasional short-term exposure to jet fuel type A
and diesel fuel without failure to permanent deterioration. Submit certification by
product manufacturer of the fuel resistance of the product. Subject to compliance with
requirements, provide products of one of the following:

(1) TPER synthetic rubber waterstop, Westec Barrier Technologies.


(2) Petrostop, Vinylex Corporation
(3) COTR approved equal

CONSTRUCTION METHODS

610-3.1 GENERAL

The Contractor shall furnish all labor, materials, and services necessary for, and
incidental to, the completion of all work as shown on the drawings and specified herein.
All machinery and equipment owned or controlled by the Contractor, which he proposes
to use on the work, shall be of sufficient size to meet the requirements of the work, and
shall be such as to produce satisfactory work; all work shall be subject to the inspection
and approval of the COTR. The Contractor shall employ, at all times, a sufficient force
of workmen of such experience and ability that the work can be prosecuted in a
satisfactory and workmanlike manner.

610-3.2 CONCRETE COMPOSITION

The concrete shall develop a compressive strength of 4000 psi in 28 days as determined
by test cylinders made in accordance with ASTM C31 and tested in accordance with
ASTM C39. The concrete shall contain not less than 611 pounds of cement per cubic

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

yard. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as
determined by ASTM C231 and shall have a slump of 4 inches as determined by ASTM
C143. Submit written reports to COTR for each proposed mix at least 15 days prior to
start of work. Do not begin concrete production until proposed mix designs have been
reviewed by the COTR. Concrete mixtures with a water/cement ratio greater than the
approved mix design shall be rejected.

610-3.3 ACCEPTANCE SAMPLING AND COMPRESSIVE STRENGTH TESTING

According to these requirements, or as directed by the COTR, the Contractor shall be


responsible for sampling, making, curing and storing concrete specimens for acceptance.
Compressive strength acceptance testing necessary to determine conformance with the
requirements of this section will be performed by the COTR in the COTR on site lab.
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
C172. Compressive strength specimens shall be made in accordance with ASTM C31
and tested in accordance with ASTM C39.

Test cylinders shall accurately represent concrete placed in forms. Additional cylinders
may be required if an error in batching is suspected. For first 24 hours after molding,
cylinders shall be safely located adjacent to the forms represented by the concrete
specimen and shall be cured in the manner identical to the concrete in the forms. At the
end of 24 hours, cylinders shall be transported by the Contractor to the laboratory.
Exception: Where the Contractor intends to remove load supporting forms (when
conditions permit), a sufficient number of additional test cylinders shall be made and
shall be field cured at the site of the structure. Field curing shall continue up to within
four hours prior to laboratory testing. The Contractor shall be responsible for the safe
field storage of the concrete cylinders during the field curing process.

610-3.4 PROPORTIONING AND MEASURING DEVICES

When package cement is used, the quantity for each batch shall be equal to one or more
whole sacks of cement. The aggregates shall be measured separately by weight. If
aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer
charge shall be contained in each batch compartment. Weighing boxes or hoppers shall
be approved by the 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.

610-3.5 CONSISTENCY

The consistency of the concrete shall be checked by the slump test specified in ASTM
C143.

610-3.6 MIXING

Concrete may be mixed at the construction site, at a central point, or wholly or in part in
truck mixers. Whichever mixing process is used, concrete of the specified proportions
and consistency shall be produced.

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

610-3.7 MIXING CONDITIONS

The concrete shall be mixed only in quantities required for immediate use. Concrete
shall not be mixed while the air temperature is below 40 degrees 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 degrees nor more than 90 degrees 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 expense.

When hot weather conditions exist that would impair quality and strength of concrete,
place concrete complying with ACI 301 and as specified.

1. Cool ingredients before mixing to maintain concrete temperature at time


of placement to below 90 degrees Fahrenheit. Mixing water may be
chilled or chopped ice may be used to control temperature, provided
water equivalent of is calculated to total amount of mixing water. Using
liquid nitrogen to cool concrete is Contractor’s option.
2. Cover reinforcing steel with water-soaked burlap if it becomes too hot,
so that steel temperature will not exceed the ambient air temperature
immediately before embedding in concrete.
3. Fog spray forms, reinforcing steel, and subgrade just before placing
concrete. Keep subgrade moisture uniform without puddles or dry
areas.
4. Use water-reducing retarding admixture when required by high
temperatures, low humidity, or other adverse placing conditions, as
acceptable to COTR.

Retempering of concrete by adding water or any other material shall not be permitted.

The delivery of concrete to the job shall be done in such a manner that batches of
concrete will be deposited at uninterrupted intervals.

610-3.8 FORMS

Concrete shall not be placed until all the forms and reinforcements have been inspected
and approved by the 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 design and engineering of
formwork, as well as all falsework, bracing, shoring and construction shall be the
responsibility of the Contractor. The surfaces of forms shall be smooth and free from
irregularities, dents, sags, and holes.

The internal ties shall be arranged so that, when the forms are removed, no metal will
show in the concrete surface or discolor the surface when exposed to weathering. All
forms shall be treated with a releasing agent after placement but prior to placing any
adjacent reinforcing steel. Forms shall be constructed so that they can be removed
without injuring the concrete surface. The forms shall not be removed from vertical
faces, walls, slender columns, and similar structures before the expiration of at least 30

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

hours; forms supported by false work under slabs, beams, girders, arches, and similar
construction shall not be removed until tests of field cured specimens indicate that at least
75% of the design strength of the concrete has developed.

610-3.9 PLACING REINFORCEMENT

All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly
held in position during concreting. Bars shall be fastened together at a minimum of 50%
of intersections. The reinforcement shall be supported by approved metal chairs. Shop
drawings, lists, and bending details shall be supplied by the contractor for structures
including, but not limited to, inlets and other structures where required by the COTR.
Form release agent shall not be allowed to come in contact with reinforcing steel.

610-3.10 EMBEDDED ITEMS

Before placing concrete, any items that are to be embedded shall be firmly and securely
fastened in place as indicated. All such items shall be clean and free from coating, rust,
scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete
shall be spaded and consolidated around and against embedded items.

610-3.11 PLACING CONCRETE

All concrete shall be placed during daylight, unless otherwise approved. The concrete
shall not be placed until the depth and character of foundation, the adequacy of forms and
false work, and the placing of the steel reinforcing have been approved. Concrete shall
be placed as soon as practical after mixing and in no case later than 1 hour after water has
been added to the mix. The method and manner of placing shall be such to avoid
segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be
used as an aid in placing concrete when necessary. Dropping the concrete a distance of
more than 5 feet, or depositing a large quantity at one point, will not be permitted.
Concrete shall be placed upon clean, damp surfaces, free from running and standing
water, or upon properly consolidated soil. Concrete shall not be placed on snow, ice, or
frozen subgrade.

The concrete shall be compacted with suitable mechanical vibrators operating within the
concrete. When necessary, vibrating shall be supplemented by hand spading with
suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated
so as to work the concrete thoroughly around the reinforcement and embedded fixtures
and into corners and angles of the forms.

The vibration at any joint shall be of sufficient duration to accomplish compaction but
shall not be prolonged to the point where segregation occurs. Concrete deposited under
water shall be carefully placed in a compact mass in its final position by means of a
tremie, a closed bottom dump bucket, or other approved method and shall not be
disturbed after being deposited.

610-3.12 CONSTRUCTION JOINTS

When the placing of concrete is suspended, necessary provisions shall be made for
joining future work before the placed concrete takes its initial set. For the proper bonding

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

of old and new concrete, such provisions shall be made for grooves, steps, keys, dove
tails, 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 which 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.

610-3.13 EXPANSION JOINTS

Expansion joints shall be constructed at such points and of such dimensions as may be
indicated on the drawings. The premolded filler shall be cut to the same shape as that of
the surfaces being joined. The filler shall be fixed firmly against the surface of the
concrete already in place using an adhesive or other method approved by the COTR in
such manner that it will not be displaced when concrete is deposited against it.

610-3.14 DEFECTIVE WORK

Any defective work disclosed after the forms have been removed shall be immediately
removed and replaced. If any dimensions are deficient, or if the surface of the concrete is
bulged, uneven, or shows honeycomb, which in the opinion of the COTR cannot be
repaired satisfactorily, the entire section shall be removed and replaced at the expense of
the Contractor.

610-3.15 SURFACE FINISH

All exposed concrete surfaces shall be true, smooth, free from open or rough spaces,
depressions, or projections. The concrete in horizontal plane surfaces shall be brought
flush with the finished top surface at the proper elevation and shall be struck off with a
straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or
sand-cement mortar be spread over the concrete during the finishing of horizontal plane
surfaces.

When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms
can be removed while the concrete is still green, the surface shall be pointed and wetted
and then rubbed with a wooden float until all irregularities are removed. If the concrete
has hardened before being rubbed, a carborundum stone shall be used to finish the
surface. When approved, the finishing can be done with a rubbing machine.

610-3.16 CURING AND PROTECTION

All plain or reinforced structural Portland cement concrete shall be properly cured and
protected by the Contractor. The work shall be protected from the elements, flowing
water, and from defacement of any nature during the building operations. The concrete
shall be cured as soon as it has sufficiently hardened by covering with an approved
material. Water-absorptive coverings shall be thoroughly saturated when placed and kept
saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently
weighted or tied down to keep the concrete surface covered and to prevent the surface
from being exposed to currents of air. Where wooden forms are used, they shall be kept

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

wet at all times until removed to prevent the opening of joints and drying out of the
concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete
has been placed.

610-3.17 DRAINS OR DUCTS

Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by
the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will
not be displaced or moved during the placing of the concrete.

610-3.18 COLD WEATHER PROTECTION

When concrete is placed at air 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° and 90° F.

Calcium chloride may be incorporated in the mixing water when directed by the COTR.
Not more than 2 pounds of Type 1 or more than 1.6 pounds of Type 2 shall be added per
bag of cement for plain or reinforced structural concrete. 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 which 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 item.

TESTING REQUIREMENTS

ASTM C 31 Making and Curing Concrete Test Specimens in the Field

ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregates

ASTM C 143 Test for Slump of Hydrualic Cement Concrete

ASTM C 172 Sampling Freshly Mixed Concrete

ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method

ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 684 Making, Accelerated Curing, and Testing of Concrete Compression Test
Specimens

ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for
Use in Construction and Criteria for Agency Evaluation

ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate

AASHTO T 26 Quality of Water to be Used in Concrete

MATERIAL REQUIREMENTS

ASTM A 184 Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement

ASTM A 185 Specification for Steel Welded Wire Reinforcement, Plain, for Concrete

ASTM A 497 Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete

ASTM A 615 Specification for Deformed and Plain Carbon Steel Bars for Concrete
Reinforcement

ASTM C 33 Specification for Concrete Aggregates

ASTM C 94 Specification for Ready Mixed Concrete

ASTM C 150 Specification for Portland Cement

ASTM C 171 Specification for Sheet Materials for Curing Concrete

ASTM C 260 Specification for Air Entraining Admixtures for Concrete

ASTM C 309 Specification for Liquid Membrane Forming Compounds for Curing Concrete

ASTM C 494 Specification for Chemical Admixtures for Concrete

ASTM C 595 Specification for Blended Hydraulic Cements

ASTM C 618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in
Concrete

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ASTM D 98 Specifications for Calcium Chloride

ASTM D 1751 Specification for Preformed Expansion Joint Filler for Concrete Paving and
Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 1752 Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion
Joint Fillers for Concrete Paving and Structural Construction

AASHTO M144 Standard Specifications for Calcium Chloride

AASHTO M 254 Specification for Coated Dowel Bars

END ITEM P-610

STRUCTURAL PORTLAND CEMENT CONCRETE P-610-11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM P-620 – PAVEMENT MARKING

DESCRIPTION

620-1.1 This item shall consist of the painting of permanent and temporary markings and stripes, and
the installation and removal of temporary taxiway reflectors, on the surface of runways and
taxiways, applied in accordance with these specifications, the applicable Federal Aviation
Administration (FAA) Advisory Circular, and at the locations shown on the plans, or as
directed by the COTR. All pavement marking 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.

Reflecters shall have prior approval of the FAA, Airport Service, Washington DC 20591, and
shall be listed in the current edition of FAA Advisory Circular AC 150/5345-53 Addendum,
Airport Lighting Equipment Certification Program. Before any reflectors are ordered, the
contractor shall furnish the COTR a list of the material and equipment to be incorporated in
the work for approval. 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, and outline
drawings.

620-2.2 PAINT

A. Paint type shall be as specified on the plans. Paint shall be furnished in White – 37925,
Yellow – 33538 or 33655, Red -31136, and Black – 37038 in accordance with Federal
Standard No. 595.

B. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952E,


Type I, or A-A-2886A, Type I.

C. EPOXY. Paint shall be a two component, minimum 99 percent solids type system
conforming to the following:

1. Pigments. Component A. Percent by weight.

a. White: Titanium Dioxide, ASTM D476, Type II shall be 18 percent minimum


(16.5 percent minimum at 100 percent purity).

b. Yellow and Colors: Titanium Dioxide, ASTM D 476, Type II shall be 14 percent
to 17 percent. Organic yellow, other colors, and tinting as required to meet color
standard. Epoxy resin shall be 75 percent to 79 percent.

PAVEMENT MARKING P-620-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2. Epoxy Content. Component A. The weight per epoxy equivalent, when tested in
accordance with ASTM D 1652 shall be the manufacturer’s target plus or minus 50.

3. Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be
the manufacturer’s target plus or minus 50.

4. Prohibited Materials. The manufacturer shall certify that the product does not contain
mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as
defined in 29 CFR 1919.1200.

5. Daylight Directional Reflectance:

a. White: The daylight directional reflectance of the white paint shall not be less
than 75 percent (relative to magnesium oxide), when tested in accordance with
Federal Test Method Standard No. 141D/GEN, Method 6121.

b. Yellow: The daylight directional reflectance of the yellow paint shall not be less
than 38 percent (relative to magnesium oxide), when tested in accordance with
Federal Test Method Standard No. 141D/GEN. The x and y values shall be
consistent with the Federal Hegman yellow color standard chart for traffic yellow
standard 33538, or shall be consistent with the tolerance listed below:

x .462 x .470 x .479 x .501


y .438 y .455 y .428 y .452

6. Accelerated Weathering

a. Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch to four
3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test
Method Standard No. 141D/GEN, Method 2013. Air dry the sample 48 hours
under standard conditions.

b. Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra
Violet (UV-B) Light and condensate exposure, 72 hours total, alternating 4-hour
UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C.

c. Evaluation. Remove the samples and condition for 24 hours under standard
conditions. Determine the directional reflectance and color match using the
procedures in paragraph 2.2.C(5) above. Evaluate for conformance with the
color requirements.

7. Volatile Organic Content. Determine the volatile organic content in accordance with 40
CFR Part 60 Appendix A, Method 24.

8. Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method
Standard No. 141D/GEN. The wet film thickness shall be 0.015 inch. The minimum
opacity for white and colors shall be 0.92.

9. Abrasion Resistance. Subject the panels prepared in paragraph 2.2.C(6) to the abrasion
test in accordance with ASTM D 968, Method A, except that the inside diameter of the
metal guide tube shall be from 0.747 to 0.750 inch. Five liters of unused sand shall be

PAVEMENT MARKING P-620-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

used for each test panel. The test shall be run on two test panels. Both baked and
weathered paint films shall require not less than 150 liters of sand for the removal of the
paint films.

620-2.3 NOT USED.

620-2.4 REFLECTIVE MEDIA

Glass spheres shall meet the requirements of Federal Specification TT-B-1325, Type 1--
gradation A or Type III. Glass beads shall be treated with adhesion promoting and/or flotation
coatings as specified by the manufacturer of the paint. Beads shall be used on all markings,
except black borders.

620-2.5 TEMPORARY TAXIWAY REFLECTORS (L-853)

The reflectors shall meet the requirements of AC 150/5345-39, L-853 Retroreflective


Markers. The Reflector shall be Type II, surface mount marker with a total above ground
height of 24”. The post shall be white with high-Intensity blue reflective tape with a locking
pin connection to base. The reflector base shall be secured to the pavements surface without
drilling into the pavement structure below.

CONSTRUCTION METHODS

620-3.1 WEATHER LIMITATIONS

The painting shall be performed only when the surface is dry, when the atmospheric
temperature is above 45 degrees F (7 degrees C), and when the weather is not foggy or
windy. Painting operations shall be discontinued when the surface temperature exceeds
100ºF.

620-3.2 EQUIPMENT

All equipment for the work shall be approved by the COTR and shall include the apparatus
necessary to properly clean the existing surface, a mechanical marking 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 marking machine suitable for
application of traffic paint. It shall produce an even and uniform film thickness at the
required coverage and shall be designed so as to apply markings of uniform cross sections
and clear-cut edges without running or spattering and without overspray.

The dispenser for applying the reflective media shall be attached to the paint dispenser and
shall operate automatically and simultaneously with the paint applicator through 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 operating speeds of the applicator to
which it is attached.

620-3.3 PREPARATION OF SURFACE

PAVEMENT MARKING P-620-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Immediately before application of the paint, the surface shall be dry and free from dirt,
grease, oil, laitance, or other foreign material which would reduce the bond between the paint
and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by
other methods as required to remove all dirt, laitance, and loose materials.

Paint shall not be applied to Portland cement concrete pavement until the concrete in the
areas to be painted is clean of curing material. Sandblasting or high-pressure water shall be
used to completely remove curing material from concrete surfaces to be marked.

620-3.4 LAYOUT OF MARKINGS

On those sections of pavement where no previously applied markings are available to serve
as a guide, 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 have been approved by
the COTR.

The edges of the markings shall not vary from a straight line more than ½ inch (12 mm) in 50
feet (15 m) and marking dimensions and spacings shall be within the following tolerances:

Dimension and Spacing Tolerance


36 inches (910 mm) or less +/- ½ inch (12 mm)
Greater than 36 inches to 6 feet (910 mm to 1.85 m) +/- 1 inch (25 mm)
Greater than 6 feet to 60 feet (185 m to 18.3 m) +/- 2 inches (51 mm)
Greater than 60 feet (18.3 m) +/- 3 inches (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 rates shown in Table 1. The addition of thinner will
not be permitted. A period of two weeks shall elapse between placement of a bituminous
surface course or seal coat and application of the paint.

PAVEMENT MARKING P-620-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS

Paint Glass Beads, Type I, Glass Beads,


Paint Type Square feet per Gradation A Type III
gallon, ft2/gal Pounds per gallon of Pounds per
paint-lb./gal. gallon of paint-
lb./gal.
Waterborne 115 ft2/gal. 7 lb./gal. minimum 10-lb./gal.
maximum minimum

Epoxy 90 ft2/gal. max 14 lb./gal. minimum

Glass beads shall be distributed to the surface of all the marked areas (except black borders)
immediately after application of the paint. A dispenser shall be furnished which is properly
designed for attachment to the marking machine and suitable for dispensing glass beads. The
glass beads shall be applied at the rates shown in Table 1. Glass beads shall adhere to the
cured paint or all marking operations shall cease until corrections are made.

The glass beads dispensing equipment shall be approved by the COTR prior to use.

The Contractor shall furnish certified test reports for the materials shipped to the project. The
reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the
COTR upon arrival of a shipment of paint to the job site. 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.

620-3.6 BORDER

A 6-inch outline border of non-reflectorized black paint is required around all permanent
pavement markings placed on P.C. Concrete.

620-3.7 PROTECTION

After application of the paint, all markings shall be protected from damage until the paint is
dry. All surfaces shall be protected from disfiguration by splatter, splashes, spillage, or
drippings of paint.

620-3.8 NOT USED

620-3.9 NOT USED

620-3.10 TEMPORARY REFLECTOR APPLICATION AND REMOVAL

Reflectors shall be installed as recommended by the manufacturer, and as specified on the


drawing and herein. Reflectors shall be located at their proper locations as shown on the
drawings or approved by the COTR. All reflectors shall be aligned so that the final location
is in accordance with the tolerances shown on the drawings for elevated Taxiway edge lights.

PAVEMENT MARKING P-620-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Reflectors shall be removed as recommended by the manufacturer to the approval of the


COTR. 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.

METHOD OF MEASUREMENT

620-4.1 The quantity of Pavement Marking 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.

620-4.2 The quantity of Temporary Taxiway Reflectors to be paid shall be the number of reflectors
indicated on the drawings furnished, installed, and removed as accepted by the COTR. Item
shall include any labor, materials, and equipment for preparation, installation and removal of
reflectors to the satisfaction of the COTR.

BASIS OF PAYMENT

620-5.1 Payment for permanent pavement marking shall be made at the contract unit price per square
foot for pavement marking. This price shall be full compensation for furnishing all materials,
including glass spheres and for all labor, equipment, tools, and incidentals necessary to
complete the item.

Payment for the temporary taxiway reflectors shall be made at the contract unit price for each
complete reflector furnished, installed, and removed as accepted by the COTR. Payment
shall be full compensation for all labor, equipment, and materials associated with item.

Payment will be made under:

Item P-620-5.1 - Pavement Marking - Waterborne per square foot

Item P-620-5.2 – Pavement Marking – Epoxy per square foot

Item P-620-5.3 – Temporary Pavement Marking per square foot

Item P-620-5.4 – Temporary Taxiway Reflectors per each

TESTING REQUIREMENTS

ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by
Falling Abrasive

ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins

ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values
of Fatty Amines by Alternative Indicator Method

PAVEMENT MARKING P-620-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Federal Test Paint, Varnish, Lacquer and Related Materials;


Method Standard Methods of Inspection, Sampling and Testing
No. 141 D/GEN

MATERIAL REQUIREMENTS

Federal Paint, Traffic and Airfield Marking, Solvent Base


Specification TT-P-85

Federal Paint, Traffic Black (Non-reflectorized)


Specification TT-P-110

Federal Paint, Traffic & Airfield Marking, Water Emulsion Base


Specification TT-P-1952

Federal Beads (Glass Spheres) Retroreflective


Specification TT-B-1325

ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products

Code of Federal 40 CFR Part 60, Appendix A – Definition of Traverse Point


Regulations Number and Location

Code of Federal 29 CFR Part 1919.1200 – Hazard Communications


Regulations

END ITEM P-620

PAVEMENT MARKING P-620-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 service road 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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM D-701 - PIPE FOR STORM DRAINS AND CULVERTS

DESCRIPTION

701-1.1 GENERAL

This item shall consist of the construction of storm drains in accordance with these
specifications and in reasonably close conformity with the lines and grades shown on the
plans.

701-1.2 SUBMITTALS

Furnish shop drawings, manufacturer’s data, test reports and material certifications for all
materials required in the referenced section, including:

1. Reinforced concrete pipe


2. Aggregate test data and certifications
a. gradation
b. source of supply

The date of the material certifications shall be current. The test data shall not be more
than six months previous to the date of the submittal.

MATERIALS

701-2.1 GENERAL

Materials shall meet the requirements shown on the plans and specified below.

701-2.2 REINFORCED CONCRETE PIPE

Reinforced Concrete Pipe Shall meet the requirements of ASTM C76, Class IV.

701-2.3 PIPE BEDDING MATERIAL

Pipe bedding material shall consist of crushed gravel or crushed stone, well graded within
the following limits

Sieve Designation Percent By Weight


(square openings) Passing Sieves
1-1/2" 100
1" 90-100
1/2" 26-60
#4 Max. 7
#8 Max. 3

VDOT #57 gradation is allowed.

Bedding Material Quality: The bedding material shall be free of vegetation, lumps and
excessive amounts of other objectionable matter.

PIPE FOR STORM DRAINS AND CULVERTS D-701-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

The Engineer reserves the right to sample and test any aggregate that appears to contain
excessive amounts of deleterious material. The following requirements shall apply when
the aggregate is tested:

DESCRIPTION PRECENT
Clay lumps and friable particles max % 5%
Soft and unsound fragments max % 8%
Other deleterious max % 2%
Total Deleterious Material 10%

The backfill material specified below can be substituted for bedding material at the
option of the Contractor.

701-2.4 PIPE BACKFILL MATERIAL

Pipe backfill material shall consist of crushed gravel or stone, well graded within the
following limits:

Sieve Designation Percent By Weight


(square openings) Passing Sieves
1-1/2" 100
1" 90-100
1/2" 26-60
#4 Max. 7
#8 Max. 3

VDOT #57 gradation is allowed.

Pipe Backfill Material Quality: The bedding material shall be free of vegetation, lumps
and excessive amounts of other objectionable matter.

701-2.5 CONCRETE

Concrete for connections to drainage structures or other miscellaneous items shall


conform to Item P-610 Structural Portland Cement Concrete.

CONSTRUCTION METHODS

701-3.1 EXCAVATION

The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe
and thorough tamping of the bedding material under and around the pipe, but shall not be
less than the external diameter of the pipe plus 12 inches on each side. The trench walls
shall be approximately vertical.

The pipe trench shall be constructed as detailed on the plans. The bedding shall be of
uniform thickness and compaction to provide a uniform bearing for the pipe and
minimize the effect of underlying rock, hard pan or other unyielding materials.

PIPE FOR STORM DRAINS AND CULVERTS D-701-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

When a firm foundation is not encountered at the grade established, due to soft, spongy,
or other unstable soil, the unstable soil shall be removed and replaced with approved
granular material for the full trench width. The COTR shall determine the depth of
removal necessary. The granular material shall be compacted to provide uniform support
for the pipe.

The excavation for pipes that are placed in embankment fill shall not be made until the
embankment has been completed to a height above the top of the pipe as shown on the
plans.

Limited amount of waste excavation material may be disposed on the project site if
approved by the COTR. Waste excavation material, construction debris and other wastes
generated on-site, which cannot be disposed of on the project site, shall be disposed of off
airport property.

All material excavated from the trenches, despite its nature, shall be considered waste
excavation material. Subsurface investigations including soil borings have been
performed for use in design of this project. Boring logs can be found in Section P-152.

701-3.2 TRENCH BENCHING AND SHORING

The Contractor shall provide all labor, material, and tools to furnish sheeting, shoring,
and bracing as required by the Authority, the State of Virginia, and Department of Labor
OSHA 29 CFR Part 1926 including any successive regulations.

The Contractor shall be responsible for submission of a sheeting, shoring, and bracing or
benching plan drawing showing details and sequencing of construction, construction
materials, construction material sizing, calculations, and existing soil conditions. This
plan drawing shall be developed, reviewed, approved and sealed by a Professional
Engineer registered in the Commonwealth of Virginia.

The Contractor shall submit six (6) sets of trench benching and shoring plans, clearly
showing the Engineer’s Seal, to the COTR.

Shoring shall not be removed until the permanent work is in proper condition to receive
the load. The cost of benching and/or shoring, additional excavation or additional
backfill will be included in the per foot cost of installed pipe. No additional payment for
this item will be authorized.

701-3.3 TRENCH DEWATERING

The Contractor shall, at all times, provide and maintain in operation pumping and/or well
point equipment for the complete dewatering of the trench excavation. No pipe shall be
permitted to be installed in a trench in which any amount of water flows or is pooled.
Pumping or trench dewatering shall not be measured for payment.

701-3.4 BEDDING

The pipe bedding shall conform to the class specified below.

PIPE FOR STORM DRAINS AND CULVERTS D-701-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A. Rigid Pipe. Bedding shall consist of a bed of the specified material having a
thickness of at least 6 inches below the bottom of the pipe and extending up around the
pipe to the top of the pipe. The layer of bedding material shall be shaped to fit the pipe
for at least 10 percent of the vertical diameter of the pipe and shall have recesses shaped
to receive the bell of bell and spigot pipe. Pipe bedding shall be considered incidental to
the cost of the pipe.

701-3.5 LAYING AND INSTALLING PIPE

The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The
lower segment of the pipe shall be in contact with the bedding throughout its full length.
Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall
be placed facing upgrade.

701-3.6 JOINING PIPE

Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The
method of joining pipe sections shall be such that the ends are fully entered and the inner
surfaces are reasonably flush and even.

Joints shall be made with trowelable mastic joint sealer. Where shown on the plans, the
Contractor shall construct a new concrete collar at the junction of new concrete pipe to
existing concrete pipe. The cost of the collar shall be incidental to the contract and no
additional compensation will be allowed

701-3.7 BACKFILLING.

Pipes shall be inspected before any backfill is placed and any pipes found to be out of
alignment, unduly settled, or damaged shall be removed and relaid or replaced at the
Contractor's expense.

Material for backfill, except as noted below, shall be fine, readily compatible soil, or
granular material selected from the excavation or a source of the Contractor's choosing.
It shall not contain frozen lumps, stones that would be retained on a 2-inch sieve, chunks
of highly plastic clay, or other objectionable materials.

All pipe trench below new P.C.C. and Bituminous Shoulder pavements shall have select
granular backfill material, in accordance with 701-2.4, to the top of the subgrade.

When the top of the pipe is even with or below the top of the trench, the backfill shall be
compacted in layers, not exceeding 6 inches on both sides of the pipe and shall be
brought up one foot above the top of the pipe or to natural ground level, whichever is
greater. Care shall be exercised to thoroughly compact the backfill material under the
haunches of the pipe. Material shall be brought up evenly on both sides of the pipe.

All backfill shall be compacted to the density required under Item P-152.

PIPE FOR STORM DRAINS AND CULVERTS D-701-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

701-3.8 CONTRACTOR QUALITY CONTROL FOR PIPE FOR STORM DRAINS

The Contractor shall provide quality control for pipe underdrains for airfields in
accordance with the Contractor Quality Control Program. In addition, the Contractor
quality control shall be as follows:

A. Maximum Density-Optimum Moisture. The Contractor shall obtain a maximum


density-optimum moisture curve in accordance with requirements specified
herein for each material used as backfill.

B. Compaction Tests. The Contractor shall obtain in-place field densities for the
backfill, as specified herein. Testing will be made at a rate of 1 test per 10 CY of
backfill.

C. Reports. A report of all maximum density-optimum moisture curves shall be


made and given to the COTR prior to use of the material in backfill. A report of
all in-place density tests shall be made and given to the COTR within 48 hours of
making the tests.

METHOD OF MEASUREMENT

701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and
approved. It shall be measured along the centerline of the pipe from end or inside face of
structure to the end or inside face of structure, whichever is applicable. The several
classes, types and sizes shall be measured separately. All fittings and pipe tees shall be
included in the footage as typical pipe sections in the pipe being measured. All graded
aggregate material, including bedding and backfill material, associated with the
construction of the pipe shall not be paid for separately, but shall be included in the cost
of the storm drain pipe being installed. Included in the linear feet measurement of pipe
shall be all excavation backfilling and other work items and appurtenances required to
complete this item as specified.

701-4.2 The length of pipe removed shall be measured in linear feet of pipe in place, completed,
and approved. It shall be measured along the centerline of the pipe from end or inside
face of structure to the end or inside face of structure, whichever is applicable. All
fittings and pipe tees shall be included in the footage as typical pipe sections in the pipe
being measured. Included in the linear feet measurement of pipe shall be all excavation,
backfilling and other work items and appurtenances required to complete this item as
specified.

701-4.3 No separate payment shall be made for the trenching and cushion material placed for the
bed of the pipe. Excavation required for the construction of the storm drain piping shall
not be paid for separately, but shall be included in the cost of the storm drain pipe being
installed. All material excavated from the trenches, regardless of its nature, shall be
included in the cost for linear feet of pipe. No extra payment will be made for hand
excavation, rock excavation, nor structure or masonry excavation/removal encountered
during construction of the storm sewer. No additional payment will be made by the
Authority for rock excavation due to inaccurate determination of rock properties by the
Contractor or inappropriate selection of excavation means and methods.

PIPE FOR STORM DRAINS AND CULVERTS D-701-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

701-4.4 No separate measurement shall be made for the volume of backfill.

Connections and concrete collars shall not be measured for payment.

Dewatering shall not be measured for payment.

BASIS OF PAYMENT

701-5.1 The accepted quantity of reinforced concrete pipe shall be paid for at the contract unit
price per linear foot, complete in place. These prices shall be full compensation for
furnishing all materials and for all preparation, excavation and removal of all material
regardless of its classification, dewatering, backfilling and placing of the materials;
furnishing and installation of such specials and connections to pipes, pipe bend fittings,
and other structures as may be required to complete the item as shown on the plans; and
for all labor, equipment, tools and incidentals necessary to complete the structure.

The accepted quantity of storm drain pipe removal shall be paid for at the contract unit
price per linear foot. This price shall be full compensation for furnishing all materials
and for all preparation, excavation and removal of all material regardless of its
classification, dewatering, backfilling and placing of the materials; and for all labor,
equipment, tools and incidentals necessary to complete the pipe removal.

No separate payment shall be made for porous backfill material. The cost for these
materials shall be included in the unit price for the new pipe per linear foot.

The cost of connections, including the concrete collars as shown in the plan drawings, of
under drain pipe to existing and proposed structures or storm drain piping shall be
included in the unit cost of the pipe per linear foot and no separate payment shall be
made.

Payment will be made under:

Item D-701-5.1 – 18” Reinforced Concrete Pipe, Class IV per linear foot
Item D-701-5.2 – 24" Reinforced Concrete Pipe, Class IV
per linear foot
Item D-701-5.3 – Storm Drain Pipe Removal per linear foot

MATERIAL AND TESTING REQUIREMENTS

ASTM C 76 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer
Pipe

ASTM C 507 Specification for Reinforced Concrete Elliptical Culvert, Storm Drain
and Sewer Pipe.

ASTM D 1190 Specification for Concrete Joint Sealer, Hot Poured Elastic Type

PIPE FOR STORM DRAINS AND CULVERTS D-701-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

END ITEM D-701

PIPE FOR STORM DRAINS AND CULVERTS D-701-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM D-705 - PIPE UNDERDRAINS FOR AIRPORTS

DESCRIPTION

705-1.1 GENERAL

This item shall consist of the construction of circular pipe underdrains in accordance with
these specifications and in reasonably close conformity with the lines and grades shown
on the plans.

705-1.2 SUBMITTALS

Furnish shop drawings, manufacturer’s data, test reports and material certifications for all
materials required in the referenced section, including:

1. Underdrain pipe
2. Filter Cloth
3. Porous Backfill
a. gradation
b. source of supply
4. Pipe connection schematics
a. End of Underdrain Cap
b. “Wye” Connection
c. Connecting new pipe to existing, including pipe reducer
d. T-1 Connection
e. T-2 Connection
f. Direct Connection

The date of the material certifications shall be current. The test data shall not be more
than six months previous to the date of the submittal.

MATERIALS

705-2.1 GENERAL

The circular underdrain pipe shall be of the type and size called for on the plans or in the
proposal and shall be in accordance with the following appropriate requirements.

Smooth-Wall Perforated PVC Pipe ASTM F 758


Smooth-Wall Non-Perforated PVC Pipe ASTM F 758

705-2.2 FILTER CLOTH FOR UNDERDRAIN

The filter cloths may be either a woven or nonwoven pervious sheets of fabric, having a
satisfactory record of service in this type of use.

A. Woven or Nonwoven Fabric. The filaments for woven or nonwoven fabric shall
be polypropylene, polyester, nylon or polyethylene. The filaments must be
dimensionally stable (i.e., filaments must remain their relative position with
respect to each other) and resistant to delamination. The filaments must be free
from any chemical treatment or coating that might significantly reduce porosity
and permeability. Nonwoven fabric may be needle punched, heat-bonded,
resin-bonded or combinations thereof.

The minimum physical property specifications for the filter fabric shall be as follows:

PIPE UNDERDRAINS FOR AIRPORTS D-705-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Fabric Property Test Method Test Requirement


Grab Tensile Strength, lbs ASTM D 4632 125 min
Grab Tensile Elongation % ASTM D 4632 50 max
Burst Strength, psi ASTM D 3786 125 min
Trapezoid Tear Strength, lbs. ASTM D 4533 55 min
Puncture Strength, lbs. ASTM D 4833 40 min
Abrasion Resistance, lbs. ASTM D 1175-71 25 min
Equivalent opening size ASTM D 4751 70-100
Permittivity sec-1 ASTM D 4491 0.80 min
Accelerated Weathering ASTM D 4355 70% min
(UV stability) (500 hrs exposure)
(Strength Retained-%)

705-2.3 MORTAR

Mortar for pipe connections to storm sewer and drainage structures shall be composed of
1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement
shall conform to the requirements of ASTM C 150, Type 1. The sand shall conform to
the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand
and cement in an amount equal to 15% of the weight of cement used. The hydrated lime
shall meet the requirements of ASTM C 206.

705-2.4 POROUS BACKFILL

Porous backfill shall be free of clay, humus, or other objectionable matter, and shall
conform to the following gradation:

REQUIREMENT FOR GRADATION OF AGGREGATES


Sieve Designation Percent By Weight
(square openings) Passing Sieves
1" 100
3/4" 90-100
1/2" ------
3/8" 31- 65
#4 MAX 20
#8 MAX 8
#16 MAX 5
#200 MAX 1

PIPE UNDERDRAINS FOR AIRPORTS D-705-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

705-2.5 CONCRETE

Concrete for connections to drainage structures or other miscellaneous items shall


conform to Item P-610 Structural Portland Cement Concrete.

705-2.6 PIPE CONNECTIONS

Connection of PVC underdrain pipe shall be by solvent weld fittings or gasket


connection. Solvent type shall be as recommended by pipe manufacturer.

705-2.7 UNDER DRAIN CONNECTIONS TO STRUCTURES AND PIPES

Where under drain pipes are to connect to existing pipes or structures a special
connection fitting shall be furnished and installed. The connection shall be specifically
designed for connection to the storm drain or structure being installed and shall be a
three-piece service connection consisting of a PVC Hub, Rubber Sleeve and Stainless
Steel Band. PVC Hub shall meet ASTM D3034. Rubber Sleeve and Gasket shall meet
ASTM F 477. All components shall be compatible with the underdrain pipe and the
concrete storm sewer pipe or structure.

CONSTRUCTION METHODS

705-3.1 EQUIPMENT

All equipment necessary and required for the proper construction of pipe underdrains
shall be on the project, in first-class working condition, and approved by the COTR
before construction is permitted to start.

The Contractor shall provide hand tampers and pneumatic tampers to obtain the required
compaction of the pipe bed and backfill, as specified.

705-3.2 EXCAVATION

The Contractor shall do all necessary excavation to the depth shown on the plans.

Existing utilities are indicated on the plans; however, the actual location of the utilities is
not marked in the project area. It shall be the Contractor’s responsibility to determine the
actual location of all such utilities. Excavation for pipe trenches in the vicinity of utilities
shall be accomplished by hand to expose the utility.

To ensure there are no conflicts with the proposed underdrain pipe, the entire length of
pipe trench within a work area shall be excavated prior to installing underdrain pipe.

The underdrain trench shall be constructed as detailed in the plans. The bedding shall be
uniform thickness and compaction to provide a uniform bearing for the pipe to minimize
the effects of the underlying rock, hardpan or other unyielding materials.

Where a firm foundation is not encountered at the grade established, due to soft, spongy,
or other unstable soil, the unstable soil shall be removed and replaced with approved

PIPE UNDERDRAINS FOR AIRPORTS D-705-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

granular material for the full trench width. The COTR shall determine the depth of
removal necessary. The granular material shall be compacted to provide uniform support
for the pipe.

All material excavated from the trenches, despite its nature, shall be considered waste
excavation material. The contractor shall dispose of waste excavation off airport
property.

The excavation shall not be carried below the required depth; when this is done, the
trench shall be backfilled at the Contractor's expense with material approved by the
COTR and compacted to the density of the surrounding earth material, as determined in
accordance with ASTM D 1557.

The bed for the pipe shall be so shaped that at least the lower quarter of the pipe shall be
in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be
excavated accurately to size to clear the bell so that the barrel supports the entire weight
of the pipe.

The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform
and protect the excavation as required for safety and conformance to governing laws.
Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the
Contractor after the completion of the backfill. The sheathing or shoring shall be pulled
as the granular backfill is placed and compacted to avoid any unfilled spaces between the
trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the
removal of same, shall be included in the unit price bid per foot for the pipe.

705-3.3 TRENCH BENCHING AND SHORING

The Contractor shall provide all labor, material, and tools to furnish sheeting, shoring,
and bracing as required by the Authority, the State of Virginia, and Department of Labor
OSHA 29 CFR Part 1926 including any successive regulations.

The Contractor shall be responsible for submission of a sheeting, shoring, and bracing or
benching plan drawing showing details and sequencing of construction, construction
materials, construction material sizing, calculations, and existing soil conditions. This
plan drawing shall be developed, reviewed, approved and sealed by a Professional
Engineer registered in the Commonwealth of Virginia.

The Contractor shall submit six (6) sets of trench benching and shoring plans, clearly
showing the Engineer’s Seal, to the COTR.

Shoring shall not be removed until the permanent work is in proper condition to receive
the load. The cost of benching and/or shoring, additional excavation or additional
backfill will be included in the per foot cost of installed pipe. No additional payment for
this item will be authorized.

PIPE UNDERDRAINS FOR AIRPORTS D-705-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

705-3.4 TRENCH DEWATERING

The Contractor shall, at all times, provide and maintain in operation pumping and/or well
point equipment for the complete dewatering of the trench excavation. No pipe shall be
permitted to be installed in a trench in which any amount of water flows or is pooled.
Pumping or trench dewatering shall not be measured for payment.

705-3.5 INSTALLATION OF FILTER CLOTH

Trenches to be lined with filter cloth shall be graded to obtain smooth side and bottom
surfaces so that the cloth will not bridge cavities in the soil or be damaged by projecting
rock. The cloth shall be laid flat but not stretched on the soil, and shall be secured with
anchor pins. Overlaps shall be 12 inches and anchor pins shall be used along the
overlaps.

Prior to and during installation, the cloth may be exposed to sunlight no more than 3
day(s). All filter cloth installations shall be inspected and approved by the COTR before
backfilling, and any defective or damaged cloth shall be rejected.

705-3.6 LAYING AND INSTALLING PIPE

PVC pipe shall be installed in accordance with the requirements of ASTM D 2321.

705-3.7 MORTAR

The mortar shall be of the desired consistency for filling annular spaces for connections
to other pipes or structures. Mortar that is not used within 45 minutes after water has
been added shall be discarded. Re-tempering of mortar shall not be permitted.

705-3.8 BACKFILLING.

A. Earth. All trenches and excavations for underdrain outlet pipes outside paved
areas shall be backfilled within a reasonable time after the pipes are installed,
unless other protection of the pipe is directed. The backfill material shall be
selected material from excavation or borrow; material which is placed within a
nominal pipe diameter distance at the sides of the pipe and 1 foot over the top
shall be material which can be readily compacted. It shall not contain stones
retained on a 3-inch sieve, frozen lumps, chunks of highly plastic clay, or any
other material that is objectionable to the COTR. The material shall be
moistened or dried, if necessary to be compacted by the method in use. Backfill
material shall be approved by the COTR. Special care shall be taken in placing
the backfill. Great care shall be used to obtain thorough compaction under the
haunches and along the sides to the top of the pipe.

The backfill shall be placed in loose layers not exceeding 6 inches in depth under
and around the pipe, and not exceeding 8 inches over the pipe. Successive layers
shall be added and thoroughly compacted by hand and pneumatic tampers,
approved by the COTR, until the trench is completely filled and brought to the
proper elevation. Backfilling shall be done in a manner to avoid injurious top or
side pressures on the pipe.

PIPE UNDERDRAINS FOR AIRPORTS D-705-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

In embankments and for other areas outside of pavements, the backfill shall be
compacted to the density required for embankments in unpaved areas under Item
P-152. Under paved areas, the subgrade and any backfill shall be compacted to
the density required for embankments for paved areas under Item P-152.

B. Granular Material. Granular backfill placement in the trench and about the pipe
shall be as shown on the plans. Special care shall be taken in placing the backfill.
The granular backfill shall not contain a damaging amount of foreign matter, nor
shall earth from the sides of the trench or from the windrow be allowed to filter
into the backfill. The backfill shall be placed in loose layers not exceeding 6
inches in depth and compacted by hand and pneumatic tampers to the
requirements as given for earth backfill. Backfilling shall be done in a manner to
avoid injurious top or side pressure on the pipe. The granular backfill shall be
made to the elevation of the trench, as shown on the plans.

When porous backfill is to be placed in paved or adjacent areas prior to the


completion of grading or subgrade operations, the backfill material shall be
placed immediately after laying the pipe. The depth of this granular backfill shall
be not less than 12 inches, measured from the top of the underdrain. During
subsequent construction operations, this minimum backfill of 12 inches of depth
shall not be disturbed until such time as the underdrains are to be completed.
When the underdrains are to be completed, the unsuitable material shall be
removed until the porous backfill is exposed. That part of the porous backfill
which contains objectionable material shall be removed and replaced with
suitable material. The cost of removing and replacing any such unsuitable
material shall be borne by the Contractor.

Whenever a granular subbase blanket course is to be used under pavements


which extends several feet beyond the edge of paving to the outside edge of the
underdrain trench, the granular backfill material over the underdrains shall be
placed in the trench up to an elevation of 2 inches above the bottom surface of
the granular subbase blanket course. Immediately prior to the placing of the
granular subbase blanket course, the Contractor shall blade this excess trench
backfill from the top of the trench onto the adjacent subgrade where it can be
incorporated into the granular subbase blanket course. Any unsuitable material
which remains over the underdrain trench shall be removed and replaced. The
subbase material shall be placed to provide clean contact between the subbase
material and the underdrain granular backfill material for the full width of the
underdrain trench.

705-3.9 CONNECTIONS

When the plans call for connections of underdrain pipe to existing or proposed pipe or
structures, these connections shall be watertight and made so that a smooth uniform flow
line will be obtained throughout the drainage system. Connection of the underdrain to
existing or proposed concrete pipe and structures shall be as detailed in the plans and
shall be accomplished by means of a compression-fit connection. The connection shall
be specifically designed for connection to the storm sewer or structure being installed.
The Contractor shall install the connection using procedures and equipment as referenced

PIPE UNDERDRAINS FOR AIRPORTS D-705-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

in manufacturer’s written installation instructions. The connection shall be covered with


a concrete collar. The connection or concrete collar shall not be measured for payment.

705-3.10 CLEANING AND RESTORATION OF SITE

After the backfill is completed, the Contractor shall dispose of all surplus material, dirt,
and rubbish from the site. Surplus soil may be deposited in the soil bank in accordance
with Item P-152, Paragraph 2.2.N, or as ordered by the COTR. Except for paved areas of
the airport, the Contractor shall restore all disturbed areas to their original condition.

After all work is completed, the Contractor shall remove all tools and equipment, leaving
the entire site free, clear, and in good condition.

Performance of the work described in this section is not payable directly but shall be
considered as a subsidiary obligation of the Contractor, covered under the contract unit
price for the underdrain.

705-3.11 CONTRACTOR QUALITY CONTROL FOR PIPE UNDERDRAINS FOR AIRPORTS

The Contractor shall provide quality control for pipe underdrains for airfields in
accordance with the Contractor Quality Control Program. In addition, the Contractor
quality control shall be as follows:

A. Maximum Density-Optimum Moisture. The Contractor shall obtain a maximum


density-optimum moisture curve in accordance with requirements specified
hereinwith for each material used as backfill.

B. Compaction Tests. The Contractor shall obtain in-place field densities for the
backfill, as specified hereinwith. Testing will be made at a rate of 1 test per 10
CY of backfill.

C. Reports. A report of all maximum density-optimum moisture curves shall be


made and given to the COTR prior to use of the material in backfill. A report of
all in-place density tests shall be made and given to the COTR within 48 hours of
making the tests.

METHOD OF MEASUREMENT

705-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and
approved. It shall be measured along the centerline of the pipe from end or inside face of
structure to the end or inside face of structure, whichever is applicable. Perforated and
non-perforated pipe shall not be measured separately. The combined length shall be paid
under Item D-705-5.1. All fittings and pipe tees shall be included in the footage as
typical pipe sections in the pipe being measured. All graded aggregate material,
including porous backfill material, associated with the construction of the pipe shall not
be paid for separately, but shall be included in the cost of the storm drain pipe being
installed. Included in the linear feet measurement of pipe shall be all excavation
backfilling and other work items and appurtenances required to complete this item as
specified.

PIPE UNDERDRAINS FOR AIRPORTS D-705-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

705-4.2 No separate payment shall be made for the trenching and cushion material placed for the
bed of the pipe. Excavation required for the construction of the storm drain piping shall
not be paid for separately, but shall be included in the cost of the storm drain pipe being
installed. All material excavated from the trenches, regardless of its nature, shall be
included in the cost for linear feet of pipe. No extra payment will be made for hand
excavation, rock excavation, nor structure or masonry excavation/removal encountered
during construction of the storm sewer. No additional payment will be made by the
Authority for rock excavation due to inaccurate determination of rock properties by the
Contractor or inappropriate selection of excavation means and methods.

705-4.3 No separate measurement shall be made for the volume of porous backfill.

Connections and concrete collars shall not be measured for payment.

Dewatering shall not be measured for payment.

705-4.4 No separate payment shall be made for all connections and materials associated with
draining the light base to the underdrains, but shall be incidental to the cost to install the
light base.

BASIS OF PAYMENT

705-5.1 The accepted quantity of under drain pipe shall be paid for at the contract unit price per
linear foot, complete in place. These prices shall be full compensation for furnishing all
materials and for all preparation, excavation and removal of all material regardless of its
classification, dewatering, backfilling and placing of the materials; furnishing and
installation of such specials and connections to pipes, pipe bend fittings, and other
structures as may be required to complete the item as shown on the plans; and for all
labor, equipment, tools and incidentals necessary to complete the structure. Payment for
both perforated and non-perforated pipe will be made under Item D-705-5.1.

No separate payment shall be made for porous backfill material. The cost for these
materials shall be included in the unit price for the new pipe per linear foot.

The cost of connections, including the concrete collars as shown in the plan drawings, of
under drain pipe to existing and proposed structures or storm drain piping shall be
included in the unit cost of the pipe per linear foot and no separate payment shall be
made.

The cost of connections of the light base to the under drain pipe shall be included in the
unit cost of installing the light base.

Payment will be made under:

Item D-705-5.1 – 6” PVC Perforated Pipe per linear foot

MATERIAL AND TESTING REQUIREMENTS

PIPE UNDERDRAINS FOR AIRPORTS D-705-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ASTM C 144 Specification for Aggregate for Masonry Mortar

ASTM C 150 Specification for Portland Cement

ASTM C 206 Specification for Finishing Hydrated Lime

ASTM D 1557 Test Method for Laboratory Compaction Characteristics of Soil


Using Modified Effort

ASTM D 2321 Practice for Underground Installation of Flexible Thermoplastic


Sewer Pipe.

ASTM D 4632 Test Method for Grab Breaking Load and Elongation of
Geotextiles

ASTM F 758 Specification for Smooth-Wall Poly (Vinyl Chloride)(PVC)


Plastic Underdrain System for Highway, Airport and Similar
Drainage.

END ITEM D-705

PIPE UNDERDRAINS FOR AIRPORTS D-705-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM D-751 - DRAINAGE STRUCTURES

DESCRIPTION

751-1.1 This item shall consist of construction of underdrain cleanouts, underdrain collection
structures, and underdrain direct connections in accordance with these specifications, at the
specified locations and conforming to the lines, grades, and plans.

751-1.2 SUBMITTALS

Furnish shop drawings, manufacturer’s data, test reports and material certifications for all
materials acquired in the referenced section, including:

1. Frames, gates and covers


2. Steps
3. Aggregate test data and certifications
a. abrasion
b. sulfate soundness
c. gradation
d. source of supply
4. Reinforcement

MATERIALS

751-2.1 MORTAR

Mortar, if required, shall be composed of 1 part of Portland cement and 2 parts of mortar
sand, by volume. The Portland cement shall conform to the requirements of ASTM C 150.
The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to
the mixture of sand and cement in an amount not to exceed 15% of the weight of cement
used. The hydrated lime shall meet the requirements of ASTM C 206. The water shall be
clean and free of deleterious amounts of acids, alkalis, or organic material. If the water is of
questionable quality, it shall be tested in accordance with AASHTO T 26.

751-2.2 CONCRETE

Plain and reinforced concrete used in structures, connections of pipes with structures, and the
support of structures or frames shall conform to the requirements of Item P-610.

751-2.3 BACKFILL

Backfill shall consist of clean, sound, durable particles of crushed stone or crushed gravel and
shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials
and shall contain no clay balls.

The percentage of wear shall not be greater than 45 percent when tested in accordance with
ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles,
when tested in accordance with ASTM C 88.

DRAINAGE STRUCTURES D-751-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE

Design Range Percentage by Job Mix Tolerances


Sieve Size Weight Passing Sieves Percentage
2 in. 100
1 in. 90-100 ±5
3/8 in. 59-69 ±8
No. 10 26-36 ±7
No. 40 11-19 ±4
No. 200 5-8 ±2

VDOT aggregate material No. 21B gradation is allowed.

751-2.4 FRAMES, GRATES AND COVERS

All castings shall conform to one of the following requirements:

(a) Gray iron castings shall meet the requirements of ASTM A48.

(b) Ductile iron castings shall meet the requirements of ASTM A536.

All castings shall conform to the dimensions shown on the plans and shall be designed to
support 100,000 lb wheel loads with 250 psi tire pressure. Each casting shall be installed
according to manufacturer’s directions and shall be acceptable to the COTR.

Each frame and cover unit shall be provided with fastening members to prevent it from being
dislodged by traffic, but which will allow easy removal for access to structure.

751-2.5 COLLECTION STRUCTURES, CLEANOUT STRUCTURES, FRAMES AND LIDS

The frame and lid for the cleanouts and collection structures shall meet the requirements of
751-2.4 and shall have a locking device, or approved equal.

Each frame and cover shall be provided with fastening members to prevent it from being
dislodged by traffic but which will allow easy removal for access to the structure.

751-2.6 INLET STRUCTURE FRAMES AND GRATES

The requirements of 751-2.4 shall apply. The frame and grate for inlet structures shall be
single grate, extra heavy duty with locking device, or approved equal. In addition, top slab
shall be designed such that frame and grate are fully supported on all four sides by well-
consolidated concrete. Each frame and cover shall be provided with fastening members to
prevent it from being dislodged by traffic but which will allow easy removal for access to the
structure.

751-2.7 STEPS

The steps or ladder bars shall be gray or malleable cast iron or a #3 grade 60 steel reinforcing

DRAINAGE STRUCTURES D-751-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

bar encased in a corrosion resistant material acceptable to the COTR. The steps shall
withstand a minimum load of 300 pounds when the load is applied seven inches from the face
of support. The minimum tread width shall be 16 inches. The steps shall be embedded a
minimum of six inches into the wall and shall protrude 7 inches clear from the inside face of
the structural wall. The step shall be designed so the foot cannot slide off the edge of the
steps.

751-2.8 PVC WATERSTOP

Waterstop shall be white PVC with factory made splices. Waterstops shall be manufactured
by Green Streak, St. Louis, MO, No. 748, or equal, 3/8" thick by 6" wide. All splices shall be
made with manufacturer recommended heat sealing method. Labyrinth type waterstop made
of PVC or neoprene or bentonite strips shall not be permitted as a substitute for waterstop
materials specified herein or as detailed on the plans. Waterstops indicated to be jet-fuel
resistant shall be made from synthetic rubber or other suitable material able to withstand
occasional short-term exposure to jet fuel type A and diesel fuel without failure to permanent
deterioration. Submit certification by product manufacturer of the fuel resistance of the
product. Subject to compliance with requirements, provide products of one of the following:

(1) TPER synthetic rubber waterstop, Westec Barrier Technologies.


(2) Petrostop, Vinylex Corporation
(3) COTR approved equal

751-2.9 NON-SHRINK GROUT

Non-shrink grout shall meet the requirements of Section 218, VDOT Road and Bridge
Specifications.

751-2.10 BONDED CONSTRUCTION JOINT MATERIAL

The bonded construction joint material shall be a two component liquid polysulfide polymer
epoxy resin concrete adhesive conforming to the requirements of ASTM C 881, Type V,
Grade 2, Class B or C. The class supplied shall be governed by the range of temperatures for
which the material is used.

751-2.11 EPOXY FOR PIPE CONNECTIONS

Epoxy for pipe connections shall be a two component liquid polysulfide polymer epoxy resin
concrete adhesive conforming to the requirements of ASTM C 881, Type V, Grade 2, Class B
or C. The class supplied shall be governed by the range of temperatures for which the
material is used.

751-2.12 DISPOSAL OF MATERIALS

Inlets, cleanouts and pipe to be removed shall become the property of the contractor and shall
be removed from airport property.

CONSTRUCTION

DRAINAGE STRUCTURES D-751-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

751-3.1 EXCAVATION.

A. Below the limits of the pavement subgrade, the Contractor shall perform all
excavation for the structures and structure footings to the lines and grades or
elevations, shown on the plans, or as directed by the COTR. The excavation shall be
of sufficient size to permit the placing of the full width and length of the structure or
structure footing shown. The elevations of the bottoms of footings, as shown on the
plans, shall be considered as approximate only; and the COTR may order, in writing,
changes in dimensions or elevations of footings necessary to secure a satisfactory
foundation.

B. Boulders, logs, or any other objectionable material encountered in excavation shall be


removed. All rock or other hard foundation material shall be cleaned of all loose
material and cut to a firm surface either level, stepped, or serrated, as directed by the
COTR. All seams or crevices shall be cleaned out and grouted. All loose and
disintegrated rock and thin strata shall be removed. When concrete is to rest on a
surface other than rock, special care shall be taken not to disturb the bottom of the
excavation, and excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed. At the option of the Contractor and with the
approval of the COTR, for structures which will be founded on bedrock, the 6"
crushed aggregate base course beneath the structure may be eliminated by adding 3"
of additional concrete to the bottom of the structure foundation.

C. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and
protect the excavation and the structure as required for safety or conformance to
governing laws. The cost of dewatering, bracing, sheathing, or shoring shall be
included in the unit price bid for the structure.

D. Unless otherwise provided, bracing, sheathing, or shoring involved in the


construction of this item shall be removed by the contractor after the completion of
the structure. Removal shall be effected in a manner which will not disturb or mar
finished masonry. The cost of removal shall be included in the unit price bid for the
structure.

E. After each excavation is completed, the Contractor shall notify the COTR to that
effect; and concrete or reinforcing steel shall be placed after the COTR has approved
the depth of the excavation and the character of the foundation material.

F. All material excavated for the drainage structures, despite its nature, shall be
considered waste excavation material and shall be removed from the airport.
Subsurface investigations including soil borings have been performed for use in
design of this project. Boring logs have been included in the specifications, Item P-
152, for use by Contractors in preparation of a proposal.

751-3.2 BENCHING AND SHORING

The Contractor shall provide all labor, material, and tools to furnish sheeting, shoring,
benching, and bracing as required by the Authority, the State of Virginia, and Department of
Labor OSHA 29 CFR Part 1926 including any successive regulations.

DRAINAGE STRUCTURES D-751-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

The Contractor shall be responsible for submission of a sheeting, shoring, and bracing or
benching plan drawing showing details and sequencing of construction, construction
materials, construction material sizing, calculations, and existing soil conditions. This plan
drawing shall be developed, reviewed, approved and sealed by a Professional Engineer
registered in the Commonwealth of Virginia.

The Contractor shall submit six (6) sets of benching and shoring plans, clearly showing the
Engineers Seal, to the COTR.

Shoring shall not be removed until the permanent work is in proper condition to receive the
load. The cost of benching and/or shoring or additional excavation will be included in the
cost of the structure. No additional payment for this item will be authorized.

751-3.3 DEWATERING

The Contractor shall, at all times, provide and maintain in operation pumping and/or well
point equipment for the complete dewatering of the excavation. No structure shall be
permitted to be constructed in an excavated area in which any amount of water flows or is
pooled.

751-3.4 CONCRETE STRUCTURES

Concrete structures shall be built on prepared foundations, conforming to the lines and
dimensions indicated on the plans. The construction shall conform to the requirements
specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans
and shall be approved by the COTR before the concrete is poured.

All invert channels shall be constructed and shaped accurately so as to be smooth, uniform,
and cause minimum resistance to flowing water. The interior bottom shall be sloped
downward toward the outlet.

751-3.5 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS

All castings, frames, and fittings shall be placed in the positions indicated on the plans or as
directed by the COTR, and shall be set true to line and to correct elevation. If frames or
fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and
position before the concrete or mortar is placed. The unit shall not be disturbed until the
mortar or concrete has set.

When frames or fittings are to be placed upon previously constructed masonry, the bearing
surface or masonry shall be brought true to line and grade and shall present an even bearing
surface in order that the entire face or back of the unit will come in contact with the masonry.
The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or
as directed and approved by the COTR. All units shall set firm and secure.

After the frames or fittings have been set in final position and the concrete or mortar has been
allowed to harden for 3 days, then the grates or covers shall be placed and fastened down.

DRAINAGE STRUCTURES D-751-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

751-3.6 INSTALLATION OF STEPS.

The steps shall be installed as indicated on the plans or as directed by the COTR. When the
steps are to be set in concrete, they shall be placed and secured in position before the concrete
is poured. When the steps are installed in brick masonry, they shall be placed as the masonry
is being built. The steps shall not be disturbed or used until the concrete or mortar has
hardened for at least 7 days. The steps shall be vertically aligned and uniformly spaced at 12
inches for the entire depth of the structure.

751-3.7 PLACEMENT OF EPOXY

The contact areas where new concrete is to be placed against old concrete shall be coated
with an epoxy binder designed to bond the new concrete to old concrete. The binder shall be
applied in accordance with manufacturer’s instructions.

The surface to receive epoxy coating shall be structurally sound and free of contaminants.
All dust, dirt and debris shall be removed. The final step in cleaning shall be the removal of
all residue with a vacuum cleaner.

Place new concrete while the epoxy bond is still in tacky stage. An epoxy system with
extended working time such as a system with a long pot life may be required to ensure that
new concrete can be placed before bond coat loses tackiness.

751-3.8 BACKFILLING

A. After a turf structure has been completed, the area around it shall be filled with
approved material, in horizontal layers not to exceed 8 inches in loose depth, and
compacted to 95% maximum density at optimum moisture as determined by ASTM
D 698. Each layer shall be deposited all around the structure to approximately the
same elevation. The top of the fill shall meet the elevation shown on the plans or as
directed by the COTR.

B. After an in-pavement structure has been completed the area around it shall be filled
with a material meeting the gradation and quality requirements of this specification.
The material shall be placed in horizontal layers not to exceed 6 inches in loose
depth, and compacted to 100% maximum density at optimum moisture as determined
by ASTM D 698. Each layer shall be deposited all around the structure to
approximately the same elevation. The top of the fill shall meet the elevation shown
on the plans or as directed by the COTR.

C. Backfill shall not be placed against any structure until permission is given by the
COTR. In the case of concrete, such permission shall not be given until the concrete
has been in place 7 days, or until tests made by the laboratory under supervision of
the COTR establish that the concrete has attained sufficient strength to provide a
factor of safety against damage or strain in withstanding any pressure created by the
backfill or the methods used in placing it.

D. Backfill shall not be measured for direct payment. Performance of this work shall be

DRAINAGE STRUCTURES D-751-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

considered as a subsidiary obligation of the Contractor covered under the contract


unit price for the structure involved.

751-3.9 CLEANING AND RESTORATION OF SITE

After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and
rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as
ordered by the COTR. The Contractor shall restore all disturbed areas to their original
condition.

After all work is completed, the Contractor shall remove all tools and equipment, leaving the
entire site free, clear, and in good condition.

751-3.10 CONTRACTOR QUALITY CONTROL

The Contractor shall provide quality control for inspection holes in accordance with the
Contractors Quality Control Program. In addition, the Contractor supplied quality control
shall consist of:

1. Material. Material testing shall be as specified herein, including the development


of all mix designs.

2. Compressive Strength Samples.

a. Each day's placement of concrete shall be considered a lot and there will be
three (3) test samples per each of two (2) sublots. Each lot will consist of two (2)
sublots and six (6) compressive strength samples. One sample of each sublot
shall be tested at 7 days and two samples shall be tested at 28 days.

b. Sampling and Testing Requirements for backfill and porous backfill are
covered in Item D-701, Pipe for Storm Drains.

3. Reports. A report of all preliminary test results and P.C.C. mix design shall be
made and given to the COTR prior to use of the materials. A report of all lot
samples and compressive strength tests shall be made and given to the COTR
within 48 hours of making the test.

METHOD OF MEASUREMENT

751-4.1 Inlets and Underdrain structures (cleanouts, reconstructed cleanouts, collection structures and
direct connections) shall be measured by the unit completed in accordance with the plans and
the provisions of this item and accepted by the COTR. All graded aggregate material,
including bedding and backfill material, associated with the construction of the structure shall
not be paid for separately, but shall be included in the cost of the particular structure being
constructed or adjusted. Excavation required for the construction of the drainage structure
shall not be paid for separately, but shall be included in the cost of the particular structure
being constructed or removed. All material excavated from the trenches, regardless of its
nature, shall be included in the cost for each structure. No extra payment will be made for
hand excavation and rock excavation. No additional payment will be made by the Authority

DRAINAGE STRUCTURES D-751-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

for rock excavation due to inaccurate determination of rock properties by the Contractor or
inappropriate selection of excavation means and methods.

BASIS OF PAYMENT

751-5.1 The accepted quantities of inlets and underdrain structures (cleanouts, reconstructed
cleanouts, collection structures and direct connections) and manhole removals will be paid for
at the contract unit price per each, complete and in place. These prices shall be full
compensation for furnishing all materials and for all preparation, excavation and removal of
all material regardless of its classification, dewatering, backfilling and placing of the
materials; furnishing and installation of such specials and connections to pipes and other
structures as may be required to complete the item as shown on the plans; and for all labor,
equipment, tools and incidentals necessary to complete the structure.

Payment will be made under:

Item D-751-5.1 – Underdrain Cleanout per each


Item D-751-5.2 – Underdrain Collection Structure per each
Item D-751-5.3 – Underdrain Direct Connection per each
Item D-751-5.4 – Inlet, 5’ x 6’ per each
Item D-751-5.5 – Inlet Removal per each

TESTING AND MATERIAL REQUIREMENT

ASTM A 48 Specification for Gray Iron Castings


ASTM A 536 Specification for Ductile Iron Castings
ASTM A 615 Deformed and Plain Billet-Steel Bars For Concrete
Reinforcement
ASTM C 144 Specification for Aggregate for Masonry Mortar
ASTM C 150 Specification for Portland Cement
ASTM C 206 Specification for Finishing Hydrated Lime
ASTM D 698 Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort
ASTM D 1557 Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort
AASHTO T 26 Quality of Water to be Used in Concrete

END ITEM D-751

DRAINAGE STRUCTURES D-751-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM L-108 - INSTALLATION FOR UNDERGROUND CABLE FOR AIRPORTS

DESCRIPTION

108-1.1

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 ground wire and 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. This item shall not include the installation
of the duct or conduit.

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.

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,

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

108-2.4 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. The 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. The 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
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

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 required for this project is 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

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

A. The sequences of the installation of new cables shall be in accordance with the
sequences of the installation detailed under Section L-125 of the specification,
"Installation of Airport Lighting Systems," and 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

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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
of cable shall be left in each light base, junction can, pull box, and manhole/handhole. For
each pull box or structure deeper than 24" provide a slack loop more than 4 feet. The cable
shall be secured near the cover for access to the splice. All work performed on the cables will
be 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

Counterpoise shall be installed above all conduit and duct bank for series lighting circuits
outside of full strength pavements. Existing ground wires in runway and taxiway lighting
circuits being modified shall not be continued in conduit through reconstructed portions.
Connections to ground rods shall be made by exothermic welds unless otherwise approved by
the COTR.

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.

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Outside of full strength pavement areas, counterpoise #6 AWG bare copper shall be
installed above all new underground conduit and duct bank intended for series
lighting circuits. Counterpoise shall not connect to light bases or grounding
provisions in manholes and handholes, but shall be routed around such items.

D. Counterpoise shall be terminated by connecting by exothermic welding to a ¾” x 10’


long copper-clad ground rod at the end of the conduit or duct bank segment, outside
of 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. A detectable
magnetic 6-inch wide tape shall be installed 12 inches below finished grade above all
portions of duct banks. The tape shall be red with the following “CAUTION ELECTRICAL
LINE BURIED BELOW”.

108-3.6 HOME RUNS

Both cables at the field end of all home runs shall terminate in a transformer housing or light
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

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

108-3.7.1 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.

E. The cables must not be bent sharply where they enter (or leave) a conduit.

108-3.8 ELECTRICAL TESTS ON CABLE

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.

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.

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 fifty (50) 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
not less than ten times and the continuous operation of each lighting and power
circuit for not less than three (3) hours.

F. That resistance to ground of any counterpoise system or ground rod system does not
exceed twenty-five (25) ohms per ground rod and/or ten (10) ohms on the entire
ground system. If longer lengths are needed to meet this requirement, as approved by
the COTR, they shall be at the Contractor's expense.

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,
multiple conductor/cables, counterpoise, or ground wire installed in trench, duct or conduit.

Measurement shall be the center-to-center horizontal distance between adjacent light bases,
handholes, manholes, vaults or signs. The cable length associated with cutting, grade change,
specified slack, etc. shall not be measured for payment. Costs associated with those elements
shall be included in the unit price of the appropriate item.

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, connections including exothermic welding where required, and for all labor,
equipment, tools, and incidentals necessary to complete this item. This price shall not include
the price for duct and trenching. Those items shall be included under Item L-110.

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.

Payment will be made under:

Item L-108-5.1 - Underground Cable, 1-1/C #6 AWG, 5 KV, L-824C, in duct/ conduit -- per
linear foot.

Item L-108-5.2 – Underground Cable, 2-1/C #6 AWG, 5 KV, L-824C, in duct/ conduit -- per
linear foot.

INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-108-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Item L-108-5.3 - Counterpoise Cable, 1-1/C #6 AWG Bare Solid Copper, above duct/conduit
– per linear foot.

FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-108

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-108-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT

DESCRIPTION

110-1.1 This item shall consist of underground electrical ducts 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,
underground conduits. It shall also include all trenching, backfilling, removal, and restoration;
concrete encasement, mandreling, installation of nylon pull ropes and duct markers, and capping
ducts; ground rods for airport lighting systems; and the testing of the installation as a completed
duct system ready for installation of cables, to the satisfaction of the COTR.

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.

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.

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.

B. Flexible galvanized conduit shall be UL approved, single strip, liquid tight.

CONSTRUCTION METHODS

110-3.1 GENERAL

The Contractor shall install underground 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 3 inches inside diameter. All duct
lines shall be laid so as to grade toward manholes or handholes and duct ends for drainage,

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

unless conditions require otherwise as approved by the COTR. Grades shall be at least 3
inches per 100 feet. On runs where it is not practical to maintain the grade all one way, the
duct lines shall be graded from the center in both directions toward manholes, handholes or
duct ends. Pockets or traps where moisture may accumulate shall be avoided.

All ducts installed shall be provided with a 1/8-inch minimum diameter nylon dragline for
pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to
bend the drag line back and permit the line to be tied off to a fitting inside the manhole or
handhole to prevent it from slipping back into the duct. Where spare ducts are installed, as
indicated on the Drawings, the open ends shall be plugged with removable tapered plugs,
designed by the duct manufacturer, or with hardwood plugs conforming accurately to the
shape of the duct, having the larger end of the plug at least 1/4 inch greater in diameter than
the duct. Draglines shall be kept in place for all spare ducts.

All ducts shall be securely fastened in place during construction and progress of the work
shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a
defective joint shall not be installed.

All ducts installed under taxiways, taxiway shoulders, and other paved and non-paved areas
shall be encased in concrete as shown on the Drawings, unless a directional drill or other
method is indicated.

Ducts to be installed in paved areas shall be installed prior to the final paving operation. At
no time shall finished paving be sawcut for the installation of ducts. All saw cutting and
installation of ducts shall be performed prior to or immediately after any cold milling
operation in cold mill and fill areas.

Trenches for ducts may be excavated manually or with mechanical trenching equipment.
Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is
disturbed. Blades or road patrols or graders shall not be used to excavate the trench. The
Contractor shall ascertain the type of soil or rock to be excavated before submitting a
proposal. All excavation shall be unclassified. If during trenching for ducts soft yielding soil
material is encountered the Contractor shall immediately notify the COTR who will
determine the disposition of such material and/or modifications to the installations.

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
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

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 DUCT MARKERS

The location of the ends of all ducts or major change in duct direction shall be marked by a
concrete slab marker 2 feet square and 4 inches thick extending approximately 1/2-inch above
the surface. The markers shall be located above the ends of all ducts or duct banks, except
where ducts terminate in a handhole, manhole, light fixture base or building, and where
alignment changes by more than 10 degrees. Spacing of duct markers shall not exceed 200 ft.
along uninterrupted ducts except when located in the full strength (not shoulders) pavement
for runways, taxiways and aprons or holding pads, where no duct markers shall be located.
Duct markers in shoulders shall be located 10 feet from the edge of full strength pavement.
Duct markers are incidental to conduit installation, with no separate payment.

The Contractor shall inscribe each marker slab in accordance with the Drawings and the
approved schedule for marking submitted to the COTR.

110-3.6 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

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

and dispose of off airport property.

110-3.8 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

110-4.1 The quantity of underground duct or duct bank to be paid for under this item shall be the
number of linear feet of duct or duct bank installed, 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 conduit or duct/duct bank shall be
per each connection, completed and accepted.

BASIS OF PAYMENT

110-5.1 Payment will be made at the contract unit price for each type and size of single-way or multi-
way duct. This price shall be full compensation for furnishing all materials and for all saw-
cutting excavation and ground rods, trenching, concrete or sand bedding, backfilling, duct
markers (including replacement of existing duct markers within the construction limits),
surface restoration (pavement or gravel restoration) if required, and preparation, assembly
and installation of those materials and for all labor, equipment, tools and incidentals
necessary to complete this item.

The price for connecting new conduit to existing conduit, or new duct bank to existing duct
bank, shall include all work associated with connecting to the existing conduit or duct/duct
bank, as shown on the drawings.

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 conduit/duct, any size - per each.

Item L-110-5.3 2-way 4-inch Schedule 40 PVC Conduit, concrete encased – per linear
foot.

Item L-110-5.4 6-way 4-inch Schedule 40 PVC Conduit, concrete encased – per linear
foot.

END OF ITEM L-110

INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-110-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM L-112 HORIZONTAL DIRECTIONAL DRILLING

DESCRIPTION

112-1.1

This item shall consist of basic requirements for the installation of underground conduit using the
horizontal directional drilling (HDD) method of installation. This method of construction is also
commonly referred to as directional boring or guided horizontal boring.

112-1.2 QUALITY ASSURANCE

The requirements set forth in this section specify a wide range of procedural precautions
necessary to insure that the very basic, essential aspects of a proper directional bore installation
are adequately controlled. Strict adherence shall be required under specifically covered conditions
outlined in this specification. Adherence to the specifications contained herein, or the Engineer's
approval of any aspect of any directional bore operation covered by this specification, shall in no
way relieve the Contractor of their ultimate responsibility for the satisfactory completion of the
work authorized under the Contract.

112-1.3 SUBMITTALS

Prior to beginning work, the Contractor shall submit to the Engineer a comprehensive work plan
outlining the equipment, manpower, procedures and schedule to be used for HDD operations. The
plan will also specifically deal with the method of access through the pavement and restoration of
the launching and receiving pits. The contract documents reflect one acceptable method of
completing the restoration but the Engineer is willing to evaluate alternate proposals. This plan
must be approved in whole prior to beginning operations in the field relative to horizontal
directional drilling.

The Contractor shall submit specifications on HDD equipment and resumes of the superintendent
and operators to be used to ensure that the equipment and manpower will be adequate to complete
the project.

The Contractor shall submit specifications on all materials (conduit, fluid, etc.) to be used in
HDD operations.

MATERIALS

112-2.1 GENERAL

The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity
to perform the bore and pull back the pipe, a drilling fluid mixing & delivery system of sufficient
capacity to successfully complete the crossing, a guidance system to accurately guide boring
operations and trained and competent personnel to operate the system. All equipment shall be in
good, safe operating condition with sufficient supplies, materials and spare parts on hand to
maintain the system in good working order for the duration of this project.

112-2.2 DRILLING SYSTEM

The drilling system is further described below as:


HORIZONTAL DIRECTIONAL DRILLING L-110
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A. The directional drilling machine shall consist of a hydraulically powered system that
develops 24,000 pounds of pullback capability and 4,000-foot pounds spindle torque.
The hydraulically powered system shall rotate, push and pull hollow drill pipe into the
ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill
(bore) head. The machine shall be anchored to the ground to withstand the pulling,
pushing and rotating pressure required to complete the crossing. The hydraulic power
system shall be self-contained with sufficient pressure and volume to power drilling
operations. The hydraulic system shall be free of leaks. The rig shall have a system to
monitor and record maximum pull-back pressure during pull-back operations. The rig
shall be grounded during drilling and pull-back operations.

B. The drill head shall be steerable by changing its rotation and shall provide the necessary
cutting surfaces and drilling fluid jets.

C. Mud motors shall be of adequate power to turn the required drilling tools.

D. Drill pipe shall be constructed of high quality 4130 seamless tubing, grade D or better,
with threaded box and pins. Tool joints should be hardened to 32-36 RC.

E. The use of high-pressure liquids or large liquid volume boring or drilling is not permitted.

112-2.3 DRILLING GUIDANCE SYSTEM

The guidance system shall be of a proven type and shall be set up and operated by personnel
trained and experienced with this system. The operator shall be aware of any magnetic anomalies
and shall consider such influences in the operation of the guidance system if using a magnetic
system.

112-2.4 DRILLING FLUID (MUD) SYSTEM

A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver
drilling fluid composed of bentonite clay, potable water and appropriate additives. Mixing
system shall be able to molecularly shear individual bentonite particles from the dry powder to
avoid clumping and ensure thorough mixing. Mixing system shall continually agitate the drilling
fluid during drilling operations.

Drilling fluid shall be composed of clean water and an appropriate additive. Water shall be from
a clean source with a pH of 8.5 to 10. Water of a lower pH or with excessive calcium shall be
treated with the appropriate amount of sodium carbonate or equal. The water and additives shall
be mixed thoroughly and be absent of any clumps or clods. No hazardous additives may be used.
Drilling fluid shall be maintained at a viscosity sufficient to suspend cuttings and maintain the
integrity of bore wall.

The mud pumping system shall have sufficient capacity and be capable of delivering the drilling
fluid at a constant minimum pressure needed to accomplish the work. The delivery system shall
have filters in-line to prevent solids from being pumped into the drill pipe. Connections between
the pump and drill pipe shall be relatively leak-free. Used drilling fluid and drilling fluid spilled
during drilling operations shall be contained and properly disposed of. A berm, minimum of 12"
high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and
drilling fluid recycling system (if used) to prevent spills into the surrounding environment.

HORIZONTAL DIRECTIONAL DRILLING L-110


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid
from containment areas to storage facilities.

112-2.5 PIPE ROLLERS

Pipe rollers, if required, shall be of sufficient size to fully support the weight of the pipe while
being hydro-tested and during pull-back operations. Sufficient number of rollers shall be used to
prevent excess sagging of pipe.

Hydraulic or pneumatic pipe rammers may only be used if necessary and with the approval of the
Engineer.

112-2.6 OTHER DEVICES

Other devices or utility placement systems for providing horizontal thrust other than those
defined in the preceding sections shall not be used unless approved by the Engineer prior to
commencement of the work. Consideration for approval will be made on an individual basis for
each specified location. The proposed device or system will be evaluated prior to approval or
rejection on its potential ability to complete the utility placement satisfactorily without undue
stoppage and to maintain line and grade within the tolerances prescribed by the particular
conditions of the project.

112-2.7 CONDUIT.

Conduit installed through the HDD methods described herein shall be High Density Polyethylene
(HDPE) SDR 11 pipe. All connections shall conform with manufacturer's recommendations.

CONSTRUCTION METHODS

112-3.1 GENERAL.

Prior to any excavation occurring, the Contractor shall insure that the dig permit process, as
outlined in the Section 01850, has been occurred and the operator of the equipment has the dig
permit available for inspection by authorized personnel. The Engineer must be notified 48 hours
in advance of starting HDD work. The directional bore shall not begin until the Engineer is
present at the job site and agrees that proper preparations for the operation have been made. The
Engineer's approval for beginning the installation shall in no way relieve the Contractor of the
ultimate responsibility for the satisfactory completion of the work as authorized under the
Contract.

All HDD work performed shall be in accordance with laws, permits, requirements and regulations
of the authority having jurisdiction of the Rights-of-Way.

Adequate barricades shall be erected to limit access to the HDD machine to operating personnel
only.

Under no circumstances will the Contractor be allowed to cut or disturb pavement or excavate
within the relative limits of the runway or taxiway surfaces to retrieve any lost boring
apparatuses.

HORIZONTAL DIRECTIONAL DRILLING L-110


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Drilling operations on the surface shall be no less than ten feet (10') from the edge of a runway or
taxiway, or as required by the drawings and permits, unless approved by the Engineer.

112-3.2 PERSONNEL REQUIREMENTS

All personnel shall be fully trained in their respective duties as part of the directional drilling
crew and in safety.

112-3.3 DRILLING PROCEDURE

Prior to any alterations to the work site, the Contractor shall photograph or video tape the entire
work area, including entry and exit points. One copy of which shall be given to the Engineer and
one copy to remain with the Contractor for a period of one year following the completion of the
project.

The entire drill path shall be accurately surveyed with entry and exit stakes placed in the
appropriate locations within the areas indicated on drawings. If the Contractor is using a
magnetic guidance system, the drill path will be surveyed for any surface geo-magnetic variations
or anomalies.

Environmental protection (in accordance with local ordinances) necessary to contain any
hydraulic or drilling fluid spills shall be put in place, including berm, liners, turbidity curtains and
other measures. The Contractor shall adhere to all applicable environmental regulations. Fuel or
oil may not be stored in bulk containers within 200' of any water-body, wetlands, or storm
drainage inlet.

The Contractor shall calibrate the HDD head locator at the start of the day and at each new HDD
operation. A daily calibration log shall be kept for the Engineer's review.

The HDD operator shall have full control of the direction of the drilling tool at all times. Shallow,
misdirected or other unsuccessful bores shall be abandoned and filled at the direction of the
Engineer at the expense of the Contractor,

The initial bore angle shall be such that the resultant conduit path yields a positive drainage path
to prevent the accumulation of water and debris.

A pilot hole shall be drilled on the bore path with no deviations greater than 5% of depth over a
length of 100 feet. In the event that the pilot hole does deviate from the bore path more than 5%
of depth in 100 feet, the Contractor will notify the Engineer and the Engineer may require the
Contractor to pull back and re-drill from the location along the bore path before the deviation.

In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot
hole drilling operations, the Contractor shall cease drilling, wait at least 30 minutes, inject a
quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel
and then wait another 30 minutes. If mud fracture or returns loss continues, the Contractor will
cease operations and notify the Engineer. The Engineer and Contractor will discuss additional
options and work will then proceed accordingly.

Upon successful completion of the pilot hole, the Contractor will ream the bore hole to a
minimum of 25% greater than the outside diameter of conduit using the appropriate tools. The
Contractor will not attempt to ream at one time more than the drilling equipment and mud system
are designed to safely handle.
HORIZONTAL DIRECTIONAL DRILLING L-110
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

After successfully reaming the bore hole to the required diameter, the Contractor will pull the
conduit through the bore hole. In front of the casing pipe will be a swiveling mandrel. Once
pull-back operations have commenced, operations must continue without interruption until the
casing pipe is completely pulled into the bore hole. During pull-back operations the Contractor
will not apply more than the maximum safe pipe pull pressure at any time.

Standard power cable warning tape shall be pulled back on top of the casing pipe.

In the event that the conduit pipe becomes stuck during pull-back, the Contractor will cease
pulling operations to allow any potential hydro-lock to subside and will commence pulling
operations. If the pipe remains stuck, the Contractor will notify the Engineer. The Engineer and
the Contractor will discuss options and then work will proceed accordingly.

At all bore pits and HDD entrances and exits to the surface, a backhoe or equivalent shall be used
to gradually return the bore depth to the ditch prescribed depth.

All bore pits and HDD entrances and exits to the surface, shall be back filled and compacted in
accordance with the provisions of Item P-152. Backfill shall be consistent with backfill used for
trench backfill. Surfaces shall be restored to original or better condition and to the satisfaction of
the Engineer and the governing authority.

112-3.4 SITE RESTORATION

Following drilling operations, the Contractor will demobilize equipment and restore the work-site
to its original condition. All excavations will be backfilled and compacted to 95% of original
density. Pavement surface finish shall be reinstalled consistent with the surrounding existing
conditions as part of any pavement repairs or replacement. Landscaping will be restored to
original condition.

112-3.5 RECORD KEEPING

The Contractor shall maintain a daily project log of drilling operations and a guidance system log
with a copy given to the Engineer at the completion of the project. As-built drawings shall be
certified as to accuracy by the Contractor.

METHOD OF MEASUREMENT

112-4.1 MEASUREMENT

Measurement for horizontal directional drilling shall be per linear foot drilled, conduit installed,
completed and accepted by the Engineer. Two parallel ducts shall be measured as two
independent lengths of drilling, per linear foot.

METHOD OF PAYMENT

112-5.1 PAYMENT.

Payment for horizontal directional drilling shall be made at the unit cost bid per linear foot
drilled, conduit installed, completed and accepted by the Engineer.

HORIZONTAL DIRECTIONAL DRILLING L-110


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Payment shall be made under:

Item L-112-5.1 Horizontal Directional Drilling, 4 inch – per linear foot

END OF ITEM L-112

HORIZONTAL DIRECTIONAL DRILLING L-110


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM L-125 - INSTALLATION OF AIRPORT LIGHTING SYSTEM

DESCRIPTION

125-1.1 This item shall include the installation of airfield lighting furnished and 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 shall include the installation of new in-pavement taxiway centerline and in-
pavement Runway Guard Lights (IRGL) fixtures on load bearing light bases, the installation
of load-bearing light bases for future installation of Runway Status Lights (RWSL) or
taxiway centerline lights, installation of elevated Runway Guard Lights (RGL) and removal
of existing taxiway centerline lights. Included are temporary electrical work and electrical
removals, with all incidentals necessary to install the airfield lighting in operating condition,
including testing, to the satisfaction of the COTR.

All materials and equipment for installation shall be furnished by the Contractor, with the
exception of existing items to be reused, as required by drawings or specifications.

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

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Airport lighting equipment and materials covered by FAA specifications shall have prior
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

In-Pavement Taxiway Centerline L-852C or D AC 150/5345-46


Lights

In-Pavement Runway Guard L-852G AC 150/5345-46


Lights

In-Pavement Runway Status L-852T/RWSL AC 150/5345-46


Lights (Runway Entrance Lights)

Elevated Taxiway Edge L-861T AC 150/5345-46


Lights

Elevated Runway Guard L-804 AC 150/5345-46


Lights

Transformers, Isolation, 60 Hz L-830 AC 150/5345-47

Light base, load bearing L-868 AC 150/5345-42

Light base, non-load bearing L-867 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.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

MATERIALS

125-3.1 GENERAL

New in-pavement taxiway centerline light fixtures and in-pavement Runway Guard Lights
(IRGL) with appropriately sized isolation transformers shall be installed on new load bearing
light bases. New elevated taxiway edge lights and elevated Runway Guard Lights (ERGL)
with appropriately sized transformers shall be installed on non-load bearing light bases.
Elevated runway and taxiway edge lights temporarily removed for construction purposes
shall be reinstalled on existing light bases, with new isolation transformer.

125-3.2 BI-IDIRECTIONAL TAXIWAY CENTERLINE LIGHT (L-852C&D).

Taxiway centerline lights shall be FAA L-852C (narrow beam) or L-852D (wide beam), Style
3. The light fixtures shall be single circuit, bi-idirectional. Fixtures shall have two quartz
lamps, maximum 30 watts each, for the C (narrow beam) and D (wide beam) type fixtures.
Filter color for taxiway centerline lights shall be green, unless otherwise indicated on plans.
Fixtures shall mount on a 12 inch diameter (Size B) L-868 light base. Fixtures shall be Style
2, with quick change lamp system, and shall be provided with a 3 year warranty against
defects, excluding lamp. Isolation transformer shall meet the requirements of AC 150/5345-
47 Type L-830, with the appropriate wattage consistent with the type of lamp.

125-3.3 INPAVEMENT RUNWAY GUARD LIGHT (L-852G)

In-pavement Runway Guard Lights (IRGL) shall be L-852G, Class 2, Style 3. The light
fixtures shall be single circuit, unidirectional. Fixtures shall have two quartz lamps,
maximum 105 watts. Filter color each type of fixture shall be red. Fixtures shall mount on a
12 inch diameter (Size B) L-868 light base. Fixtures shall have quick change lamp system,
and shall be provided with a 3 year warranty against defects, excluding lamp. Isolation
transformer shall meet the requirements of AC 150/5345-47 Type L-830, with the appropriate
wattage consistent with the type of lamp.

125-3.4 ELEVATED TAXIWAY EDGE LIGHT (L-861T)

Taxiway edge lights shall be medium intensity, 45 watts, 360 degree blue, L-861T, with
incandescent lamp. Isolation transformer shall meet the requirements of AC 150/5345-47
Type L-830, with the appropriate wattage consistent with the type of lamp. Elevated lights
shall be 24 inches high. Light fixtures shall have an aviation yellow gloss paint finish.
(Elevated taxiway edge lights are replaced only where damaged by construction activity.)

125-3.5 ELEVATED RUNWAY GUARD LIGHT (L-804)

Elevated Runway Guard lights shall be unidirectional, dual lens, incandescent, with lens
colored “Traffic Signal Yellow”, flashing light fixtures. Input shall be current driven (Mode
1), with remote monitoring and no integral photocell. Isolation transformer shall meet the
requirements of AC 150/5345-47 Type L-830, with the appropriate wattage consistent with
the type of lamp. Elevated lights shall be 24 inches high. Light fixtures shall have an
aviation yellow gloss paint finish.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

125-3.6 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.

125-3.7 LIGHT BASE TRANSFORMER HOUSING AND JUNCTION BOX

Light Base, Transformer Housings, and Junction Boxes, with cover plates or base plates shall
meet the requirements of AC 150/5345-42, Specification for Airport Light Base and
Transformer Housings, Junction Boxes, and Accessories, Type L-868. Type L-868, Class
1B, Size B light bases shall be used for areas subject to aircraft loading, as shown on the
drawings. Type L-867, Class 1B, Size B light bases shall be used for areas not subject to
aircraft loading, as shown on the drawings. L-868 light bases shall be one-piece, 24 inches
tall. L-867 light bases shall be adjustable type, with a total height of 24 inches. Contractor
shall provide light bases and all additional materials required for installation, including spacer
and flange rings and stainless steel bolts. All light bases shall have an external ground lug.

125-3.5 FLANGE RING, AND SPACER RINGS, FOR L-868 LIGHT BASES

For lights mounted on L-868 load-bearing bases, the flange ring with pavement dam shall be
¾-inch thick, and maximum three (3) spacer rings totaling no more than ¾-inch in thickness
shall be used to achieve proper grade. Contractor shall supply all spacer rings, flange rings
and accessories.

125-3.6 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.

CONSTRUCTION METHODS

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

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Contractor anticipation for exceeding the limitations described in the above paragraph.

125-4.2 LIGHT BASE AND TRANSFORMER HOUSING INSTALLATION

Bases for installing taxiway lights shall be located as shown on the drawings, unless
otherwise approved by the COTR. 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. Bases for unidirectional taxiway centerline lights shall be installed
so as to provide the proper toe-in for the light beam at curved sections, as indicated on plans.
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 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
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.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 above ground 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. Standard 3’ tall traffic
cones may be used to “black-out” taxiway edge lights that are not taken off a circuit by
jumper cables or temporarily removed, as approved by COTR. Guidance signs (runway exit
signs and direction signs) shall be shut off by disconnect switch (if entire sign will be taken
out of service), and sign or a sign message in an array 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 edge lights temporarily removed shall be reinstalled on existing
light base with new isolation transformer.

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

B. Good work performance.

C. Cleanliness.

D. Safety hazards.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 number 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.

D.. If photometric testing is performed on the completed lighting (by others), the
contractor shall support the testing by: Being present during the testing and make
repairs or corrections that can be made immediately when identified, and make such
other repairs and corrections of deficiencies identified by the testing.

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 IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Electrical
removals shall be lump sum. Separate lump sum costs for temporary electrical work and for
electrical removals shall be developed for each work area.

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 in-pavement taxiway centerline lights, light fixture and isolation transformer shall be
installed on new L-868 Class 1B, Size B light bases and accessories, with L-823 connectors
and new cable to adjacent lights or other near access point. Provide new stainless steel bolts
for all light fixtures installed on new or existing light bases.

For L-852G In-pavement Runway Guard Lights, light fixture and isolation transformer shall
be installed on new L-868 Class 1B, Size B light bases and accessories, with L-823
connectors and new cable to adjacent lights or other near access point. Provide new stainless

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

steel bolts for all light fixtures.

For L-804 Elevated Runway Guard Lights, light fixture and isolation transformer shall be
installed on new L-867 Class 1B, Size B adjustable light base with new accessories, L-823
connectors and new cable to adjacent lights or other near access point. Provide tethers, new
stainless steel bolts and other appurtenances as shown on the Drawings.

For L-861T Elevated Taxiway Edge Lights, light fixture and isolation transformer shall be
installed on new L-867 Class 1B, Size B adjustable light base with new accessories, L-823
connectors and new cable to adjacent lights or other near access point. Provide new stainless
steel bolts for all light fixtures.

For L-861T Elevated Taxiway Edge Lights on existing light base, light fixture and isolation
transformer shall be installed on existing L-867 light base with new accessories, L-823
connectors and new cable to adjacent lights or other near access point. Provide new stainless
steel bolts for all light fixtures.

For light bases installed for future taxiway centerline lights or RWSL fixtures, furnish and
install new L-868, Class 1B, Size B light base and accessories. Provide ¾” aircraft rated
checker plate top cover with new stainless steel bolts.

Temporary electrical work includes providing and installing temporary jumper cables to
maintain circuit continuity; removing fixtures 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 and protection of
existing systems and as indicated on the drawings. Temporary work shall include furnishing
cable, connectors, conduit, steel covers for existing bases to be reused, 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. Temporarily removed runway and taxiway edge fixtures shall be
reinstalled with new isolation transformers (paid as a separate item under this Section) in
existing runway and taxiway edge light bases that have been temporarily steel plated.

Electrical removals shall include all electrical removals required by the project, except for
removals required by temporary electrical work. Removals required by temporary electrical
work shall be included in the pay item for temporary electrical work.

Isolation transformers, for reinstalling existing taxiway edge light fixtures, shall be provided
for taxiway edge lights located within the area of work that are removed, stored and re-
installed on existing light bases. Removal of existing transformer, accessories and
installation of the new transformer, L-823 splice kits and accessories will be included in the
pay item isolation transformers, for reinstalling existing taxiway edge light fixtures.

Payment will be made under:

Item L-125-7.1 L-852C/D Taxiway Centerline Light, In-Pavement, Installed On L-868B


Light Base In PCC Pavement -- per each.

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Item L-125-7.2 L-852C/D Taxiway Centerline Light, In-Pavement, Installed on Existing


L-868B Light Base -- per each.

Item L-125-7.3 L-852G Runway Guard Light, In-Pavement, Installed On L-868B Light
Base In PCC Pavement -- per each.

Item L-125-7.4 L-804 Runway Guard Light, Elevated, Installed On L-867B Light Base
In AC Pavement -- per each.

Item L-125-7.5 L-861T Taxiway Edge Light, Elevated, Installed On L-867B Light Base
In AC Pavement -- per each.

Item L-125-7.6 L-861T Taxiway Edge Light, Elevated, Installed On Existing L-867B
Light Base -- per each.

Item L-125-7.7 L-868B Light Base With Blank Cover Plate In PCC Pavement -- per
each.

Item L-125-7.8 Temporary Electrical Work – per lump sum.

Item L-125-7.9 Electrical Removals – per lump sum.

Item L-125-7.10 Isolation Transformer, For Reinstalling Existing Taxiway Edge Light
Fixture On Existing Light Base – per each.

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

END OF ITEM L-125

INSTALLATION OF AIRPORT LIGHTING SYSTEM L-125-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

ITEM L-126 TAXIWAY AND RUNWAY SIGNS

DESCRIPTION

126-1.1 This item shall consist of relocating existing internally lighted taxiway and runway signs in
accordance with these specifications and to the locations, dimensions, and details shown on
the Construction Drawings, and in accordance with the manufacturer's recommendations and
applicable codes and standards. This item shall also include the installation of new signs on
new concrete foundations with new bases, connections to the primary series circuit, as well as
replacement of sign panels on selected existing signs and all hardware and incidentals
necessary to install the signs for the project in operating condition, including testing of the
signs, to the satisfaction of the COTR.

This item does not include the installation of the duct and cable from the primary circuit to
the base of the sign. These items are covered under Items L-110 and L-108, respectively.

SUBMITTALS

126-2.1 GENERAL.

The existing signs to be relocated or with panels to be replaced are L-858, Size 3, Style 2 or
3, manufactured by Crouse-Hinds, Model AGSF (fiberglass housing and fluorescent lamps).
Before proceeding with relocations, the Contractor shall furnish the COTR a list of the
materials and equipment he plans to incorporate in the work (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, as applicable).
New signs furnished under this project shall be L-858, Size 3, Style 3 with a low-VA
luminaire, and listed on the current Addendum to Advisory Circular 150/5345-53 (current
edition). No light emitting diode (LED) signs shall be permitted. Shop drawings shall be
submitted identifying the installation requirements (i.e., foundation size, anchor bolt location,
etc.).

126-2.2 APPROVAL.

A. Taxiway and runway signs and related materials covered by FAA specifications shall
have the prior approval of the Federal Aviation Administration, Airports Service,
Washington, DC 20591, and shall be ETL certified as complying with the latest
edition of FAA AC/150-5345-44.

B All other equipment and material covered by other referenced specifications shall be
subjected to acceptance through manufacturer's certification of compliance with the
applicable specification.

C. The following documents, of the issue in effect on date of application for


qualification, are applicable to the extent specified:

Federal Aviation Administration (FAA) Advisory Circulars

AC 150/5345-10 Specification for L-828 Constant Current regulators.

TAXIWAY AND RUNWAY SIGNS L-126-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable


Connectors.

AC 150/5345-42 Specification for Airport Light Base and Transformer


Housings, Junction Boxes and Accessories.

AC 150/5345-44 Specifications for Taxiway and Runway Signs.

AC 150/5345-47 Isolation Transformer for Airport Lighting Systems.

AC 150/5340-18 Specification for Taxiway/Runway Guidance Signs.

Federal Specification

L-S-300 Sheeting and Tape -- Reflective; Non-exposed Lens,


Adhesive Backing.

Military Standard

MIL-STD-810 Environmental Test Methods

(Copies of FAA Advisory Circulars may be obtained from the Department of


Transportation, Publications Section, M-494.3, Washington, DC 20590).

(Copies of Federal Specifications may be obtained from General Services Administration


offices in Washington, DC, Atlanta, Boston, Denver, Chicago, Kansas City, New York,
San Francisco, and Seattle.)

(Copies of Military Standards may be obtained from the Commanding Officer, Naval
Supply Depot, 5801 Tabor Avenue, Philadelphia, PA 19120, Attention: Code CDS.)

D. The existing signs shall be verified as meeting or exceeding FAA requirements when
subjected to the qualification tests as described in the latest edition of AC 150/5345-44.

E. The installation of Underground Cable for Airports, Airport Transformer Vault and Vault
Equipment, Airport Underground Electrical Duct, and Airport Lighting Systems that are not a
part of this item are covered under the separate respective items of these specifications.

EQUIPMENT AND MATERIALS

126-3.1 SIGN CLASSIFICATION.

The existing signs to be relocated or furnished are Size 3, Style 2 or 3, Type L-858R, L-858L
and L-858Y, in accordance with FAA AC 150/5345-44.

126-3.2 EQUIPMENT TO BE SUPPLIED.

Contractor shall verify the proper size, type, kind, operation and message of each sign to be
ordered. Existing signs to be relocated shall be surveyed prior to removal and relocation and

TAXIWAY AND RUNWAY SIGNS L-126-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

any significant damage noted. Existing signs that are not to be relocated and replaced shall
be removed and turned over to MWAA Exterior Electric Shop or dispose of off-site, as
directed by COTR.

Any damaged part or component of an existing sign within the construction limits that is not
noted on the initial survey shall be replaced or repaired at no additional cost prior to the
completion of work. Any replacement components, including replacement sign panels, shall
be obtained from the sign manufacturer. The new sign shall be complete in accordance with
all specification requirements and shall include mounting legs and hardware, any required
series circuit transformer(s), and tethers (2 per sign). New signs shall also have a housing
formed of extruded aluminum, square or rectangular in shape with a flat vertical face, integral
power leg, and either a 6.6A, 48W quartz halogen or a 6.6A, 18W fluorescent lamp, as
approved by COTR.

126-3.3 MATERIALS AND COMPONENTS.

All materials used in fabrication of the signs and mounting hardware shall be suitable for the
signs' intended purpose and shall be adequately protected. Bolts, nuts, washers, and latches,
shall be 18-8 stainless steel. All wiring and components shall be adequately rated and shall
not be operated in excess of the component manufacturer's recommended rating.

CONSTRUCTION METHODS

126-4.1 GENERAL.

The Contractor shall install the taxiway and runway signs at the locations and in accordance
with the details shown in the Drawings, and the manufacturer's recommendations.

Portland cement concrete foundations shall be constructed as detailed on the Construction


Drawings with the light base and anchor bolts held firmly in place by the proper template
until the concrete attains an initial set. Concrete shall meet the requirements of concrete
materials and construction as specified in Item P-610 of these specifications. Housekeeping
pads of asphaltic concrete shall be as shown on the Drawings.

Power input to the sign shall be through breakaway cable connectors installed within the
frangible coupling portion of the sign's mounting legs or as otherwise shown on the Drawings
or approved by the COTR. Isolation transformers and, if applicable, series circuit power
adapter units shall be installed in a 24" deep, 12" diameter steel base embedded in concrete as
shown on the Drawings.

126-4.2 PHASING AND INTERRUPTIONS.

The construction phasing and airfield operational requirements for this project may require
that new signs are relocated and remain unlighted until such time that a new runway lighting
system is installed at a later time. Appropriate precautions shall be taken to protect all
elements of the sign until electrical connections are made, such as capping or plugging
conduit entrances, etc.

METHOD OF MEASUREMENT

TAXIWAY AND RUNWAY SIGNS L-126-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

126-5.1 SIGN PANEL REPLACEMENT.

The quantity of signs with panel replacements to be paid for under this item shall be the
number of signs indicated on the Drawings with sign panel replacements installed at existing
sign location, per each, complete and ready for operation, tested and accepted.

126-5.2 NEW SIGN INSTALLATION.

The quantity of new signs on new foundations to be paid for under this item shall be the
number of new signs indicated on the Drawings installed at the indicated locations on a
foundation with an AC housekeeping pad, per each, complete and ready for operation, tested
and accepted.

126-5.3 RELOCATED SIGN

The quantity of existing signs on new foundations to be paid for under this item shall be the
number of existing signs indicated on the Drawings installed at the indicated locations on a
foundation with an AC housekeeping pad, per each, complete and ready for operation, tested
and accepted.

126-5.4 RELOCATED SIGN WITH PANEL REPLACEMENT

The quantity of relocated signs on new foundations with new sign panels to be paid for under
this item shall be the number of relocated signs on new foundations with new sign panels
indicated on the Drawings installed at the indicated locations on a foundation with an AC
housekeeping pad, per each, complete and ready for operation, tested and accepted.

BASIS OF PAYMENT

126-6.1 Payment will be made at the contract unit price for each complete sign modified with
replacement sign panels. Payment shall include the furnishing and installing of the
replacement sign panels, isolation transformers (if required)_and accessories, including
connection to primary circuit, any mounting hardware and labor for complete sign panel
replacement connected to the appropriate lighting circuit, complete and accepted by the
Engineer.

Payment will be made at the contract unit price for each complete sign furnished and
installed. Payment shall include the furnishing and installing the sign assembly, including
frame, panels, tethers, lighting modules, isolation transformers and other accessories needed
for proper installation and operation of a sign, installation on new foundation, housekeeping
pad, connection to primary circuit, mounting hardware as required, and labor for complete
sign installation connected to the appropriate lighting circuit, complete and accepted by the
Engineer. Existing signs to be removed shall be covered under L-130, Electrical Demolition.

Item L-126-6.1 Replacement Sign Panels For L-858 Sign, Size 3, Any Length -- per
each.

Item L-126-6.2 Furnish And Install Guidance Sign, L-858, Size 3, Any Length -- per
each.

TAXIWAY AND RUNWAY SIGNS L-126-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Item L-126-6.3 Relocate Existing L-858 Sign, Size 3, Any Length – per each.

Item L-126-6.4 Relocate Existing L-858 Sign, Size 3, Any Length with Replacement
Sign Panels – per each.

END OF ITEM L-126

TAXIWAY AND RUNWAY SIGNS L-126-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 6, 2012

SECTION L-130 - ELECTRICAL REMOVALS

DESCRIPTION

1.1 This item shall include the 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

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.

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.

2.3 SALVAGEABLE ITEMS

Equipment, materials and components designated to be salvaged will remain the Authority's
property. These items shall be carefully removed and shall be delivered to the Airport's
maintenance yard and stockpiled in a neat orderly fashion as directed by the COTR. If it is
determined that through the Contractor's operations of removing and handling, these items
are being damaged, the COTR reserves the right to withhold payment from the Contractor for
compensation of these items.

2.4 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.

2.5 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.

ELECTRICAL REMOVALS L-130-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 6, 2012

2.6 LIGHT FIXTURES AND ISOLATION TRANSFORMERS

Existing elevated light fixtures being removed and which will not be reused shall be salvaged
in accordance with Paragraph 2.3 of this Section, unless otherwise directed by the COTR.
Isolation transformers being removed 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.

2.7 SIGNS

Existing signs identified as being removed on the drawings and which will not be reused shall
be salvaged in accordance with Paragraph 2.3 of this Section, unless otherwise directed by
the COTR. Sign panels and components not identified for re-use 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. Sign
foundations, housekeeping pads, conduit, junction boxes and other components of the airport
signage system not utilized due to removal of the sign shall be removed. Items at finished
grade shall be removed fully; items below grade may be abandoned in place, subject to
approval of the COTR.

2.8 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.

MEASUREMENT AND PAYMENT

3.1 Demolition and removal relating to electrical work shall be included in the applicable item
under Specification L-125.

END OF SECTION L-130

ELECTRICAL REMOVALS L-130-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 260011- ELECTRICAL TESTING REQUIREMENTS

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary


Conditions and Division 01 Specification sections, apply to this section.

1.2 SUMMARY

A. This section defines testing requirements for all products specified in other Electrical
Specification Sections of Division 26.

1.3 CODES, STANDARDS, AND REFERENCES

A. All inspections and tests shall be in accordance with the following codes and standards
except as provided herein:

• National Electrical Manufacturer's Association - NEMA


• American Society for Testing and Materials - ASTM
• Institute of Electrical and Electronic Engineers - IEEE
• International Electrical Testing Association - NETA: Acceptance Testing
Specifications - ATS-1991 and Maintenance Testing Specifications - MTS
• American National Standards Institute ANSI C2: National Electrical Safety
Code
• State and local codes and ordinances
• Insulated Cable Engineers Association - ICEA
• Association of Edison Illuminating Companies - AEIC
• Occupational Safety and Health Administration - OSHA
• National Fire Protection Association - NFPA:

ANSI/NFPA 70: National Electrical Code


ANSI/NFPA 70B: Electrical Equipment Maintenance
NFPA 70E: Electrical Safety Requirements for Employee
Workplaces
ANSI/NFPA 78: Lightning Protection Code
ANSI/NFPA 101: Life Safety Code

B. All inspections and tests shall utilize the following references:

• Project design specifications

ELECTRICAL TESTING REQUIREMENTS 260011- 1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

• Project design drawings


• Manufacturer's instruction manuals
• Project list of equipment to be inspected and tested

1.4 QUALITY ASSURANCE

A. Testing firm shall be a nationally recognized corporately- and financially-independent


testing organization that can function as an unbiased testing authority, professionally
independent of the manufacturers, suppliers, and installers of equipment or systems
evaluated by the testing firm.

B. 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.

C. The testing firm shall meet OSHA criteria for accreditation of testing laboratories, Title
29, Part 1907, and shall be a Full Member company of the International Electrical Testing
Association (NETA).

D. The lead, on-site, Technical Representative shall be currently certified by the


International Electrical Testing Association (NETA) or National Institute for
Certification in Engineering Technologies (NICET) in electrical power distribution
system testing.

E. The testing firm shall utilize engineers and technicians who are regularly employed by
the firm for testing services.

F. The terms used herewith, such as test agency, test contractor, testing laboratory, or
contractor test company, shall be construed to mean the testing firm.

1.5 SUBMITTALS

A. All submittals shall be on 8-1/2 inch by 11 inch format, except that charts, graphs, and
tables may be on 11 inch by 17 inch sheets folded to 8-1/2 inch by 11 inch size.
Submittals shall be bound in three-ring binders, and clearly titled to indicate project
name, location, date, and scope of submittal. In addition, all data shall be provided
electronically with the software to view the electronic files. Provide 4 copies of the
electronic files on separate compact disks (CDs).

B. The testing firm shall submit proof of the qualifications identified in 1.4 above, with bid
documents. Submittal shall include:

1. Name of organization and background.


2. Technical Representative's name and background.
3. List of three comparable jobs performed by the Technical Representative with
specific names and telephone numbers for reference.
4. The length of time the Technical Representative has been supervising, installing,
and testing systems of this type.
5. The qualifications of the Technical Representative and organization performing
the required testing services.

ELECTRICAL TESTING REQUIREMENTS 260011- 2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Submit, for approval, typical test and inspection report forms, data sheets, charts, graphs,
test procedures, etc., for each test to be performed, within 60 days of notice to proceed.
Submit test schedule itemizing each individual test for each individual item to be tested,
schedule shall be updated weekly until all tests are completed.

1. Data sheets shall address each item of equipment individually and shall include
the following information:

a. Project title.
b. Project location.
c. Type of equipment.
d. Designation of equipment.
e. Manufacturer of equipment.
f. Model number of equipment.
g. Serial number of equipment.
h. Date and time of inspection and test.
i. Environmental conditions at test site at date and time of inspection and
test.
j. Test parameters (test voltages, etc.).
k. Inspection and test procedure checklist.
l. Results of all inspection and test procedures including; readings,
measurements, notations, pass/fail, etc.

D. Submit all test report forms filled out completely, except for test results, within 60 days
of shop drawing approval for each component, item of equipment, and system to be
tested.

E. Submit certifications of test equipment calibration, and calibration records.

F. Submit completed certified test results and records at least 10 days prior to energizing
each particular type of equipment. Each submittal shall be bound as required above.
Test report shall include; project title, project location, general description of equipment
and system inspected and/or tested, completed data sheets, copy of field data sheets,
recommendations, acceptance criteria, photographs, graphs, strip chart recordings, etc.

G. Submit report of equipment failing to pass inspection and test procedures to the
Contracting Officer's Technical Representative (COTR). Submittal shall identify
equipment by; type of equipment, designation, manufacturer, model number, serial
number, test parameters, copy of field data sheet, reason for failure, schedule for repeat of
inspection and test procedures, and any other pertinent information concerning the
inspection and test procedure.

PART 2 - PRODUCTS

2.1 MATERIALS

A. The testing firm shall provide all material, equipment, labor, and technical supervision to
perform all tests, inspections, and studies covered by this specification.

2.2 TEST EQUIPMENT

ELECTRICAL TESTING REQUIREMENTS 260011- 3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

A. Suitability of Test Equipment

1. All test equipment shall be in good mechanical and electrical condition.


2. Selection of metering equipment shall be based on a knowledge of the waveform
of the variable being measured. Digital multimeters may be average or root-
mean-square (RMS) sensing and may include or exclude the dc component.
When the variable contains harmonics or dc offset and, in general, any deviation
from a pure sine wave, average sensing, average measuring RMS scaled meters
may be misleading. Use of RMS measuring meters is recommended.
3. Field test instrumentation used to check meter calibration must have an accuracy
higher than that of the meter being checked.
4. Accuracy of test equipment shall be appropriate for the test being performed.
5. Waveshape and frequency of test equipment output waveforms shall be
appropriate for the test and tested equipment.
6. Contact resistance measurements shall be performed using a 4-wire micro-
ohmmeter.
7. Torque testing shall be performed using a calibrated torque wrench or torque
screwdriver.

B. Test Instrument Standards

1. All equipment used for testing and calibration procedures shall exhibit the
following characteristics:

a. Maintained in good visual and mechanical condition.


b. Maintained in safe operating condition.

2. Test equipment shall have operating accuracy equal to, or better than, the
following limits:

a. Portable multimeters shall be true RMS measuring.


b. Multimeters shall have the following accuracy limits, or better:

1) AC voltage ranges: .75% +/- 3 last single digits @ 60 Hz.


2) AC current ranges: .90% +/- 3 last single digits @ 60 Hz,
including adapters, and transducers.
3) DC Voltage ranges: .25% +/- 1 last single digit
4) DC Current ranges: .75% +/- 1 last single digit
5) Resistance ranges: .50% +/- 1 last single digit
6) Frequency range: .10% +/- 1 last single digit @ 60 Hz

c. Clamp-on ammeters: ac current +/- 3% of range +/- 1 last single digit @


60 Hz.
d. Dissipation/power factor field equipment:

1) +/- 0.1% power factor for power factor values up to 2.0%


2) 5% of the reading for power factor values above 2.0%

e. Low-range dc resistance equipment: 1.0% of reading, +/- 2 last single


digits.

ELECTRICAL TESTING REQUIREMENTS 260011- 4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

f. Transformer turns-ratio test equipment: 0.5% or better @ 60 Hz.


g. Ground electrode test equipment: +/- 2% of range.
h. Insulation test sets: 0-2500 volts dc +/- 2% of reading at mid-scale.
i. Electrical load survey equipment:

1) +/- 5% total error, including sensors


2) 1% resolution
3) Current transformers +/- 2% of range @ 60 Hz
4) Voltage transformers +/- 0.5% of range @ 60 Hz

j. Liquid dielectric strength test equipment: +/- 2% of scale.


k. Phase shifting equipment: +/- 1.0% over entire range.
l. High-current test equipment: +/- 2 % of range.
m. DC high potential test equipment: +/- 2% of full scale.
n. AC high potential test equipment (60 Hz): +/- 2% of full scale.

C. Test Instrument Calibration

1. The testing firm shall have a calibration program which assures that all
applicable test instruments are maintained within rated accuracy. Provide
certification of all test instruments to be used on the project. Submit prior to
conducting any tests.
2. The accuracy shall be directly traceable to the National Institute of Standards and
Technology.
3. Instruments shall be calibrated in accordance with the following frequency
schedule:

a. Field instruments: 6 months maximum


b. Laboratory instruments: 12 months
c. Leased specialty equipment: 12 months (Where accuracy is guaranteed
by lessor)

4. Dated calibration labels shall be visible on all test equipment and each test report
shall include a table of the test instruments used with the test instrument
calibration test date.
5. Records, which show date and results of instruments calibrated or tested, must be
kept up-to-date. Submit for each test instrument.
6. Up-to-date instrument calibration instructions and procedures shall be maintained
for each test instrument.
7. Calibrating standard shall be of higher accuracy than that of the instrument
tested.

PART 3 – EXECUTION

3.1 INSPECTION AND TEST PROCEDURES

Inspection and test procedures indicated below shall be performed on all electrical equipment of the type
indicated, unless otherwise noted. In addition, all tests recommended and/or required by the manufacturer
of the electrical equipment shall be performed. The Authority reserves the right to monitor and witness

ELECTRICAL TESTING REQUIREMENTS 260011- 5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

all tests and inspections. Coordinate all tests with the COTR, and provide minimum four business days
advance notice to COTR, for each test required. Copies of hand-written field data sheets for all tests and
inspections shall be forwarded directly from the testing firm to the COTR within 48 hours of the test or
inspection. These copies may be telefaxed or emailed, as directed by the COTR. In the case where
equipment, systems, or structures fail to meet specified criteria, the COTR shall be notified within 24
hours of the test or inspection: Field data sheets shall be provided and the data which describes the failure
shall be highlighted. All equipment failing to pass inspection and test procedures shall be tracked and
identified at weekly construction progress meetings. Schedule for correcting deficiencies and repeat of
inspection and test procedures shall be addressed at each weekly construction progress meeting, until such
time as all deficiencies are corrected and equipment passes the inspection and test procedures. Provide
tag on equipment indicating failure.

A. Cables:

1. Airfield Lighting Series Circuit Cables (5kV):

a. Perform visual and mechanical inspection as follows:

1) Inspect cables for physical damage and proper connection in


accordance with single-line diagram.
2) Torque cable terminations to manufacturer's recommended
values using a calibrated torque wrench. In the absence of
manufacturer's data, values shall be in accordance with NETA
ATS.
3) Check cable color coding against Authority and national
Electrical Code standards.

b. Perform electrical tests as follows:

1) Perform insulation-resistance test on each conductor with respect


to ground and adjacent conductors. Applied potential shall be
2500 volts dc for one minute.
2) Perform continuity test to insure proper cable connection.
3) That all circuits are operable. Tests shall be conducted that
include continuous operation of each circuit for not less than 1/2
hour.

c. Test values:

1) Evaluate results by comparison with cables of the same length


and type. Investigate any values less than 500 megohms.

PART 4 – METHODS OF MEASUREMENT AND BASIS OF PAYMENT

4.1. Electrical testing shall not be measured for payment, but shall be incidental to the work with no
separate payment.

END OF SECTION 260011

ELECTRICAL TESTING REQUIREMENTS 260011- 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Handholes.

2. Manhole chimney extensions.

B. For conduit, duct and ductbank, see Specification L-110.

1.3 DEFINITION

A. RNC: Rigid nonmetallic conduit.

1.4 SUBMITTALS

A. Product Data: For the following:

1. Accessories for manholes and handholes


2. Warning tape.

B. Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Design load
calculations shall be signed and sealed by a qualified professional engineer registered in the
Comonwealth of Virginia. Include plans, elevations, sections, details, attachments to other
work, and accessories, including the following:

1. Duct entry provisions, including locations and duct sizes.


2. Reinforcement details.
3. Frame and cover design and manhole frame support rings.
4. Grounding details.
5. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps.
6. Joint details.

C. Product Certificates: For concrete and steel used in precast concrete manholes and handholes,
as required by ASTM C 858.

D. Qualification Data: For professional engineer and testing agency.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 1


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

E. Source quality-control test reports.

F. Field quality-control test reports.

1.5 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated.

B. Comply with ANSI C2.

C. Comply with NFPA 70.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent
bending, warping, and deforming.

B. Store precast concrete underground utility structures at Project site as recommended by


manufacturer to prevent physical damage. Arrange so identification markings are visible.

C. Lift and support precast concrete units only at designated lifting or supporting points.

1.7 PROJECT CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities


occupied by Owner or others unless permitted under the following conditions and then only
after arranging to provide temporary electrical service according to requirements indicated:

1. Notify COTR no fewer than fourteen days in advance of proposed interruption of


electrical service.
2. Do not proceed with interruption of electrical service without COTR’s written
permission.

1.8 COORDINATION

A. Coordinate layout and installation of ducts, handholes, and boxes with final arrangement of
other utilities, site grading, and surface features as determined in the field.

B. Coordinate elevations of ducts and duct-bank entrances into handholes, and boxes with final
locations and profiles of ducts and duct banks as determined by coordination with other utilities,
underground obstructions, and surface features. Revise locations and elevations from those
indicated as required to suit field conditions and to ensure that duct runs drain to handholes, and
as approved by the COTR.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 2


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1.9 EXTRA MATERIALS

A. Furnish extra materials described below that match products installed and that are packaged
with protective covering for storage and identified with labels describing contents.

B. Furnish cable-support stanchions, arms, and associated fasteners in quantities equal to 5 percent
of quantity of each item installed.

PART 2 - PRODUCTS

2.1 CONDUIT

A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1.

B. RNC: NEMA TC 2, Type EPC-40-PVC and Type EPC-80-PVC, UL 651, with matching
fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

C. See also Specification L-110.

2.2 NONMETALLIC DUCTS AND DUCT ACCESSORIES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering


products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the


following:

1. ARNCO Corp.
2. Beck Manufacturing.
3. Cantex, Inc.
4. CertainTeed Corp.; Pipe & Plastics Group.
5. Condux International, Inc.
6. ElecSys, Inc.
7. Electri-Flex Company.
8. IPEX Inc.
9. Lamson & Sessions; Carlon Electrical Products.
10. Manhattan/CDT; a division of Cable Design Technologies.
11. Spiraduct/AFC Cable Systems, Inc.

C. Duct Accessories:

1. Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and
sizes of ducts with which used, and selected to provide minimum duct spacings indicated
while supporting ducts during concreting or backfilling.
2. Warning Tape: Underground-line warning tape specified in Division 26 Section
"Electrical Identification."

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 3


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2.3 PRECAST CONCRETE HANDHOLES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering


products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the


following:

1. Carder Concrete Products.


2. Christy Concrete Products.
3. Elmhurst-Chicago Stone Co.
4. Oldcastle Precast Group.
5. Riverton Concrete Products; a division of Cretex Companies, Inc.
6. Utility Concrete Products, LLC.
7. Utility Vault Co.
8. Wausau Tile, Inc.

C. Comply with ASTM C 858 for design and manufacturing processes.

D. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls and bottom.


Frame and cover shall be cast into the top and form top of enclosure. Pulling irons and other
built-in items shall be installed before pouring concrete. Cover shall have a nonskid finish and
legend and indicated. Unit when buried shall be designed to support 100,000 lbs. wheel load,
230 psi tire pressure, or as indicated on drawings.

1. Frame and Cover: Weatherproof steel frame, with spring-assist hinged ductile iron
access hatch, gasketed and bolted, and as indicated on drawings.
a. Cover Handle: Recessed.

2. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

3. Cover Legend: Molded lettering, as indicated for each service.

4. Configuration and dimensions shall be as indicated for each service.

5. Windows: Precast openings or knock-outs in walls, arranged to match dimensions and


elevations of approaching ducts and duct banks.

a. Windows shall be located no less than 6 inches from interior surfaces of walls,
floors, or frames and covers of handholes, unless otherwise indicated.
b. Window or knock-out openings shall be framed with at least two additional No. 4
steel reinforcing bars in concrete around each opening.

6. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for
each entering duct.

a. Type and size shall match fittings to duct or conduit to be terminated.


b. Fittings shall align with elevations of approaching ducts.

7. Handholes 36 inches wide by 36 inches long and larger shall have inserts for cable racks
and pulling-in irons installed before concrete is poured.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 4


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2.4 UTILITY STRUCTURE ACCESSORIES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering


products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the


following:

1. Bilco Company (The).


2. Campbell Foundry Company.
3. Carder Concrete Products.
4. Christy Concrete Products.
5. East Jordan Iron Works, Inc.
6. Elmhurst-Chicago Stone Co.
7. McKinley Iron Works, Inc.
8. Neenah Foundry Company.
9. NewBasis.
10. Oldcastle Precast Group.
11. Osburn Associates, Inc.
12. Pennsylvania Insert Corporation.
13. Riverton Concrete Products; a division of Cretex Companies, Inc..
14. Strongwell Corporation; Lenoir City Division.
15. Underground Devices, Inc.
16. Utility Concrete Products, LLC.
17. Utility Vault Co.
18. Wausau Tile, Inc.

C. Manhole Frames, Covers, and Chimney Components: Comply with structural design loading
specified for manhole.

1. Frame and Cover: Gray cast iron complying with ASTM A 48, with ductile iron cover
rated for aircraft loads; gasketed and bolted; diameter, 36 inches.

2. Cover Legend: Cast in. As indicated and approved by COTR.

D. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing-bar fastening insert, 2-inch-diameter
eye, and 1-by-4-inch bolt.

1. Working Load Embedded in 6-Inch, 4000-psi Concrete: 13,000-lbf minimum tension.

E. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared,
threaded inserts of noncorrosive, chemical-resistant, nonconductive thermoplastic material; 1/2-
inch ID by 2-3/4 inches deep, flared to 1-1/4 inches minimum at base.

1. Tested Ultimate Pullout Strength: 12,000 lbf minimum.

F. Expansion Anchors for Installation after Concrete Is Cast: Zinc-plated, carbon-steel-wedge


type with stainless-steel expander clip with 1/2-inch bolt, 5300-lbf rated pullout strength, and
minimum 6800-lbf rated shear strength.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 5


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

G. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass-


reinforced polymer.

1. Stanchions: Nominal 36 inches high by 4 inches wide, with minimum of 9 holes for arm
attachment.
2. Arms: Arranged for secure, drop-in attachment in horizontal position at any location on
cable stanchions, and capable of being locked in position. Arms shall be available in
lengths ranging from 3 inches with 450-lb minimum capacity to 20 inches with 250-lb
minimum capacity. Top of arm shall be nominally 4 inches wide, and arm shall have
slots along full length for cable ties.

H. Duct-Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to
cable insulation, and workable at temperatures as low as 35 deg F. Capable of withstanding
temperature of 300 deg F without slump and adhering to clean surfaces of plastic ducts, metallic
conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation
materials, and common metals.

2.5 SOURCE QUALITY CONTROL

A. Test and inspect precast concrete utility structures according to ASTM C 1037.

PART 3 - EXECUTION

3.1 UNDERGROUND DUCT APPLICATION

A. See Specification L-110.

3.2 UNDERGROUND ENCLOSURE APPLICATION

A. Handholes: Precast concrete.

1. Units located in the airfield shall be rated for aircraft loading: 100,000 lbs single wheel
load, 230 psi tire pressure.

B. Manholes: Precast concrete.

1. Units located in the airfield shall be rated for aircraft loading: 100,000 lbs single wheel
load, 230 psi tire pressure.

3.3 EARTHWORK

A. Excavation and Backfill: Comply with Specification Item P-152 "Excavation and
Embankment," but do not use heavy-duty, hydraulic-operated, compaction equipment.

B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless
otherwise indicated. Replace removed sod immediately after backfilling is completed.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 6


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore
vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and
mulching. Comply with Division 32 Sections "Turf and Grasses".

3.4 DUCT INSTALLATION

A. Slope: Pitch ducts a minimum slope of 1:300 down toward handholes and away from buildings
and equipment. Slope ducts from a high point in runs between two handholes to drain in both
directions.

B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use
manufactured long sweep bends with a minimum radius of 48 inches, both horizontally and
vertically, at other locations, unless otherwise indicated.

C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to
manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in
same plane.

D. Duct Entrances to Concrete Handholes: Use end bells. Grout end bells into structure walls
from both sides to provide watertight entrances

1. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in
the area of disturbed earth adjacent to handhole.

E. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at
least 10 feet outside the building wall without reducing duct line slope away from the building,
and without forming a trap in the line. Use fittings manufactured for duct-to-conduit transition.
Install conduit penetrations of building walls as specified in Division 26 Section "Common
Work Results for Electrical."

F. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare
ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig hydrostatic
pressure.

G. Pulling Cord: Install 100-lbf-test nylon cord in ducts, including spares.

H. Concrete-Encased Ducts: Support ducts on duct separators.

1. Separator Installation: Space separators close enough to prevent sagging and deforming
of ducts, with not less than 4 spacers per 20 feet of duct. Secure separators to earth and
to ducts to prevent floating during concreting. Stagger separators approximately 6 inches
between tiers. Tie entire assembly together using fabric straps; do not use tie wires or
reinforcing steel that may form conductive or magnetic loops around ducts or duct
groups.
2. Concreting Sequence: Pour each run of envelope between handholes or other
terminations in one continuous operation.

a. Start at one end and finish at the other, allowing for expansion and contraction of
ducts as their temperature changes during and after the pour. Use expansion

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 7


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

fittings installed according to manufacturer's written recommendations, or use


other specific measures to prevent expansion-contraction damage.
b. If more than one pour is necessary, terminate each pour in a vertical plane and
install 3/4-inch reinforcing rod dowels extending 18 inches into concrete on both
sides of joint near corners of envelope.

3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and
between conduits and at exterior surface of envelope. Do not allow a heavy mass of
concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank
assembly to trench bottom. Allow concrete to flow to center of bank and rise up in
middle, uniformly filling all open spaces. Do not use power-driven agitating equipment
unless specifically designed for duct-bank application.
4. Reinforcement: Reinforce concrete-encased duct banks where they cross traffic
pavement and where indicated. Arrange reinforcing rods and ties without forming
conductive or magnetic loops around ducts or duct groups.
5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting
and concrete envelope can be poured without soil inclusions; otherwise, use forms.
6. Minimum Space between Ducts: 3 inches between ducts and exterior envelope wall, 2
inches between ducts for like services. Power and copper signal cables shall not be
installed in the same duct bank..
7. Depth: Install top of duct bank at least 24 inches below finished grade in areas not
subject to deliberate traffic, and at least 30 inches below finished grade in deliberate
traffic paths for vehicles, unless otherwise indicated. Duct bank for medium voltage
feeder cables shall be installed at least 36 inches below finished grade, and shall be
concrete encased through length of run.
8. Stub-Ups: Use manufactured duct elbows for stub-ups at poles and equipment and at
building entrances through the floor, unless otherwise indicated. Extend concrete
encasement throughout the length of the elbow.
9. Stub-Ups: Use manufactured rigid galvanized steel conduit elbows and risers for stub-
ups at poles and equipment and at building entrances through the floor.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase
coupling with 3 inches of concrete.
b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases,
extend steel conduit horizontally a minimum of 60 inches from edge of base.
Install insulated grounding bushings on terminations at equipment.

10. Warning Tape: Bury warning tape approximately 12 inches above all concrete-encased
ducts and duct banks. Align tape parallel to and within 3 inches of the centerline of duct
bank. Provide an additional warning tape for each 12-inch increment of duct-bank width
over a nominal 18 inches. Space additional tapes 12 inches apart, horizontally.

3.5 INSTALLATION OF CONCRETE HANDHOLES

A. Precast Concrete Handhole Installation:

1. Comply with ASTM C 891, unless otherwise indicated.


2. Install units level and plumb and with orientation and depth coordinated with connecting
ducts to minimize bends and deflections required for proper entrances.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 8


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel,
graded from 1-inch sieve to No. 4 sieve and compacted to same density as adjacent
undisturbed earth.

B. Elevations:

1. Manhole Frame: In paved areas and trafficways, set frames flush with finished grade.
Set other manhole frames 1 inch above finished grade.
2. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade.
Set covers of other handholes 1 inch above finished grade.
3. Where indicated, cast handhole cover frame integrally with handhole structure.

C. Drainage: Install drains in bottom of handhole where indicated. Coordinate with drainage
provisions indicated.

D. Manhole Access: Circular opening in manhole roof; sized to match cover size.

1. Install chimney, constructed of precast concrete collars and rings to support frame and
cover and to connect cover with manhole roof opening. Provide moisture-tight masonry
joints and waterproof grouting for cast-iron frame to chimney.

E. Waterproofing: Apply Bbituminous waterproofing to exterior surfaces of manholes after


concrete has cured at least three days. After ducts have been connected and grouted, and before
backfilling, waterproof joints and connections and touch up abrasions and scars. Waterproof
exterior of manhole chimneys after mortar has cured at least three days.

F. Dampproofing: Apply bituminous dampproofing to exterior surfaces of manholes after has


been set in place. After ducts have been connected and grouted, and before backfilling,
dampproof joints and connections and touch up abrasions and scars. Dampproof exterior of
manhole chimneys after mortar has cured at least three days.

G. Hardware: Install removable hardware, including pulling eyes, cable stanchions, cable arms,
and other indicated hardware, as required for installation and support of cables and conductors
and as indicated.

H. Field-Installed Bolting Anchors in Manholes and Concrete Handholes: Do not drill deeper than
3-7/8 inches for manholes and 2 inches for handholes, for anchor bolts installed in the field.
Use a minimum of two anchors for each cable stanchion.

3.6 GROUNDING

A. Underground ducts shall not have a ground wire.

3.7 FIELD QUALITY CONTROL

A. Perform the following tests and inspections and prepare test reports:

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 9


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

1. Demonstrate capability and compliance with requirements on completion of installation


of underground ducts and utility structures.
2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-
of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are
indicated, remove obstructions and retest.
3. Test handhole grounding to ensure electrical continuity of grounding and bonding
connections. Measure and report ground resistance as specified in Division 26 Section
"Grounding and Bonding for Electrical Systems."

B. Correct deficiencies and retest as specified above to demonstrate compliance.

3.8 CLEANING

A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts.
Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout
ducts.

B. Clean internal surfaces of manholes and handholes, including sump. Remove foreign material.

PART 5 - METHODS OF MEASUREMENT AND BASIS OF PAYMENT

A. Provision and installation of handholes shall include furnishing and installing the structure and
related accessories, excavation, connection of duct and duct bank, grounding provisions, backfill
and compaction, and all incidentals required to complete the installation.

1. Payment shall be made at the contract unit price per each type of structure, labor, equip-
ment, tools and incidentals required to complete this item.

2. Conduit, duct and duct bank are paid separately under applicable item in Specification
Item L-110.

B. Payment will be made under:

Item No. Pay Item Pay Unit

260543.1 Furnish and Install 4’x4’ handhole, aircraft loading per each

260543.2 Furnish and Install manhole chimney, aircraft loading – per each

260543.3 Raise existing handhole to grade -- per each

260543.4 Furnish and Install manhole precast top with new frame and cover – per each

END OF SECTION 260543

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL 260543 - 10


SYSTEMS
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 medium voltage cables.

B. Refer to other Division 26 sections for additional specific electrical identification


associated with specific items.

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

ELECTRICAL IDENTIFICATION 260553-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

6. Tech Products, Inc.


7 William Frick & Company
8 Thomas & Betts

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 Medium Voltage Cables: 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 back-
ground. 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. 600 Volts and above: White lettering on red background

B. Electrical Equipment/Device Identification:

1. Provide markers for medium voltage 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

ELECTRICAL IDENTIFICATION 260553-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 260553-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 262506 – CONSTANT CURRENT REGULATORS

PART 1 - GENERAL

1.1 DESCRIPTION:

A. These electrical general provisions specified herein apply to all Electrical Specification
Sections of Division 26.

B. Refer to the General and Supplementary Conditions and Division 01 for special requirements
and conditions which apply to all Sections of Division 26.

1.2 SUMMARY

A. This Section includes the installation of one new regulator in Vault 2. Fuse cutouts, lightning
arresters, and switches necessary to complete the system are specified in other sections of
Division 26. Current transformers and transducers including NEMA-1 enclosures are
indicated on the drawings. Airfield lighting control cabling for the monitoring and control of
the new and relocated regulators is specified in other sections of Division 26 and indicated on
the drawings.

B All current carrying parts shall be copper.

1.3 QUALITY ASSURANCE:

A. Electrical work shall conform NFPA 70.

B. Codes, standards and regulations specified herein refer to the edition date. Revisions and
addenda to these codes, standards and regulations shall be part of these specifications.
Provisions of referenced codes, standards and regulations do not create duty or responsibility
by COTR, unless otherwise specified herein.

C. Codes, standards and regulations referred to are minimum standards. Where the requirements
of these specifications or drawings exceed those of the codes, standards and regulations, the
drawings or specifications govern. Federal specifications referenced:

CONSTANT CURRENT REGULATORS 262506-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

Number Title

J-C-30 Cable and Wire, Electrical (Power, Fixed Installation)

WW-C-581 Conduit, Metal, Rigid; and Coupling, Elbow, and Nipple, Electrical
Conduit: Zinc-coated

AC 150/5345-7 Specification for L-824 Underground Electrical Cables for Airport


Lighting Circuits.

AC 150/5345-10 Specification for L-828/L-829 Constant Current Regulator

D. Electrical Design Coordination:

1. The ratings of equipment and the characteristics of electrical systems serving them, as
specified, have been established as minimums which will allow that equipment to
satisfactorily function while producing the capacities indicated on the Drawings or
specified herein. These power ratings include a safety factor deemed appropriate to
accommodate common differences between design parameters and field construction
practices.

1.4 SPACE CONDITIONS:

A. Drawings indicate locations of the constant current regulators. Changes in the location of
same to accommodate conditions, and coordination with the work of other trades shall be
made prior to initial installation, at additional no cost to the airport. The equipment layout as
shown on the Drawings is based on the physical dimensions of equipment as manufactured by
a particular supplier and that of the existing equipmenT.

B. Locations of constant current regulators, equipment and apparatus as indicated on the


Drawings are approximate; connections shall be made to such equipment as actually installed.

C. Provide access to equipment and apparatus requiring operation, service or maintenance


throughout the life of the system. The final equipment layout shall be the responsibility of the
Contractor and shall be based on the actual sizes of the equipment selected and approved by
the COTR and of the equipment relocated. The equipment layout shall provide the necessary
clearances as required by the applicable codes and as recommended by the manufacturer, and
shall be approved by the COTR.

1.5 SUBMITTALS

A. GENERAL: Before any electrical materials and equipment are ordered, the Contractor shall
furnish the COTR a list of the materials and equipment he plans to incorporate 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. Submittals shall also include catalog cuts, test data,
outline drawings, nameplate drawings, wiring diagrams, and schematic diagrams.

B. APPROVAL: Airport vault equipment and related materials covered by FAA specifications

CONSTANT CURRENT REGULATORS 262506-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

shall have the prior approval of the Federal Aviation Administration, Airports Service,
Washington, DC 20591, and shall be listed in the latest edition of Advisory Circular
150/5345-53, Airport Lighting Equipment Certification Program.

1. All other equipment and material covered by other referenced specifications shall be
subjected to acceptance through manufacturer's certification of compliance with the
applicable specification.
2. Certification alone shall not relieve the Contractor from his responsibility to provide
materials and supplies acceptable to the specifications contained herein. The
Contractor shall remove and replace materials and supplies, at the direction of the
Engineer, that do not materially comply with the provisions of these specifications
solely at the cost of the Contractor.
3. The airport vault equipment shall meet or exceed FAA requirements when subjected
to the qualification tests as described in the latest edition of FAA Advisory Circulars.

1.6 VAULT WORK VERIFICATION.

A. The Contractor shall become familiar with the work to be done inside the Airfield Lighting
Vaultsin preparing the bid. The regulators shall connect to the relocated airfield lighting
control system (ALCS) as shown on the drawings.

PART 2 - PRODUCTS

2.1 CONDUITS:

A. All conduit installations in the electrical vault shall be rigid steel conduit. Rigid steel conduit
and fittings shall be in accordance with Federal Specification WW-C-581.

2.2 WIRE:

A. Wire in conduit rated up to 5,000 volts shall conform to Advisory Circular 150/5345-7,
Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits. Each
lighting circuit shall be 2-1/C #6, 5KV, FAA L-824, EPR cable Type C. For ratings up to 600
volts, thermoplastic wire conforming to Fed. Spec. J-C-30, Types XHHW-2 shall be used.
The wires shall be of the size, number of conductors, and voltage shown in the Drawings.

2.3 LIQUID TIGHT FLEXIBLE METALLIC CONDUITS:

A. Shall be used for connections to the regulators. A minimum conduit length of 24 inches shall
be provided.

1. Flexible liquid-tight metallic conduit shall be interlocked, galvanized steel with a


polyvinyl chloride cover, U.L. listed, and shall be "Sealtight" Type UA by Anaconda,
or approved equal.

2. Minimum size of conduits shall be 2-inch trade size. All power and control circuit
conductors shall be copper. Aluminum shall not be accepted. Low voltage 600 volt
and medium voltage 5,000 volt conductors shall be installed in separate wire ways.
Control and telephone cables shall be installed in separate wire ways from power

CONSTANT CURRENT REGULATORS 262506-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

cables.

2.4 CONSTANT CURRENT REGULATORS:

A. Constant current regulators shall fully comply with FAA L-828 (or L-829) specifications
given in AC 150/5345-10, oil-filled type.

B. Constant current regulator shall be supplied and sized to fit within the designated space in the
electrical vault as shown on the construction Drawings and shall have the characteristics listed
below.

C. The regulator shall operate with an input voltage of 2,400 volts line to neutral. The output
current at the highest intensity shall be 20 amps. The regulator shall provide output current
such that the current on the secondary side of the isolation transformer (6.6A side) on the
series lighting circuit shall be as follows (within the tolerances specified in AC 150-5345-10):

3-Step Regulator Current amp


1 14.55
2 16.55
3 20.0

The output power for the constant current regulators shall be as follows:

2T2-S, 3-step 30KW

D. The regulation of the output current shall remain within those limits regardless of the number
of open circuit transformers in considering the input voltage variation for -5 to +10%.

E. Lightning arresters shall be provided on the input and output terminals on the regulator, type
MOV surge arresters. The suitably rated lightning arresters shall be connected from the input
and output terminals to a sturdy earth terminal.

F. A meter monitoring the output current shall be provided built in with the regulator, and shall
be true RMS with 2% accuracy.

G. The regulator shall have open output circuit protection.

H. The regulator shall have remote control capability.

I. The regulator shall be equipped with a multi-position selector switch to select remote, off, and
local brightness control.

J. The regulator shall be equipped with internal primary electrically operated switch (double
poles), oil type.

K. Regulator control and high voltage compartments shall be all steel construction (11 ga. min.).

L. The Regulator shall be provided with internal 120 volt control transformer.

CONSTANT CURRENT REGULATORS 262506-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2.4 GROUNDING AND BONDING CONDUCTORS:

A. ASTM B 1-70 (1976), solid bare copper wire for sizes No. 8 AWG and smaller; ASTM B 8-
77, Class B, stranded copper wire for sizes No. 6 AWG and larger.

PART 3 – EXECUTION

3.1 GENERAL:

A. The Contractor shall furnish, install and connect all equipment, equipment accessories,
conduit, cables, wires, buses, grounds and support necessary to insure a complete and
operable electrical distribution system for the constant current regulators, as specified herein
and as shown on the Drawings. The equipment installation and mounting shall comply with
the requirements of the National Electrical Code and the local code agency having
jurisdiction.

3.2 PHASING AND INTERRUPTIONS:

A. The scheduling and sequencing of this work shall be fully coordinated with all other work and
staging as indicated on the drawings.

B. The actual scheduling and timing of the work in this Item is the responsibility of the
Contractor and shall be submitted in writing for the COTR's review and approval. The
Contractor shall not begin this work until receiving written approval of the proposed
scheduling and timing from the COTR. The contractor shall coordinate his work with any
ongoing work by others in the vault.

3.3 REMOVALS:

A. The Contractor shall remove any items required for his installation as approved by the COTR.
Materials shall be disposed of off Airport property at the Contractor's expense except as
designated for salvage, in which case it shall be disposed of in accordance with the salvage
provisions of MC-128.

3.4 REGULATOR:

A. The regulators shall be furnished and installed at the location shown on the Drawings. The
regulator shall be set on steel "H" sections or "I" beam channels to provide a minimum space
of 1-1/2 inches between the equipment and the floor. The equipment shall be placed so as not
to obstruct the oil sampling plugs of oil field units, and nameplates shall, so far as possible,
not be obstructed.

3.5 DUCT AND CONDUIT:

A. The Contractor shall furnish and install flexible conduit for the regulator output cable to the
wall-mounted power wireway, and 2-inch rigid conduit at the 2400V power connection to the
copper overhead bussing for power input to the regulators.

CONSTANT CURRENT REGULATORS 262506-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

B. Conduit shall be used between wireways and equipment or between different items of
equipment when the equipment is designed for conduit connection.

C. When conductors enter the wireways, provide insulating bushings at the connection of the
conduit to the wireway.

3.6 GROUNDING SYSTEM:

A. The metallic ducts shall be mechanically and electrically secure at joints and at boxes, cabinet
fittings, and equipment at the point of the electrical service entrance. Bind the metallic
raceways together with the ground conductor and connect to the system ground bus.
Regulators shall be connected by solid bare conductor, minimum size No. 2 AWG, to the
vault ground bus.

3.7 WIRING AND CONNECTIONS:

A. The Contractor shall make all necessary electrical connections in the vault to comply with the
wiring diagrams furnished on the Drawings. In wiring to the terminal blocks, the Contractor
shall leave sufficient extra length on each control lead to make future changes in connections
at the terminal block. This shall be accomplished by running each control lead the longest
way around the box to the proper terminal. Leads shall be neatly laced in place. Bolt type
TY-RAP bases shall be used to secure wiring.

3.8 MARKING AND LABELING:

A. All equipment, control wires, terminal blocks, etc., shall be tagged, marked, or labeled as
specified below:

1. Wire Identification: The Contractor shall provide Brady markers (or equal) to
identify all control wires at the point where they connect to the control equipment or
to the terminal blocks. Identification markings designated in the Drawings shall be
followed. Each marker shall be securely tied to the proper wire by a nonmetallic cord.
2. High voltage conductors shall be identified in every manhole with identification
markers indicating voltages, phase and feeder number.

B. Labels: The Contractor shall provide 2-inch high black on yellow adhesive markers (as
manufactured by Almetech Industries or equal) for identifying regulators, breakers, and
distribution and control relay cases, as designated by and approved by the COTR. The
Contractor shall also mark the correct circuit designations in accordance with the wiring
diagram on the terminal marking strips which are a part of each terminal block.

3.9 INSPECTION:

A. Inspect all cables, wiring, connection and splices to obtain assurance that the installation is in
accordance with Advisory Circulars, National Electrical Code, and local codes.

B. Check the input voltage at the power and control circuits to determine that the voltage is
within limits required for the proper equipment operation. Select the proper voltage top on
equipment where tops are provided. Check fuses and circuit breakers to determine the proper
ratings.

CONSTANT CURRENT REGULATORS 262506-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3.10 TESTING:

A. The Contractor shall furnish all necessary equipment and appliances for testing the equipment
after installation. The Contractor shall test and demonstrate to the satisfaction of the COTR
the following:

1. All lighting power and control circuits are continuous and free from short circuits.
2. All circuits are free from unspecified grounds.
3. The insulation resistance to ground of all non-grounded conductors of series circuits
is not less than 200 megohms at 2500 volts DC.
4. All circuits are operable. Tests shall be conducted that include operating each control
not less than 10 times and the continuous operation of each lighting and power circuit
for not less than three (3) hours. Furthermore, the new system shall then be operated
by the FAA controllers from the control tower for a period of 48 hours to test the
equipment. During this period the lights will be turned on and off and to the
brightness steps selected by the controllers. Prior to acceptance of the work, any
defects shall be corrected. Tests and any work related hereto are incidental to items
of work. .

3.11 OPERATING MANUALS:

A. Operating manuals shall be submitted for all principal items of electrical equipment. The
submittal of manuals shall be prior to final acceptance. The manuals shall be complete with
operational and repair part data on all component devices in the principal equipment for
which the manuals are submitted. The Contractor shall also provide to the COTR's authorized
representative instructions in the operation and maintenance of the systems at such times as
directed by the COTR.

3.12 MODIFICATIONS TO THE ALCS:

A. Modifications to the airfield lighting control system (ALCS) shall be made by the system
fabricator (CIM Assoc,) or as approved by the fabricator. Modifications to the ALCS shall
provide full control and monitoring as required by FAA AC 150-5340-28, Low Visibility
Lighting. Graphic changes shall be made consistent with control for other lighting systems,
and as approved by ATCT personnel. Contractor shall provide all the cabling and wiring,
current transformers, traducers, enclosures and shall terminate all wiring as approved by the
system fabricator. (See Specification Section 268750 for additional detail.)

PART 4 - CONTRACTOR QUALITY CONTROL

4.1 FIELD QUALITY CONTROL

A. Engage a Testing Agency as defined by OSHA in 29 CFR 1910.7 or a member company of


the InterNational Electrical Testing Association and that is acceptable to authorities having
jurisdiction.

B. Perform Testing as required in Division 26, Section “Electrical Testing Requirements”.

CONSTANT CURRENT REGULATORS 262506-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

PART 5 – METHOD OF MEASUREMENT AND BASIS OF PAYMENT

A. Provision and installation of 30KW regulator shall include furnishing and installing the regulator,
medium voltage power cable, low voltage control cable, conduit, support, grounding and
connection to medium voltage bus and medium voltage airfield lighting system, testing and burn-
in, all labor associated with furnishing and installing the regulator and all incidentals required to
complete the installation, complete and ready for operation to the satisfaction of the Engineer.

1. Payment shall be made at the contract unit price per each regulator, labor, equipment,
tools and incidentals required to complete this item.

B. Payment will be made under:

Item No. Pay Item Pay Unit

262506.1 Furnish and Install 30KW Regulator Each

END OF SECTION 262506

CONSTANT CURRENT REGULATORS 262506-8


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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. Inlet Protection shall be measured per each completed in accordance with the plans and
provisions of this item and accepted by COTR. Silt Fence included in inlet protection
shall not be measured separately, but shall be considered part of the inlet protection item.

2. Storm Water Pollution Prevention shall be measured by the lump sum.

3. Dewatering filter bag shall not be measured separately, but if needed, shall be considered
incidental to Storm Water Pollution Prevention.

STORM WATER POLLUATION PREVENTION PLAN 312514-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

4. Temporary seeding placed at the Soil Bank Site to cover excavated material disposed of
at the site shall not be measured for payment but shall be incidental to the associated
removal or excavated item.

D. Payment Procedures

1. The accepted quantities of inlet protection will be paid for at the contract unit price per
each, complete in place.

2. 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.

Payment will be made under:

Item 312514-1.1 – Inlet Protection – per each

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.

STORM WATER POLLUATION PREVENTION PLAN 312514-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

STORM WATER POLLUATION PREVENTION PLAN 312514-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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;

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.

STORM WATER POLLUATION PREVENTION PLAN 312514-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

6) Not Used.

7) The SPPP shall include a drum and container management plan. The plan
shall describe the methods and location for the containment, protection, and

STORM WATER POLLUATION PREVENTION PLAN 312514-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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

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-

STORM WATER POLLUATION PREVENTION PLAN 312514-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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


STORM WATER POLLUATION PREVENTION PLAN 312514-7
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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 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.
STORM WATER POLLUATION PREVENTION PLAN 312514-8
Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

6. Non-Storm water 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

STORM WATER POLLUATION PREVENTION PLAN 312514-9


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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.

STORM WATER POLLUATION PREVENTION PLAN 312514-10


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

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.

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 POLLUATION PREVENTION PLAN 312514-11


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

APPENDIX I

STORM WATER POLLUATION PREVENTION PLAN 312514-12


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

SPPP INSPECTION CHECKLIST

Proper Proper Housekeeping Potential Discharge:

BMP Installation Operation Practices Hazard Stormwater Effectiveness

Yes, No. or NA Yes or No Good-Poor Yes or No Non-storm water of BMP Observations Comments

1. Drainage Swale

STORM WATER POLLUATION PREVENTION PLAN 312514-13


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

Proper Proper Housekeeping Potential Discharge:

BMP Installation Operation Practices Hazard Stormwater Effectiveness

Yes, No. or NA Yes or No Good-Poor Yes or No Non-storm water of BMP Observations Comments

2. Gabion

3. Silt Fence

4. Dry Pond

5. Cattle Grate

6. Earth Dike

7. Sediment Trap

8. Hay Bale

9. Subsurface Drains

STORM WATER POLLUATION PREVENTION PLAN 312514-14


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

Proper Proper Housekeeping Potential Discharge:

BMP Installation Operation Practices Hazard Stormwater Effectiveness

Yes, No. or NA Yes or No Good-Poor Yes or No Non-storm water of BMP Observations Comments

10. Pipe Slope


Drains

11. Level
Spreaders

12. Storm Drain


Inlet Protection

13. Reinforced Soil


Retaining Basins

14.Temporary or
Permanent
Sediment Basins

15. Construction
Rock Entrance

STORM WATER POLLUATION PREVENTION PLAN 312514-15


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

Proper Proper Housekeeping Potential Discharge:

BMP Installation Operation Practices Hazard Stormwater Effectiveness

Yes, No. or NA Yes or No Good-Poor Yes or No Non-storm water of BMP Observations Comments

PART 5 - 16. Rock


Outlet
Protection

17. Secondary
Containment for
all ASTs

18. Evidence of oil,


fuel or other
material spills or
releases on site

19. Other BMPs

20. Other BMPs

STORM WATER POLLUATION PREVENTION PLAN 312514-16


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

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 POLLUATION PREVENTION PLAN


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

APPENDIX II

STORM WATER POLLUATION PREVENTION PLAN


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

Metropolitan Washington Airports Authority

Notice of Project Termination

For

Storm water 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 PMC's 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: Parsons Management Consultants

For IAD Projects

Parsons Management Consultants

23835 Wind Sock Drive

Chantilly, VA 20166

Attn: Project’s Resident Engineer

STORM WATER POLLUATION PREVENTION PLAN


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

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 POLLUATION PREVENTION PLAN


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

APPENDIX III

STORM WATER POLLUATION PREVENTION PLAN


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

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

STORM WATER POLLUTION PREVENTION 312514 - 6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B August 6, 2012
100% Submittal

END OF SECTION 312514

STORM WATER POLLUTION PREVENTION 312514 - 7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

SECTION 329200 – TURF PREPARATION, SEEDING AND SODDING

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 subsoil scarification, topsoil placement, application of soil amendments,
final grading, fertilizing, turf seeding, mulching, and initial irrigation for the areas indicated on
Drawings.

B. This Section also includes removing of topsoil from designated stockpiles, areas to be stripped
on the site or from approved sources off the site and subsequent transporting of topsoil to area
of placement on site.

C. Related Sections:

1. Division 20, Section “Excavation and Embankment” for finish grading requirements.

D. Topsoil shall be stockpiled for reuse in turf and grass areas.

1.3 SUBMITTALS

A. Submit the following to COTR in accordance with requirements of Division 01 Section,


"Submittals."

B. Certification of Grass Seed: Seed vendor's signed statement of turf seed analysis, certifying that
each lot of seed has been tested in accordance with requirements of the Commonwealth of
Virginia within the previous 6 months by a recognized independent seed testing laboratory.
This statement shall include:

1. Name and address of laboratory.


2. Date of analysis.
3. Origin and lot number for each type of seed variety.
4. Results of analysis, including, for each seed variety:

a. Botanical and common name (species and variety).


b. Percentage by weight of variety in overall mixture.
c. Percentage of purity.
d. Percentage of germination.

TURF PREPARATION, SEEDING AND SODDING 329200-1


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

e. Percentage by weight of weed content.


f. Percentage by weight of inert content.

C. Topsoil Analysis Report: Report of analysis by an Authority approved soil testing laboratory
stating percentages of silt, clay, sand and organic matter, soil pH, and the mineral and plant
nutrient content of soil. Report shall indicate suitability of topsoil for healthy, vigorous growth
of turf grasses. If not suitable, include recommended quantities for nitrogen, phosphorus,
potash, limestone, aluminum sulphate, or other soil amendments that shall be added to make
topsoil suitable.

D. Sod Analysis: Notify COTR of sod source, including name and telephone number of supplier,
and provide certification of seed mix of sod in accordance with sod certification requirements of
the Commonwealth of Virginia.

1.4 PROJECT CONDITIONS

A. Planting time: Sow permanent seed in all areas of project in periods between March 15 to May
15, or between August 15 and October 1 unless otherwise approved in writing by the COTR.

B. Maintenance period: Correlate planting with specified maintenance periods to provide required
maintenance from date of substantial completion.

1.5 SPECIAL PROJECT WARRANTY

A. Warranty turf areas through specified maintenance period and until final acceptance.

1.6 MEASUREMENT AND PAYMENT

A. The quantity of seeding to be paid to the Contractor, shall be the number of completed and
accepted acres, seeded and mulched, as measured on the ground surface.

B. The quantity of sodding to be paid for shall be the number of completed and accepted square
yards of sodding, measured on the ground surface.

C. Topsoil re-placement shall be considered incidental to topsoil stripping and shall not be paid
separately.

1.7 PAYMENT

A. “Seeding” payment shall be made at the contract unit price per acre. This price shall be full
compensation for furnishing and placing all materials including soil amendments, fertilizer,
grass seed mixture, mulch, all reconditioning of existing turf areas, protection and maintenance
and for all labor, equipment, tools and incidentals necessary to complete the work as described
in this item.

B. “Sodding” payment shall be made at the contract unit price per square yard. This price shall be
full compensation for furnishing and placing all materials including soil amendments, fertilizer,

TURF PREPARATION, SEEDING AND SODDING 329200-2


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

and sod, and for all labor, equipment, tools and incidentals necessary to complete the work as
described in this item.

Payment will be made under:

Item 329200-1.1 Seeding – per acre


Item 329200-1.2 Sodding – per square yard

PART 2 - PRODUCTS

2.1 NOT USED

2.2 SOIL AMENDMENTS

A. Lime: Natural limestone, conforming to requirements of ASTM C 602, and containing at least
85 percent of total carbonates ground to such fineness that at least 90 percent passes a 10-mesh
sieve and at least 50 percent passes a 100-mesh sieve.

1. Provide lime in form of dolomitic limestone.

B. Peat Humus: Finely divided or granular texture and with pH of 6.0 to 7.5 composed of moss
peat (other than sphagnum), peat humus, or reed-sedge peat.

2.3 FERTILIZER

A. Complete, 10-20-10 commercial fertilizer of neutral character, with some elements derived
from organic sources, conforming to requirements of Federal Specification O-F-241d and
applicable laws of the Commonwealth of Virginia. Fertilizer to provide nitrogen in a form that
will be available during initial period of turf growth.

2.4 GRASS SEED MIXTURE

A. Grass Seed: Provide fresh, clean, new-crop seed complying with tolerance for purity and
germination established by Official Seed Analysts of North America for lawn grasses. Seeds
included in the mix shall be listed in the most current version of the Virginia Turfgrass Variety
Recommendations. Seed mixtures shall be a blend of three standard varieties with no dwarf and
shall consist of the following (by weight):

100 % Tall Fescue

TURF PREPARATION, SEEDING AND SODDING 329200-3


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

2.5 SOD

A. Machine-cut, strongly rooted, certified turfgrass sod, at least 2 years old and free of weeds and
undesirable native grasses. Provide sod capable of vigorous growth and development when
planted (viable, not dormant) and complying with the following requirements:

1. Type: Kentucky Bluegrass (Poa pratensis).

B. Sod Pad Size: Uniform thickness of 5/8 inch, plus or minus 1/4 inch, measured at time of
cutting and excluding top growth and thatch. Provide in supplier's standard size of uniform
length and width with maximum 5 percent allowable deviation in either length or width.
Broken or torn pads or pads with uneven ends are not acceptable.

C. Sod Strength: Provide sod pads capable of supporting their own weight and retaining size and
shape when supplier's standard size pad is suspended vertically from a firm grasp on upper 10
percent of the pad.

2.6 MULCH

A. Seed Mulch: Peat moss in natural, shredded, or granulated form, of fine texture, with a pH of
4.0 to 6.0 and a water absorbing capacity of 1,100 to 2,000 percent.

PART 3 - EXECUTION

3.1 SOIL PREPARATION

A. Limit preparation to areas that will be planted within 72 hours.

B. Till sub grade to a minimum depth of 6 inches. Remove stones exceeding 2 inches in any
dimension and sticks, roots, rubbish, and other extraneous matter including gravel or other
inorganic deposits in excess of 4 stones per square foot (average).

1. Immediately after initial tilling, remove existing grass clumps, vegetation, and turf.
Dispose of such material outside of Owner's property; do not turn over into soil being
prepared for turfs.
2. Maintain grades in a true and even condition where grades to be provided with topsoil
have been established by others.
3. Where grades have not yet been established, smooth-grade the areas to the prescribed
elevations indicated and leave in a condition that is properly compacted and evenly
graded to prevent formation of low areas where water may pond.

C. Spread topsoil mixture to depth required meeting thickness, grades, and elevations shown, after
light rolling and natural settlement.

1. Provide minimum depth of 2 inches (50 mm) after compaction, unless otherwise
indicated. Do not spread if either topsoil material or sub grade is frozen.
2. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials
harmful or toxic to plant growth.

TURF PREPARATION, SEEDING AND SODDING 329200-4


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3. Allow for sod thickness in areas to be sodded.

D. Add soil amendments to top surface of topsoil at rates specified and spread initial fertilizers at
rate of 1500 lbs. per acre of topsoil.

1. Mix lime with dry soil before mixing in fertilizer.


2. Mix thoroughly into top 4 inches of topsoil prior to fine-grading.
3. Do not mix fertilizer with topsoil more than 72 hours in advance of seeding or sodding
operations.
4. Till soil to a homogenous mixture of fine texture, free of lumps, clods, stones, roots, and
other extraneous matter.

E. Fine-grade to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove
ridges, and fill depressions to meet finish grades. After compaction rolling, leave surfaces at
prescribed grades with uniform slope to drain and free from low areas where water might pond.
Limit fine-grading to areas that can be planted within 72 hours. Remove trash, debris, stones
larger than 2 inches in diameter, and other objects that may interfere with planting or
maintenance operations.

F. Promptly remove topsoil or other materials falling on pavement as result of hauling or spreading
of topsoil.

3.2 HYDROSEEDING

A. Mix specified seed, fertilizer, and pulverized mulch in water, using equipment specifically
designed for hydroseed application. Continue mixing until uniformly blended into homogenous
slurry suitable for hydraulic application.

B. Apply slurry uniformly to all areas to be seeded. Rate of application as required obtaining seed
application rate equivalent to 6 pounds per 1000 sq. ft. (260 lbs. per acre).

3.3 SODDING

A. Sodding shall be placed around the inlets in turf and within 3 feet of the new edge of pavement.

B. Lay sod within 24 hours of stripping. Do not lay dormant sod or if ground is frozen.

C. Lay sod to form solid mass with tightly fitted joints. Butt ends and sides of sod strips; do not
overlap. Stagger strips to offset joints in adjacent courses. Work from boards to avoid damage
to sub grade or sod.

D. Tamp or roll lightly to ensure contact with sub grade. Work sifted soil into minor cracks
between pieces of sod; remove excess to avoid smothering adjacent grass.

E. The contractor shall secure sod from movement by water and jet blast. As a minimum, all sod
shall be stapled as indicated. The gauge of the staple shall be sized to accommodate soil
conditions and staple length. The staples shall be driven flush with the surface of the sod.

TURF PREPARATION, SEEDING AND SODDING 329200-5


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

3.4 RECONDITIONING EXISTING TURF AREAS

A. Recondition turf areas where settlement or washouts occur or where minor re-grading is
required.

B. Recondition existing turf areas damaged by Contractor's operations including storage of


materials or equipment and movement of vehicles.

C. Provide fertilizer, seed or sod, and soil amendments same as specified for new turf areas and as
required to provide healthy stand of grass in reconditioned areas. Provide new topsoil as
required to fill low spots and meet required finish grades.

D. Remove diseased or unsatisfactory grass clumps; do not bury into soil. Remove topsoil
containing foreign materials resulting from Contractor's operations including oil drippings,
stone, gravel, and other construction materials; replace with new topsoil.

E. Where substantial turf remains (but is thin), mow, rake, aerate if compacted, fill low spots,
remove humps, cultivate soil, apply lime, fertilizer, and sow specified seed at rate indicated.
Remove weeds before seeding. If weeds are extensive, apply selective chemical weed killers as
required. Apply seedbed mulch, if required, to maintain moist condition.

F. Water newly planted areas and keep moist until new grass is established.

3.5 PROTECTION

A. Erect barricades and warning signs as required to protect newly planted areas from traffic.
Maintain barricades throughout the maintenance period. Maintain barricades until a substantial
and healthy stand of grass is established.

B. Take necessary precautions as required to avoid damage to existing plants, turf, and structures.

3.6 MAINTENANCE

A. Obtain the services of a professional lawn and landscape firm to provide the required
maintenance services of this Article. Do not use Contractor’s own forces to accomplish this
maintenance.

B. Begin maintenance of grass areas immediately after each area is planted and continue for the
periods required to establish acceptable stand of turf grass, but no less than the following:

1. Seeded areas, at least 60 days, after date of Substantial Completion.

a. If seeded in fall after September 1, provide minimum of 30 days maintenance in


fall, and provide a minimum of 45 additional days continuing maintenance during
following spring until acceptable turf is established.

2. Sodded areas, at least 30 days after date of Substantial Completion.

TURF PREPARATION, SEEDING AND SODDING 329200-6


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Maintain turf areas by watering, fertilizing, weeding, mowing, trimming, and other operations
such as rolling, re-grading, and replanting as required to establish a smooth, acceptable turf, free
of eroded or bare areas.

D. Re-mulch with new mulch in areas where mulch has been disturbed by wind or maintenance
operations sufficiently to nullify its purpose. Anchor as required preventing displacement.
Straw mulch shall not be used.

E. Replant bare areas with same materials specified for new turf.

F. Watering: Provide and maintain temporary piping, hoses and watering equipment to convey
water from Authority's water source(s) location indicated and to keep turf areas uniformly moist
as required for proper growth. Design temporary watering system to provide a minimum of 3/4
inch of water per day.

1. Lay out temporary watering system and arrange watering schedule to prevent puddling,
water erosion, and displacement of seed or mulch. Lay out temporary watering system to
avoid necessity of walking over muddy or newly seeded areas.
2. Begin watering immediately. Water on a daily basis for the following 10 days. Apply
water uniformly, providing coverage over entire site nominally equivalent to 3/4 inches
of rainfall per day. Reduce rate to nominal 1/2 inch of water per day after 5 days.
3. At end of initial 10-day period, remove temporary irrigation system. Continue watering
with conventional sprinkler watering system on an as-needed basis.
4. Watering of areas within Runway/Taxiway/Apron Safety Zones shall be coordinated with
COTR and Airport Operations. Watering of these areas shall be done during hours of
restricted aircraft activity.

G. Mow grass as soon as there is 3 - 4 inches of top growth, cut grass with the mower blades set at
1-1/2" to 2" height. Repeat mowing as required to maintain specified height.

1. Remove no more than 40 percent of grass leaf growth in initial or subsequent mowings.
Do not delay mowing until grass blades bend over and become matted. Do not mow
when grass is wet. Time initial and subsequent mowings to maintain following grass
heights.

a. Mow grass from 1-1/2 inches to 2 inches high. Do not mow to less than 1-1/2
inches.

2. Apply second fertilizer application after first mowing and when grass is dry. Use
fertilizer that will provide at least 1.0 lb. of actual nitrogen per 1,000 sq. ft. of turf area.

3.7 ACCEPTANCE

A. When work is substantially completed, including maintenance, COTR will, upon request, make
an inspection to determine acceptability.

B. Turf work may be inspected for acceptance in parts agreeable to the COTR, provided work
offered for inspection is complete, including maintenance.

TURF PREPARATION, SEEDING AND SODDING 329200-7


Washington Dulles International Airport IA1103
Taxiway Y Reconstruction at Taxiway B September 17, 2012

C. Replant rejected work and continue specified maintenance until re-inspected by COTR and
found to be acceptable.

D. Seeded areas will be acceptable provided requirements, including maintenance, have been met
and healthy, uniform close stand of specified grass has been established with an average of one
healthy grass plant per square inch, free of weeds, with no bare spots in excess of 5 inches in
diameter, and free of surface irregularities.

E. Sodded areas will be acceptable provided requirements, including maintenance, have been met
and healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open
joints, bare areas, and surface irregularities.

3.8 CLEANUP

A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of
vehicles before leaving site to avoid tracking soil onto surface of paved areas.

B. Maintain all areas neat and clean during seeding operations. On a daily basis, remove excess
materials and debris to site location designated by COTR. At completion of Work, remove all
such materials from site and dispose of in a legal manner.

C. Restore any damage caused by seeding operations to original condition.

D. Remove all staples from sodded areas, upon acceptance.

END OF SECTION 329200

TURF PREPARATION, SEEDING AND SODDING 329200-8

You might also like