REPAIR IN-PAVEMENT HIGH SPEED TAXIWAY CENTERLINE

advertisement
SPECIFICATIONS
WASHINGTON DULLES INTERNATIONAL AIRPORT
Washington, D.C.
REPAIR IN-PAVEMENT HIGH SPEED TAXIWAY
CENTERLINE LIGHT TRENCH, RUNWAY 1R-19L
PROJECT NO. IA1003
Prepared for:
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
Washington, D.C. 20001
Prepared by
CRAWFORD, MURPHY & TILLY, INC.
July 9, 2010
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
TABLE OF CONTENTS
PROFESSIONAL SEALS
DIVISION 00 - CONDITIONS OF THE CONTRACT
00 73 00
Supplementary Conditions
DIVISION 01 - GENERAL PROVISIONS
01 10 00
01 22 00
01 22 10
01 29 00
01 31 00
01 32 00
01 32 33
01 33 00
01 40 00
01 42 00
01 50 00
01 60 00
01 71 13
01 71 14
01 73 00
01 77 00
01 78 39
Summary
Unit Prices
Measurement and Payment
Application for Payment
Project Management and Coordination
Construction Progress Documentation
Photographic Documentation
Submittals
Quality Requirements
References
Temporary Facilities and Controls
Product Requirements
Mobilization and Demobilization
Maintenance and Protection of Air Traffic During Construction
Execution
Project Closeout
Project Record Documents
DIVISION 20 – FAA SPECIFICATIONS
P-152
P-209
P-221
P-501
P-510
P-605
P-606
P-610
P-620
P-621
L-108
L-110
L-125
L-130
Excavation and Embankment
Crushed Aggregate Base Course
Choke Stone Interlayer
Portland Cement Concrete Pavement
Rigid Pavement Repair
Joint Sealing Filler
Adhesive Compounds, Two-Component, For Sealing Lights In Pavement
Structural Portland Cement Concrete
Pavement Marking
Pavement Marking Removal
Installation of Underground Cable for Airports
Installation of Airport Underground Electrical Duct
Installation of Airport Lighting Systems
Electrical Removals
DIVISION 26 – ELECTRICAL
26 00 11
26 05 53
Electrical Testing Requirements
Electrical Identification
DIVISION 31 – _EARTHWORK
31 25 14
Storm Water Pollution Prevention Plan
TABLE OF CONTENTS
TOC - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
RONALD REAGAN WASHINGTON NATIONAL AIRPORT
Washington, D.C.
REPAIR IN-PAVEMENT HIGH SPEED TAXIWAY CENTERLINE
LIGHT TRENCH, RUNWAY 1R-19L
PROJECT NO. IA1003
CRAWFORD, MURPHY & TILLY, INC.
Crawford, Murphy & Tilly Responsibility for Specifications Include:
DIVISION 00 - CONDITIONS OF THE CONTRACT
00 73 00
Supplementary Conditions
DIVISION 01 - GENERAL PROVISIONS
01 10 00
01 22 00
01 22 10
01 29 00
01 31 00
01 32 00
01 32 33
01 33 00
01 40 00
01 42 00
Summary
Unit Prices
Measurement and Payment
Application for Payment
Project Management and Coordination
Construction Progress Documentation
Photographic Documentation
Submittals
Quality Requirements
References
PROFESSIONAL SEAL
PS-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
01 50 00
01 60 00
01 71 13
01 71 14
01 73 00
01 77 00
01 78 39
IA1003
July 9, 2010
Temporary Facilities and Controls
Product Requirements
Mobilization and Demobilization
Maintenance and Protection of Air Traffic During Construction
Execution
Project Closeout
Project Record Documents
DIVISION 20 – FAA SPECIFICATIONS
P-152
P-209
P-221
P-501
P-510
P-605
P-610
P-620
P-621
Excavation and Embankment
Crushed Aggregate Base Course
Choke Stone Interlayer
Portland Cement Concrete Pavement
Rigid Pavement Repair
Joint Sealing Filler
Structural Portland Cement Concrete
Pavement Marking
Pavement Marking Removal
DIVISION 31 – _EARTHWORK
31 25 14
Storm Water Pollution Prevention Plan
PROFESSIONAL SEAL
PS-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 007300 — SUPPLEMENTARY CONDITIONS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, and other Division 01 Specification
Sections, apply to this Section.
SUMMARY
A.
1.3
The articles and paragraphs of this Section represent supplements or additions to the Contract
Provisions or the Special Provisions.
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.
2.
3.
4.
1.4
MWAA Pavement Maintenance Contract
MWAA Airfield Lighting Maintenance
MWAA Airfield Marking Maintenance
Runway Status Light Installation
PERMITTING
A.
1.5
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.
MAINTENANCE OF PEDESTRIAN AND VEHICULAR TRAFFIC
A.
Maintain adequate pedestrian and vehicular traffic flow and safety along the service roads,
sidewalks, parking lots and other roadways on Airport property. In addition, this requirement
applies to crossroads, approaches, and entrances affected by or made necessary by the Work.
Coordinate activities throughout the project in a manner that allows emergency access, without
delays to emergency response vehicles, to all areas of the Project that are occupied by
employees.
B.
Prior to starting construction operations affecting pedestrian, vehicular, or aircraft traffic
movement, submit and obtain the COTR's written approval of a Traffic Maintenance Plan.
Develop plan in accordance with the safety requirements of the FAA, Airport Operations, and
the Commonwealth of Virginia Department of Transportation’s “Manual of Uniform Traffic
SUPPLEMENTARY CONDITIONS
007300 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Control Devices”. Utilize the form indicated in the latest edition of the Virginia Department of
Transportation’s “Virginia Work Area Protection Manual – Standards and Guidelines”.
C.
Provide and maintain temporary signage, "Jersey barriers," and such other traffic control
devices or personnel as required complying with approved Traffic Maintenance Plan.
D.
Maintain the construction operations affecting pedestrian, vehicular, or aircraft traffic
movement from the beginning of construction operations until final acceptance of the project.
The maintenance shall constitute continuous and effective work prosecuted day by day with
adequate equipment and forces to the end of project to ensure that roadways and structures are
maintained in satisfactory condition at all times, including barricades and warning signs as
necessary for performance of the work.
E.
Keep the portions of the project being used by public, pedestrian, aircraft, [mobile lounges] and
vehicular traffic, whether it is through or local traffic, in such condition that traffic will be
adequately accommodated. Remove snow and control all ice within the project boundaries.
Removal of snow and ice for the benefit of the traveling public will be performed by the
Authority. Bear all cost of maintenance work during construction and before the project
receives a Certificate of Occupancy for constructing and maintaining approaches, crossings,
intersections and other features as may be necessary.
F.
Keep the portions of the road and aircraft pavement surfaces being used by the public free from
irregularities, obstructions, mud, dirt, snow, ice, and any characteristic that might present a
hazard or annoyance to traffic in such condition that traffic will be adequately accommodated.
Maintain a vacuum/sweeper and flusher truck at the site at all times to clean roadway and
aircraft surfaces affected by construction traffic at the request of Airport Operations or the
COTR. `
1.6
AIRFIELD AND TERMINAL BUILDING OPERATIONAL REQUIREMENTS
A.
B.
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.
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.
2.
3.
4.
Passenger enplaning and deplaning.
Passenger baggage deposit/retrieval.
Passenger ticketing operations.
Food/Concession services.
SUPPLEMENTARY CONDITIONS
007300 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
5.
6.
C.
IA1003
July 9, 2010
Ground transportation arrivals/departures.
Maintenance, custodial and support activities.
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
NOT USED.
1.8
ENVIRONMENTAL PROTECTION
A.
Comply with all Federal, state and local laws and regulations controlling pollution of the
environment. Take necessary precautions to prevent pollution of streams, rivers, lakes, ponds,
and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent
pollution of the atmosphere from particulate and gaseous matter.
B.
Notify COTR immediately in the event that abnormalities, discolorations, odors, oil, or other
signs of potential contamination by hazardous materials are encountered during excavation or
other construction activities. Follow with written notice within 24 hours, indicating date, time,
and location of potential contaminants encountered. The COTR will provide further direction to
Contractor regarding disposition of materials encountered.
C.
All painted surfaces are assumed to contain lead-based paint. The Contractor shall maintain the
necessary health and safety requirements for all personnel in accordance with OSHA
regulations to work in these conditions. The removal and disposal of lead-based paint is part of
this contract.
D.
Aircraft deicing fluids will be encountered in the water (including utility manholes) and in the
soils. Concentrations of aircraft deicing fluids in water and soils will range from non-detect to
saturation. Aircraft deicing fluids are propylene based Type I and Type IV fluids. The fluids
emit an unpleasant odor when the breakdown (biodegradation) is occurring. Follow OSHA
requirements while working in aircraft deicing impacted areas. Coordinate with the COTR for
obtaining Material Safety Data Sheet (MSDS) for aircraft deicing fluids.
E.
Petroleum contaminated soils and water may be encountered during the construction of this
project. Petroleum impacted soils range from saturated to 1.0 ppm. Petroleum impacted water
ranges from free product to “non - detect.” Maintain the necessary health and safety
requirements for all personnel in accordance with OSHA regulations.
1.
Do not use petroleum-contaminated soils as backfill around new piping or utilities.
Transport petroleum contaminated soils to a location identified by the COTR. Place the
contaminated soils on two layers of reinforced 6 mil plastic sheeting, install and maintain
sediment and erosion controls, and adequately cover the stockpile to prevent water
infiltration.
SUPPLEMENTARY CONDITIONS
007300 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.9
IA1003
July 9, 2010
ARCHAEOLOGICAL AND HISTORICAL FINDINGS
A.
1.10
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.
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.
D.
Establish and maintain the security of Contractor’s staging areas, equipment and materials.
SUPPLEMENTARY CONDITIONS
007300 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
No knives will be permitted in the sterile areas.
H.
No firearms or weapons of any type are allowed on the airport.
I.
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.
J.
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.
1.
2.
E.
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.
For long-term taxiway closures, clearly mark, light, and barricade the taxiway closures
and haul routes in accordance with FAA and Airport Operations requirements.
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.
SUPPLEMENTARY CONDITIONS
007300 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
A.
1.14
PORTABLE LIGHTING
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.
RADIO COMMUNICATIONS
A.
Provide two-way radio communication between certain of the Contractor’s personnel on the job
site. Provide radios with a minimum of 5 watts transmitting power. Select the frequency
utilized for these transmissions. Submit proposed frequencies to COTR for approval in writing
by the COTR. Frequencies shall not conflict with or overlay any of the Airports radio
frequencies.
B.
Provide, at a minimum, the following with radio equipment: The Project Superintendent,
Foreman of all work groups physically separated from the general vicinity of the Project
Superintendent, gate guards, and others who may be working in a separate and remote area.
Provide two additional radios with the same frequencies to PMC for use by the COTR and the
Lead Inspector.
C.
Provide two-way radios capable of operating on both the "Ground" and "Ramp" frequencies for
work adjacent to or affecting taxiways, Mobile Lounge roads, or Mobile Lounge docking areas.
Such radios shall be either a handheld programmable type capable of operating off of vehicle
power and antenna or a vehicle-mounted type, which operates solely off of the vehicle’s power,
SUPPLEMENTARY CONDITIONS
007300 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
and antenna. Provide radios that provide a minimum of 3 watts transmitting power. Provide
radios of sufficient power to communicate with the appropriate controller.
1.15
A.
SPECIAL AUTHORITY CONSULTANT
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.
2.
3.
4.
5.
B.
1.16
PMC will provide administrative support during design, solicitation, and construction.
PMC will coordinate Contractor requests for technical information and receive, review
and manage all Contractor submittals.
PMC has reviewed technical submittals during design, including drawings, specifications,
cost estimates, construction phasing plans, and technical reports.
PMC will be responsible for review of technical submittals during construction, including
selected shop drawings, certifications, test reports, calculations and samples.
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.
All other contract management is the sole responsibility of the Authority.
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.
C.
Safety Engineer.
a.
Duties: Outlined in The Authority Construction Safety Manual.
b.
Qualifications: Outlined in The Authority Construction Safety Manual.
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
SUPPLEMENTARY CONDITIONS
007300 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
confirming the qualifications and personal references of contacts for verification shall also be
required.
D.
Provide safe and healthful working conditions on each operation at all times during execution
the work of this Contract. Conduct the various operations connected with the Work so that they
will not be injurious to safety or health. Comply with all provisions, regulations and
recommendations issued pursuant to the Occupational Safety and Health Act of 1970 and the
Construction Safety Act of 1969, as well as amendments to these laws. Comply with laws,
rules and regulations of other authorities having jurisdiction, with regard to all matters relating
to the safety and health of workers and the general public. Compliance with government
requirements is mandated by law and considered only a minimum level of safety performance.
Perform all work in accordance with best safe work practices recognized by the construction
industry. Stop work whenever a work procedure or a condition at a work site is deemed unsafe
by the either of the following individuals: COTR, Program Safety Manager (PSM), the
Contractor’s Project Manager, the Contractor’s Foreman, or the Contractor’s Safety
Engineer(s).
E.
Provide a full-time on-site Contractor Safety Engineer for the duration of this Contract with no
other duties assigned. The Safety Engineer shall be responsible for all safety and health
requirements as included herein and as required by the Authority’s Construction Safety Manual.
F.
The contractor shall submit the resumes of all proposed safety and health professionals who
shall serve in the role of Contractor’s Safety Engineer(s) to the COTR for approval. The
resumes shall include, but not be limited to such items as: work experience, education, safety
and health training completed, memberships in professional associations, professional
certifications, professional registrations, and professional references confirming the
qualifications shall also be required. Documentation confirming the qualifications and personal
references of contacts for verification shall also be required.
G.
Comply with all requirements set forth in the Authority's "Construction Safety Manual."
Provide during the Work the services of Safety Engineer(s) as outlined in the Authority’s
“Construction Safety Manual” and in Division 01 Section “Quality Requirements”. The Safety
Engineer shall undertake the duties and responsibilities as stated in the Authority's
"Construction Safety Manual".
H.
Prior to start of construction activities in the Air Operations Area (AOA), the Contractor's
Safety Engineer(s) shall tour the AOA with the Authority Safety Program Manager.
I.
Flagmen Training: The Authority will sponsor Flagman training sessions. Contractor's
personnel who will be assigned flagmen duties on the Airport for this project shall attend
training sessions.
J.
Fire Safety: Conform to the following requirements:
1.
2.
3.
Obtain a permit to perform any welding, cutting, or hot work from the Office of the
Authority Fire Marshal.
Ensure adequate access to all construction areas for emergency response.
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.
SUPPLEMENTARY CONDITIONS
007300 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4.
5.
6.
IA1003
July 9, 2010
Remove combustible debris from the site daily.
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.
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
Scope of work performed by Contractor, including proposed duration of work.
Possible safety problems (job hazard analysis program).
Work control measures.
Limitations on equipment height.
Location of airport operational areas.
Location of and access to stockpiled construction materials and equipment.
Inspection requirements.
Trenches and excavations, and cover requirements.
Threshold marking and lighting.
Closed runway marking.
Vehicle operation and pedestrian access in airport movement areas.
Construction site access and haul roads, includes maintenance of and keeping open ARFF
access routes.
Limitations on construction.
Radio communications.
Foreign object debris (FOD) control provisions.
Hazardous materials (HAZMAT) management.
Wildlife abatement.
NOTAM issuance.
Vehicle identification.
Vehicle parking.
Use of temporary visual aids.
Obstacle-free zones (OFZ).
Approach clearance to runways.
Runway and taxiway safety areas.
SUPPLEMENTARY CONDITIONS
007300 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
25.
26.
27.
28.
29.
P.
1.17
IA1003
July 9, 2010
Procedures and equipment, such as barricades (identify type) for closing portions of the
movement area.
Required compliance of contractor personnel.
Procedures for notification of aircraft rescue firefighting (ARFF) if deactivating water
lines or fire hydrants, or if emergency access routes are rerouted or blocked.
Emergency notification for fire, medical, and police response.
Coordination of plan with an FAA airport certification safety inspector.
Comply with sample safety plan as designated in the MWAA Construction Safety Manual.
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
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
A.
EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK
The offeror is expected to examine carefully the site of the proposed work, the proposal, plans,
specifications, solicitation provisions, contract provisions, special provisions and contract forms
before submitting a proposal. The submission of a proposal will be considered conclusive
evidence that the offeror has made such examination and is satisfied as to the conditions to be
encountered in performing the work as to the requirements of the Contract.
SUPPLEMENTARY CONDITIONS
007300 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.20
A.
IA1003
July 9, 2010
AIRPORT SECURITY/VEHICLE INSPECTION PROCEDURE
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.
2.
Vehicular gates for approved vehicles and individuals who hold appropriate and valid
airport access media and do not require escorts.
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.
2.
3.
4.
5.
6.
7.
F.
All vehicles are searched.
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.
The vehicle operator shall have in his or her possession a commercial manifest, which
identifies the contents of the vehicle and/or trailer.
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.
A vehicle search will be conducted and once cleared; vehicles will be permitted escorted
access to their delivery point.
Contractors should expect minor delays up at Gate A as a result of these security
provisions.
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.
Prior approval from the Manager of Airport Operations or his/her designated representative is
required for any exceptions to the above procedures.
SUPPLEMENTARY CONDITIONS
007300 - 11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 007300
SUPPLEMENTARY CONDITIONS
007300 - 12
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 011000 - SUMMARY
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section includes the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
B.
Related Sections include the following:
1.
1.3
Work covered by the Contract Documents.
Type of the Contract.
Work phases.
Work under other contracts.
Products ordered in advance.
Authority-furnished products.
Use of premises.
The Authority's occupancy requirements.
Work restrictions.
Specification formats and conventions.
Division 01 Section "Temporary Facilities and Controls" for limitations and procedures
governing temporary use of the Authority's facilities.
WORK COVERED BY CONTRACT DOCUMENTS
A.
Project Identification: Project consists of reconstructing the high-speed centerline light trench
for Taxiways K2 and K4, leading off of Runway 1R-19L. Reconstruction includes removal and
replacement of centerline light bases, fixtures and cables, and concrete-encased conduit.
1.
B.
Project Location: Washington Dulles International Airport.
Architect/Engineer Identification: The Contract Documents, dated July 9, 2010, were prepared
for Project by Crawford, Murphy & Tilly, Inc.
SUMMARY
011000 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
D.
For additional functions of Parsons Management Consultants, see "Supplementary
Conditions."
The Work consists of:
1.
2.
1.4
IA1003
July 9, 2010
The Work includes demolition, Portland cement concrete pavement, airfield electrical
lighting removal and replacement, and pavement marking.
For additional requirements for the examination of plans, specifications, and Project site
see Section "Supplementary Conditions."
TYPE OF CONTRACT
A.
1.5
Project will be constructed under a general construction contract.
WORK PHASES
A.
Conduct the Work in 2 phases.
1.
2.
Phase 1: Mobilize and Submittal Review. This includes the contractor’s mobilization
and submittal of required documents for review. Complete within 14 calendar days of
Notice to Proceed.
Phase 2: This work includes all the trench replacement work in the project, including
grooving, lighting and marking. Complete within 19 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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.6
IA1003
July 9, 2010
AUTHORITY-FURNISHED PRODUCTS
The Authority will furnish L-868 Light Base Cans and basic ring package.
A.
This Contract Work includes providing support systems to receive the Authority's equipment.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
B.
Authority furnished products:
1.
1.7
The Authority will arrange for and deliver Shop Drawings, Product Data, and Samples to
Contractor.
The Authority will arrange and pay for delivery of Authority-furnished items according
to Contractor's Construction Schedule.
After delivery, the Authority will inspect delivered items for damage. Be present for and
assist in the Authority's inspection.
If Authority-furnished items are damaged, defective, or missing, the Authority will
arrange for replacement.
The Authority will arrange for manufacturer's field services and for delivery of
manufacturer's warranties to Contractor.
The Authority will furnish Contractor the earliest possible delivery date for Authorityfurnished products. Using Authority-furnished earliest possible delivery dates, designate
delivery dates of Authority-furnished items in Contractor's Construction Schedule.
Review Shop Drawings, Product Data, and Samples and return them to COTR noting
discrepancies or anticipated problems in use of product.
Be responsible for receiving, unloading, and handling Authority-furnished items at
Project site.
Be responsible for protecting Authority-furnished items from damage during storage and
handling, including damage from exposure to the elements.
Repair Authority-furnished items that are damaged as a result of Contractor's operations,
repair or replace damaged items at Contractors expense.
Light Base Cans, FAA L-868 (load bearing), Size B (12” dia.), Class IB, 1-piece, 24”
deep, including a basic ring package to include: ¾” flange ring with pavement dam, 1
each ¼” spacer ring, 1 each 1/8” spacer ring, and 2 each 1/16 inch spacer ring.
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.
2.
3.
SUMMARY
Limits: Confine constructions operations to the areas indicated in the plans. <
Authority Occupancy: Allow for Authority occupancy of site and day-to-day use by
tenants, air carriers, and the public.
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.
011000 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
b.
B.
1.8
IA1003
July 9, 2010
Schedule deliveries to minimize use of driveways and entrances.
Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on-site.
Utilize areas designated for Contractor staging, storage, and parking, as indicated. For
additional requirements, see Section "Supplementary Conditions."
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."
1.9
CONTRACTOR HOURS OF OPERATION
A.
1.10
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.
SPECIFICATION FORMATS AND CONVENTIONS
Specification Format: With the exception of Federal Aviation Administration (FAA) standard
specifications and Virginia Department of Transportation standard specifications the
Specifications are organized into Divisions and Sections using the 33-Division format using the
CSI/CSC's "MasterFormat 2004" numbering system.
1.
SUMMARY
Section Identification: The Specifications use Section titles to help with crossreferencing in the Contract Documents. Sections in the Project Manual are in numeric
sequence; however, the sequence is incomplete as all available Sections and Section
011000 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
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.
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.
1.11
A.
MARKING UTILITY SERVICES
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
B.
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.
Electric power lines.
Natural gas lines.
Sanitary Sewers.
Storm Sewers.
FAA communications, signal, and security lines.
Runway lighting lines
Water supply piping.
Fuel Lines.
Telephone lines.
Data lines.
Underground Storage Tanks.
High Temperature Hot Water (HTHW) and chilled water lines.
Dedicated Fire System (DFS) lines.
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
SUMMARY
011000 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
(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.
2.
3.
SUMMARY
List of utility detection equipment along with product information and data sheets that
will be used specifically for this contract.
List of employee qualifications and résumés of those individuals who will be assigned
specifically to this contract.
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.
011000 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.12
A.
IA1003
July 9, 2010
UTILITY OUTAGES
Prior to any utility outage/interruption, prepare a schedule of such outage. Include in outage
schedule duration, identification of the service affected, temporary utility service to be
provided, identification of available service alternative, and the action to be taken in any
emergency. Apply for all outages of utility systems in writing. Fully coordinate outage
requests with COTR. Obtain approval in writing by COTR. Schedule all outages at least three
(3) weeks in advance with a 96-hour notification provided by the Contractor confirming date,
time, and duration. Outages will normally be scheduled to occur between the hours of 11:00 pm
and 5:30 am, Tuesday through Thursday.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 011000
SUMMARY
011000 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
Unit price is an amount proposed by offerors, stated on the Schedule as a price per unit of
measurement for materials or services added to or deducted from the Contract Price by
appropriate modification according to the Contract Provision Payments. -Construction
Contracts, Paragraph H, "Variation in Estimated Quantities," if estimated quantities of work
required by the Contract Documents are increased or decreased.
B.
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.
UNIT PRICES
012200 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
B.
Measurement and Payment: Refer to individual Specification Sections for work that requires
establishment of` unit prices. Methods of measurement and payment for unit prices are
specified in those Sections and in Division 01 Section "Measurement and Payment."
C.
The Authority reserves the right to reject Contractor's measurement of work-in-place that
involves use of established unit prices and to have this work measured, at the Authority's
expense, by an independent surveyor acceptable to Contractor.
D.
List of Unit Prices: A list of unit prices is included in Section III “Schedule” of the
Contract Documents Specification Sections referenced in the Schedule contain requirements
for materials described under each unit price.
1.
The Price Proposal Form can be found in Section III, "Schedule," of the Contract
Documents. If applicable, Specification Sections referenced in the Schedule contain
requirements for materials and methods described under each unit price.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 012200
UNIT PRICES
012200 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 012210 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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.
2.
3.
C.
Structures will be measured according to neat lines shown on the plans or as altered to fit
field conditions.
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.
In computing volumes of excavation, use the average end area method or other
acceptable method.
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.
MEASUREMENT AND PAYMENT
012210 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
2.
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.
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.
b.
E.
IA1003
July 9, 2010
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.
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.
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.
2.
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.
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.
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.
MEASUREMENT AND PAYMENT
012210 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
1.4
IA1003
July 9, 2010
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.
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.
2.
3.
4.
5.
C.
1.5
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator
and the inspector can safely and conveniently view them.
Scale installations shall have available 10 standard 50-lb weights for testing the weighing
equipment or suitable weights and devices for other approved equipment.
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.
Scales "overweighing" (indicating more than correct weight) will not be permitted to
operate, and all materials received subsequent to the last previous correct weighingaccuracy test will be reduced by the percentage of error in excess of one-half of 1
percent.
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.
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.
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:
MEASUREMENT AND PAYMENT
012210 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
3.
4.
5.
6.
IA1003
July 9, 2010
COTR accepts the manner in which the material has been stored at or on an approved
site.
Contractor provides COTR with acceptable evidence of quantity and quality of the
materials.
Contractor provides COTR with acceptable evidence that the material and transportation
costs have been paid.
Contractor provides the Authority legal title, free of liens or encumbrances of any kind, to
the material so stored and stockpiled.
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.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 012900 – APPLICATION FOR PAYMENT
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements necessary to prepare and
process Applications for Payment.
1.
B.
1.3
Coordinate the Schedule of Values and Applications for Payment with Contract CPM
Schedule, List of Subcontracts, and Submittal Log.
Related Sections include the following:
1.
Division 01 Section "Unit Prices" for administrative requirements governing use of unit
prices.
2.
Division 01 Section "Measurement and Payment" for administrative requirements
governing methods of measurement and determination of quantities of materials for use
with unit prices.
3.
Division 01 Section "Construction Progress Documentation" for administrative
requirements governing preparation and submittal of Contractor's Construction Schedule
and Submittals Schedule.
4.
Division 01 Section “Project Closeout” for submittal of items required before final
payment.
5.
Division 01 Section “Project Record Documents” for procedural requirements governing
the submission of Project Record Documents.
DEFINITIONS
A.
1.4
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.
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.
APPLICATION FOR PAYMENT
012900 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
b.
c.
d.
e.
2.
Submittals Schedule.
Contract CPM Schedule.
List of products.
List of principal suppliers and fabricators.
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.
B.
IA1003
July 9, 2010
On projects requiring cost-loaded CPM Schedules, the accepted cost loading will
satisfy the requirements for the Schedule of Values.
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.
b.
c.
d.
e.
f.
2.
Project name and location.
Name of COTR.
Name of Architect/Engineer.
The Authority’s Project number.
Contractor's name and address.
Date of submittal.
Arrange the Schedule of Values in tabular form with separate columns to indicate the
following for each item listed:
a.
b.
c.
d.
e.
f.
g.
Related Specification Section or Division.
Description of the Work.
Name of subcontractor.
Name of manufacturer or fabricator.
Name of supplier.
Contract Modifications (numbers) that affect value.
Dollar value.
1)
3.
Percentage of the Contract Price to nearest one-hundredth percent, adjusted
to total 100 percent.
Provide a breakdown of the Contract Price in enough detail to facilitate continued
evaluation of Applications for Payment and progress reports. Coordinate with the Project
Manual table of contents. Provide several line items for principal subcontract amounts,
where appropriate. Include separate line items under required principal subcontracts for
the following items. The value assigned to the total of these line items shall be 5 percent
of the Contract Price:
a.
b.
c.
d.
e.
f.
Testing and commissioning activities.
Operation and Maintenance manuals.
Punch list activities.
Project Record Documents.
Bonds and warranties.
Demonstration and training.
APPLICATION FOR PAYMENT
012900 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4.
5.
Round amounts to nearest whole dollar. Total shall equal the Contract Price.
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.
6.
7.
1.5
Differentiate between potential items stored on-site and items stored off-site.
Include evidence of insurance or bonded warehousing if required.
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.
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.
8.
IA1003
July 9, 2010
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.
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.
APPLICATION FOR PAYMENT
A.
Each Application for Payment shall be consistent with previous applications and payments as
certified by Contracting Officer and paid for by the Authority.
1.
Initial Application for Payment, Application for Payment at time of Substantial
Completion, and final Application for Payment involve additional requirements.
B.
Payment Application Times: Application for Payment shall coincide with CPM schedule
monthly update, or as otherwise indicated in the Agreement between the Authority and
Contractor. The period covered by each Application for Payment starts on the day following
the end of the preceding period and shall not exceed one calendar month, unless otherwise
approved by COTR.
C.
Payment Application Forms: Use forms provided by the Contracting Officer, but supplied by
COTR, for Application for Payment.
D.
Application Preparation: Complete every entry on form. Notarize and execute by a person
authorized to sign legal documents on behalf of Contractor. The Authority will return
incomplete applications without action.
1.
2.
E.
Entries shall match data on the Schedule of Values and Contractor's Construction
Schedule. Use updated schedules if revisions were made.
Include amounts of Contract Modifications issued before last day of construction period
covered by application.
Transmittal: Submit one original and four copies of Application for Payment to the address
indicated in the Section VII - Contract Provision, paragraph 04.B, each one signed and
notarized. Include waivers of lien and similar attachments if required.
APPLICATION FOR PAYMENT
012900 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
F.
2.
10.
11.
12.
13.
14.
15.
List of subcontractors.
Schedule of Values.
Contractor's Construction Schedule (preliminary if not final).
Schedule of unit prices.
Submittals Schedule (preliminary if not final).
List of Contractor's staff assignments.
List of Contractor's principal consultants.
Copies of building permits.
Copies of authorizations and licenses from authorities having jurisdiction for performance
of the Work.
Initial progress report.
Report of pre-construction conference.
Performance and payment bonds.
Initial settlement survey and damage report if required.
Submittal and approval of Contractor Safety Plan.
Subcontractor Payment Form: (Form J, "Contract Conditions," Section IX, "LDBE").
Monthly Application for Payment: Administrative actions and submittals that shall accompany
the submittal of Contractor's monthly Application for Payment include the following:
1.
2.
3.
4.
I.
The Authority reserves the right to designate which entities involved in the Work must
submit waivers.
Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to the
Authority.
Initial Application for Payment: Administrative actions and submittals that shall precede or
coincide with submittal of first Application for Payment include the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
H.
Transmit Applications for Payment with a transmittal form listing attachments and
recording appropriate information about application in a manner acceptable to Contracting
Officer.
Waivers of Mechanic's Lien: With Final Application for Payment, submit waivers of
mechanic's liens from subcontractors, sub-subcontractors, and suppliers.
1.
G.
IA1003
July 9, 2010
Subcontractor Payment Form.
Monthly Progress Report, prepared according to requirements specified in Division 01
Section "Construction Progress Documentation."
Evidence of payment for material on-site if reimbursement for such material is being
requested.
Update of Contract Record Documents.
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.
2.
3.
Include documentation supporting claim that the Work is substantially complete and a
statement showing an accounting of changes to the Contract Price.
This application shall reflect Certificates of Partial Substantial Completion issued
previously for Authority occupancy of designated portions of the Work, if applicable.
Advise COTR of change-over in security provisions.
APPLICATION FOR PAYMENT
012900 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
J.
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
7.
Evidence of completion of Project closeout requirements.
Insurance certificates for products and completed operations where required and proof
that taxes, fees, and similar obligations were paid.
Updated final statement, accounting for final changes to the Contract Price.
Evidence that claims have been settled.
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.
Final, liquidated damages settlement statement.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section includes administrative provisions for coordinating construction operations on
Project including, but not limited to, the following:
1.
2.
3.
4.
5.
General project coordination procedures.
Conservation.
Coordination drawings.
Administrative and supervisory personnel.
Project meetings.
a.
b.
c.
d.
e.
B.
Related Sections include the following:
1.
2.
1.3
Pre-award conference.
Pre-construction conference.
Pre-installation conference.
Progress meetings.
Partnering meetings.
Division 01 Section: "Execution" for the coordination of general installation and fieldengineering services, including establishment of benchmarks and control points.
Division 01 Section "Project Closeout" for coordinating Contract closeout.
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.
2.
3.
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.
Coordinate installation of different components with other contractors to ensure
maximum accessibility for required maintenance, service, and repair.
Where availability of space is limited, coordinate installation of different components to
ensure maximum performance and accessibility for required maintenance, service, and
repair of all components, mechanical, electrical, and otherwise. Contractor is cautioned
PROJECT MANAGEMENT AND COORDINATION
013100 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4.
B.
1.4
Preparation of Contractor's Construction Schedule.
Preparation of the Schedule of Values.
Installation and removal of temporary facilities and controls.
Delivery and processing of submittals.
Progress meetings.
Pre-installation conferences.
Start-up, check-out, and final acceptance of systems.
Project closeout activities.
Protection of existing and new work.
Conservation: Coordinate construction activities to ensure that operations are carried out with
consideration given to conservation of energy, water, and materials.
1.
E.
Prepare similar memoranda for COTR and separate contractors if coordination of their
Work is required.
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.
2.
3.
4.
5.
6.
7.
8.
9.
D.
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.
Make adequate provisions to accommodate items scheduled for later installation.
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.
C.
IA1003
July 9, 2010
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.
Temporary Utility Outages: Comply with requirements in Division 01 Section "Summary."
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.
2.
Indicate relationship of components shown on separate Shop Drawings.
Indicate all dimensions provided on Contract Drawings and make specific note of
dimensions that appear to be in conflict with submitted equipment, minimum clearance
requirements, amounts of equipment and material to be installed, or other requirements.
Provide alternate sketches for resolution of such conflicts to COTR for review. Minor
PROJECT MANAGEMENT AND COORDINATION
013100 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.
4.
5.
B.
dimension changes and difficult installations shall not be considered changes to the
Contract.
Indicate required installation sequences.
Comply with requirements contained in Division 01 Section "Submittals."
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.
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,
Soil Excavation Engineers, and other personnel in attendance at Project site along with
alternates. Identify individuals and their duties and responsibilities; list addresses and telephone
numbers, including home and office telephone numbers. Provide names, addresses, and
telephone numbers of individuals assigned as standbys in the absence of individuals assigned to
Project.
1.
1.5
IA1003
July 9, 2010
Post copies of list in Project meeting room, in temporary field office, and by each
temporary telephone. Keep the list current at all times.
REQUESTS FOR INFORMATION (RFIs)
A.
Procedure: Immediately on discovery of the need for interpretation of the Contract Documents,
prepare and submit an RFI in the form specified.
1.
RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor
will be returned with no response.
2.
Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's
work or work of subcontractors.
B.
Content of the RFI: Include a detailed, legible description of item needing interpretation and
the following:
1.
Contract Name
2.
Contract Number
3.
Date.
4.
Name of Contractor.
5.
Name of Resident Engineer
6.
Name of Task Manager
7.
RFI number, numbered sequentially.
8.
Specification Section number and title and related paragraphs, as appropriate.
9.
Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time
or the Contract Sum, Contractor shall state impact in the RFI.
12. Contractor's signature.
13. Attachments: Include drawings, descriptions, measurements, color photos, Product Data,
Shop Drawings, and other information necessary to fully describe items needing
interpretation.
PROJECT MANAGEMENT AND COORDINATION
013100 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
IA1003
July 9, 2010
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
two calendar days for COTR's response for each RFI. RFIs received after 1:00 p.m. will be
considered as received the following working day.
1.
The following RFIs will be returned without action:
a.
Requests for approval of submittals.
b.
Requests for approval of substitutions.
c.
Requests for coordination information already indicated in the Contract
Documents.
d.
Requests for adjustments in the Contract Time or the Contract Sum.
e.
Requests for interpretation of Architect's actions on submittals.
f.
Incomplete RFIs or RFIs with numerous errors.
2.
COTR's action may include a request for additional information, in which case COTR's
time for response will start again.
3.
COTR's action on RFIs that may result in a change to the Contract Time or the Contract
Sum may be eligible for Contractor to submit Change Proposal.
a.
If Contractor believes the RFI response warrants change in the Contract Time or
the Contract Sum, notify COTR in writing within 10 days of receipt of the RFI
response.
F.
On receipt of COTR’s action, update the RFI log and immediately distribute the RFI response to
affected parties. Review response and notify COTR within seven days if Contractor disagrees
with response.
G.
RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.
Submit log weekly prior to progress meeting for inclusion in progress meeting minutes. Include
the following:
1.
Project name.
2.
Name and address of Contractor.
3.
Name of COTR.
4.
RFI number including RFIs that were dropped and not submitted.
5.
RFI description.
6.
Date the RFI was submitted.
7.
Date COTR’s response was received.
8.
Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.
PROJECT MANAGEMENT AND COORDINATION
013100 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.6
IA1003
July 9, 2010
ADMINISTRATIVE AND SUPERVISORY PERSONNEL
A.
1.7
General: In addition to Project Superintendent, provide other administrative and supervisory
personnel as required for proper performance of the Work.
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.
2.
3.
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.
Agenda: Significant discussion items that could affect award include, but are not limited
to, the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
4.
B.
Minutes: COTR will record and distribute meeting minutes to all attendees and all
relevant parties.
Provision and acceptability of payment and performance bonds.
LDBE/MBE/WBE/DBE participation.
Qualifications of key individuals.
Quality-control experience.
Percentage of work performed by own forces.
Contractor's experience with similar work, including previous Authority contracts.
Scheduling capabilities of Contractor.
Financial standing of Contractor.
Mobilization plan.
Understanding of work described in the Contract Documents and the physical
constraints associated with work at the Airport.
Equipment and manpower availability.
Cost and pricing data.
Representations and commitments made by Contractor or its subcontractors shall be
construed as binding to the Contract.
Pre-construction Conference:
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
2.
3.
C.
Minutes: COTR will record and distribute meeting minutes to all attendees and
relevant parties.
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.
Agenda: Discuss items of significance that could affect progress, including the
following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
v.
w.
x.
y.
4.
IA1003
July 9, 2010
Airport security.
LBDE/MBE/WBE/DBE participation and certifications.
Authority-controlled wrap-up insurance program.
Airport Operations coordination.
Preliminary construction schedule.
Phasing.
Critical work sequencing.
Designation of key personnel.
Procedures for processing field decisions and Contract Modifications.
Procedures for processing Applications for Payment.
Distribution of the Contract Documents.
Authority Construction guidelines.
Submittal procedures.
Preparation of Record Documents.
Use of the premises.
Responsibility for temporary facilities and controls.
Parking availability.
Office, work, and storage areas.
Equipment deliveries and priorities.
Safety procedures.
Quality-control requirements.
First aid.
Progress cleaning.
Working hours.
Authority Building Code requirements/permits.
Refer to Contract Provision "Pre-construction Requirements" for required submittals due
at the pre-construction conference.
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.
2.
3.
Minutes: COTR will record and distribute meeting minutes.
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.
Agenda: Review progress of other construction activities and preparations for the
particular activity under consideration, including requirements for the following:
PROJECT MANAGEMENT AND COORDINATION
013100 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
v.
w.
x.
y.
z.
4.
D.
IA1003
July 9, 2010
Contract Documents.
Options.
Related Contract Modifications.
Purchases.
Deliveries.
Submittals.
Review of mockups.
Possible conflicts.
Compatibility problems.
Time schedules.
Weather limitations.
Manufacturer's written recommendations.
Warranty requirements.
Compatibility of materials.
Acceptability of substrates.
Temporary facilities and controls.
Space and access limitations.
Governing regulations and permits.
Safety.
Testing and inspecting requirements.
Required performance results.
Recording requirements.
Protection of construction and personnel.
Review material selection.
Fabrication and installation procedures.
Coordination of involved trades.
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.
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.
2.
3.
Minutes: COTR will record and distribute meeting minutes.
Attendees: As may be required by COTR, in addition to representatives of the Authority
and Contractor, each subcontractor, supplier, Contractor’s Project Scheduler, and other
entities concerned with current progress or involved in planning, coordination, or
performance of future activities. All participants at the conference shall be familiar with
Project and authorized to conclude matters relating to the Work.
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
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.
Review present and future needs of each entity present, including the following:
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15)
16)
17)
18)
19)
20)
21)
22)
4.
5.
E.
IA1003
July 9, 2010
Safety and Security.
Interface requirements.
Time.
Sequence of operations.
Status of submittals.
Deliveries.
Off-site fabrication.
Storage Areas
Access.
Site utilization.
Requests for information.
Submittals.
Noncompliance notices.
Temporary facilities and controls.
Work hours.
Resource allocation.
Hazards and risks.
Progress cleaning.
Quality and work standards.
Contract Modifications.
Documentation of information for payment requests.
Preparation of Record Documents.
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 twoweek 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.
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.
Schedule Update Meetings:
1.
2.
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.
Attendees: COTR, Contractor's Project manager or superintendent, the Contractor’s
Project Scheduler, and the Authority's representative.
PROJECT MANAGEMENT AND COORDINATION
013100 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.
4.
IA1003
July 9, 2010
Submit the updated schedule, as bilaterally agreed on, along with the Application for
Payment.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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.
2.
3.
4.
D.
Reports required include the following:
1.
2.
3.
4.
5.
6.
E.
Daily Construction Reports.
Material Location Reports.
Field Correction Reports.
Special Reports.
Monthly Progress Reports.
Contractor Quality Control Reports.
Related Sections include the following:
1.
2.
3.
4.
1.3
Contract Construction Progress Schedule in CPM format and related narrative and cash
flow projection curves.
Submittals Schedule.
Schedule of Tests and Inspections.
Record, As-Built CPM Schedule.
Division 01 Section "Application for Payment" for Schedule of Values.
Division 01 Section "Project Management and Coordination" for Project meeting
minutes.
Division 01 Section "Quality Requirements" for test and inspection reports.
Division 01 Section "Product Requirements" for Product List.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
1.4
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.
Free float is the amount of time an activity can be delayed without adversely affecting the
early start of the successor activity.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
D.
1.5
IA1003
July 9, 2010
Failure of Contractor to comply with requirements of this Section may be considered cause for
withholding progress payments or termination for default.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
3.2
IA1003
July 9, 2010
Project Scheduler shall be an active participant at all meetings related to Project progress,
alleged delays, and time impact.
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.
2.
3.
4.
5.
6.
7.
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.
Work by the Authority, or utility agencies, and other third parties that may affect or be
affected by Contractor's activities.
Adequate referencing of all work items to identify subcontractors or other performing
parties.
Activity Coding may be provided by the COTR to establish minimum requirements for
structure and values for the first 5 code fields.
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.
Activities that are cost loaded to show the direct costs required to perform the Work,
including work by subcontractors.
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.
2.
3.
4.
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.
Each activity cost shall reflect an accurate value subject to approval by COTR.
The total cost assigned to activities shall equal the total Contract Price.
Activities shall be cost coded as directed by COTR.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
D.
Required Submittals: On a monthly basis, Contractor shall submit five copies of each of the
following components of the Contract CPM Schedule:
1.
2.
A time-scaled plot of the schedule network in PDM format showing logic ties for all
activities including submittals and procurement activities.
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.
b.
c.
3.
4.
3.3
IA1003
July 9, 2010
By activity identification.
By total float x early start.
By early start x early finish x total float.
The narrative described in Subparagraph 3.2-A-6 above.
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.
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
3.4
List of subcontractors (by trade group) at the site.
List of separate contractors at the site.
Approximate count of personnel (by trade group) at the site.
Equipment (by trade group) at the site.
High and low temperatures, general weather conditions.
Accidents (refer to accident reports).
Meetings and significant decisions.
Unusual events (refer to special reports).
Stoppages, delays, shortages, losses.
Meter readings and similar recordings.
Emergency procedures.
Orders and requests of governing authorities.
Change Notices/Directives and Contract Modifications received, implemented.
Services connected, disconnected.
Equipment or system tests and startups.
Partial Completions, occupancies.
Substantial Completions authorized.
Material deliveries.
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.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
3.6
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.
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.
B.
3.7
Include tabular CPM reports, time-scaled logic diagrams, resource curves and
histograms, and narratives as requested by COTR.
Submit special reports directly to COTR within seven calendar days of an occurrence. Submit a
copy to other parties affected by the occurrence.
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:
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
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
2.
3.
4.
IA1003
July 9, 2010
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.
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.
Monthly and cumulative cash-flow curves that show actual vs. planned cash-flow status.
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.
2.
3.
4.
5.
6.
C.
An event occurred.
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.
The event was the type for which an excuse is granted according to the "Default"
provision of this Contract.
Activities on the critical path of the Work were delayed.
The event in fact caused the delay of the Work.
The requested additional time is an appropriate and reasonable extension of the Contract
Time, given the actual delay encountered.
Time Extensions for Unusually Severe Weather:
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
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.
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.
b.
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.
Monthly Anticipated Adverse Weather Calendar Days:
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
c.
3.
4.
D.
IA1003
July 9, 2010
January - 7.
February - 5.
March - 6.
April - 6.
May - 8.
June - 6.
July - 6.
August - 7.
September - 5.
October - 5.
November - 5.
December - 6.
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.
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.
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.
Required Submittals:
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
3.
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.
Include with request, two copies of submittal of impacted schedule, in electronic format,
and photocopies of all relevant documents that support the claim.
Submit all required items within the following time periods:
a.
b.
c.
4.
3.9
IA1003
July 9, 2010
10 calendar days of event occurrence.
10 calendar days of Contractor's knowledge of impact.
14 calendar days of written request by COTR.
Expiration of time periods without submittal shall constitute forfeiture of rights for these
specific impacts.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 013233 - PHOTOGRAPHIC DOCUMENTATION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for the following:
1.
2.
3.
B.
Related Sections include the following:
1.
2.
1.3
Preconstruction photographs.
Periodic construction photographs.
Final Completion construction photographs.
Division 01 Section "Submittals" for submitting construction photographs.
Division 01 Section "Project Closeout" for submitting photographic negatives as Project
Record Documents at Project closeout.
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.
2.
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.
Identification: On back of each print, provide a computer generated applied label with
the following information:
a.
b.
Name of Project.
Name and address of photographer.
PHOTOGRAPHIC DOCUMENTATION
013233 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
c.
d.
e.
f.
g.
3.
D.
Name of COTR.
Name of Architect/Engineer.
Name of Contractor.
Date photograph was taken.
Description of vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
Negatives: Submit a complete set of photographic negatives in protective envelopes with
each submittal of prints. Identify date photographs were taken.
Videotapes: Submit two copies of an authored DVD containing every second of the images
contained on each of the mini DVs seven calendar days after recording.
1.
Identification: On each DVD, provide a label printed directly on the DVD, no stick on
labels are allowed, with the following information:
a.
b.
c.
d.
e.
f.
g.
2.
1.4
IA1003
July 9, 2010
Name of Project.
Name and address of photographer.
Name of COTR.
Name of Architect/Engineer.
Name of Contractor.
Date videotape was recorded.
Description of vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
Transcript: Prepared on 8-1/2-by-11-inch paper, punched and bound in heavy-duty, 3ring, vinyl-covered binders. Mark appropriate identification on front and spine of each
binder. Include a cover sheet with the same label information as the corresponding DVD.
Include name of Project and date of videotape on each page.
QUALITY ASSURANCE
A.
Photographer Qualifications:
1.
B.
1.5
Photographer: Individual of established reputation who has been regularly engaged as a
professional construction photographer for not less than three years.
Costs: Include photographer's services in the Contract Price.
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.
PHOTOGRAPHIC DOCUMENTATION
013233 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.6
IA1003
July 9, 2010
USAGE RIGHTS
A.
1.7
Obtain and transfer copyright usage rights from photographer to the Authority for unlimited
reproduction of photographic documentation.
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.
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.
B.
Take a minimum of 30 photographs to show existing conditions adjacent to the project
before starting the Work.
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.
PHOTOGRAPHIC DOCUMENTATION
013233 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
Photographer will be given three days notice, where feasible.
In emergency situations, photographer shall take additional photographs within 24 hours
of request.
Circumstances that could require additional photographs include, but are not limited to,
the following:
a.
b.
c.
d.
e.
f.
Special events planned at Project site.
Immediate follow-up when on-site events result in construction damage or losses.
Photographs to be taken at fabrication locations away from Project site. These
photographs are not subject to unit prices or unit-cost allowances.
Substantial Completion of a major phase or component of the Work.
Extra record photographs at time of final acceptance.
COTR's request for special publicity photographs.
END OF SECTION 013233
PHOTOGRAPHIC DOCUMENTATION
013233 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 013300 - SUBMITTALS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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.
2.
Coordinate each submittal with fabrication, purchasing, testing, delivery, other
submittals, and related activities that requires sequential activity.
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.
SUBMITTALS
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.
013300 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
F.
Initial Review: Allow 3 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.
Intermediate Review: If intermediate submittal is necessary, process it in same manner
as initial submittal.
Re-submittal Review: Allow 2 calendar days for review of each re-submittal.
Sequential Review: Where sequential review of submittals by COTR, or other parties is
indicated, allow 3 calendar days for initial review of each submittal.
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.
Notations on submittals that increase the Contract cost or time of completion shall be
brought to COTR's attention before proceeding with the Work.
Identification: Place a permanent label or title block on each submittal for identification.
1.
2.
3.
Indicate name of firm or entity that prepared each submittal on label or title block.
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.
Include the following information on label for processing and recording action taken:
a.
b.
c.
d.
e.
f.
g.
h.
Contract name and number.
Date.
Name and address of Architect/Engineer.
Name and address of Contractor.
Name and address of subcontractor, if applicable.
Name and address of supplier, if applicable.
Name of manufacturer, if applicable.
Submittal number or other unique identifier, including revision identifier.
1)
SUBMITTALS
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).
013300 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
i.
j.
k.
l.
m.
n.
G.
Alphanumeric project Identifier. Identifier is shown on the Project Drawings cover
sheet.
Number and title of appropriate Specification Section.
Drawing number and detail references, as appropriate.
Location(s) where product is to be installed, as appropriate.
Transmittal number.
Allow 2 calendar days for processing each re-submittal.
Resubmissions: Re-submittal procedure shall follow the same procedures and same number as
the initial submittal with the following exceptions:
1.
2.
3.
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.
No new material shall be included on the same transmittal for a resubmission.
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.
J.
K.
Transmittal Form: Use transmittal forms and follow other submittal procedures
according to information provided to Contractor at the preconstruction meeting.
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.
L.
Additional copies submitted for Operations and Maintenance manuals will be marked
with action taken and will be returned.
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.
1.5
IA1003
July 9, 2010
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.
Use for Construction: Use only final submittals with mark indicating “approved” by COTR in
connection with construction.
SUBMITTAL LOG
SUBMITTALS
013300 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
A.
IA1003
July 9, 2010
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.
b.
c.
d.
e.
f.
g.
Title of submittal/description.
Submittal number (sequential).
Scheduled date for the first submittal.
Drawing number, if applicable.
Applicable Section number.
Name of subcontractor/vendor.
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.
2.
3.
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.
Mark each copy of each submittal to show which products and options are applicable.
Include the following information, as applicable:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
4.
Manufacturer's written recommendations.
Manufacturer's product specifications.
Manufacturer's installation instructions.
Standard color charts.
Manufacturer's catalog cuts.
Wiring diagrams showing factory-installed wiring.
Printed performance curves.
Operational range diagrams.
Mill reports.
Standard product operating and maintenance manuals.
Compliance with recognized trade association standards.
Compliance with recognized testing agency standards.
Application of testing agency labels and seals.
Notation of coordination requirements.
Submit Product Data before or concurrent with Samples.
SUBMITTALS
013300 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
5.
6.
C.
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.
Do not submit Product Data until compliance with requirements of the Contract
Documents has been confirmed.
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.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
2.
3.
Both the reproducible transparency and the prints shall bear Contractor's approval
stamp on each sheet.
Coordination Drawings:
1.
2.
E.
Dimensions.
Identification of products.
Fabrication and installation drawings.
Roughing-in and setting diagrams.
Wiring diagrams showing field-installed wiring, including power, signal, and
control wiring. Differentiate between manufacturer-installed and field-installed
wiring.
Shopwork manufacturing instructions.
Templates and patterns.
Schedules.
Design calculations.
Compliance with specified standards.
Notation of coordination requirements.
Notation of dimensions established by field measurement.
Relationship to adjoining construction clearly indicated.
Seal and signature of professional engineer if specified.
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.
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.
D.
IA1003
July 9, 2010
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."
Submit Coordination Drawings for integration of different construction elements. Show
sequences and relationships of separate components to avoid conflicts in use of space.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
Transmit Samples that contain multiple, related components such as accessories together
in one submittal package.
Identification: Attach label on unexposed side of Samples that includes the following:
a.
b.
c.
d.
3.
b.
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.
Samples not incorporated into the Work, or otherwise designated as the
Authority’s property, are the property of Contractor.
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.
5.
Generic description of Sample.
Product name and name of manufacturer.
Sample source.
Number and title of appropriate Specification Section.
Disposition: Maintain sets of approved Samples at Project site, available for qualitycontrol comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.
a.
4.
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.
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)
2)
F.
IA1003
July 9, 2010
Submit a single Sample where assembly details, workmanship, fabrication
techniques, connections, operation, and other similar characteristics are to
be demonstrated.
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.
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.
2.
Type of product. Include unique identifier for each product.
Number and name of room or space.
SUBMITTALS
013300 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.
4.
IA1003
July 9, 2010
Location within room or space.
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:
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.
2.
3.
Comply with requirements in Division 01 Section "Application for
Name, address, and telephone number of entity performing subcontract or supplying
products.
Number and title of related Specification Section(s) covered by subcontract.
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.
2.
3.
Number of Copies: Submit four copies of each submittal, unless otherwise indicated.
COTR will not return copies.
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.
Test and Inspection Reports: Comply with requirements in Division 01 Section "Quality
Requirements."
B.
Contractor's Construction Schedule: Comply with requirements in Division 01 Section
"Construction Progress Documentation."
C.
Qualification Data: Prepare written information that demonstrates capabilities and experience
of firm or person. Include lists of completed projects with project names and addresses, names
and addresses of Architects and Owners, and other information specified.
SUBMITTALS
013300 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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:
SUBMITTALS
013300 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
3.
4.
5.
6.
P.
IA1003
July 9, 2010
Preparation of substrates.
Required substrate tolerances.
Sequence of installation or erection.
Required installation tolerances.
Required adjustments.
Recommendations for cleaning and protection.
Manufacturer's Field Reports: Prepare written information documenting factory-authorized
service representative's tests and inspections. Include the following, as applicable:
1.
2.
3.
4.
5.
6.
7.
Name, address, and telephone number of factory-authorized service representative
making report.
Statement on condition of substrates and their acceptability for installation of product.
Statement that products at Project site comply with requirements.
Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
Results of operational and other tests and a statement of whether observed performance
complies with requirements.
Statement on whether conditions, products, and installation will affect warranty.
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.
B.
If criteria indicated are not sufficient to perform services or certification required, submit
a written request for additional information to COTR.
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.
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.
SUBMITTALS
013300 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
C.
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."
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.
SUBMITTALS
013300 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
3.
4.
IA1003
July 9, 2010
Approved: Means fabrication/installation may be undertaken. Approval does not
authorize changes to the Contract Price or the Contract Time.
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.
Revise and Resubmit: Fabrication and/or installation may not be undertaken. Make
appropriate revisions and resubmit, limiting corrections to items marked.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
5.
1.2
Division 01 Section “Submittals” for process required to submit the Contractor’s Quality
Control Plan.
Division 01 Section “Construction Progress Documentation” for developing a schedule of
required tests and inspections.
Division 01 “Project Management and Coordination”
Division 01 Section “Project Closeout”
Divisions 02 through 33 Sections for specific test and inspection requirements.
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.
b.
c.
d.
e.
f.
g.
h.
i.
j.
3.
QC Organization
QC Plan
QC Plan Meeting
Coordination and Mutual Understanding Meeting
QC meetings
Phases of Control
Submittal review and approval
Operation & Maintenance data and Warranty receipt verification prior to product
delivery
Material verification at delivery
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.
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.
QUALITY REQUIREMENTS
014000 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.3
IA1003
July 9, 2010
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.
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.
b.
c.
d.
e.
2.
METROPOLITAN WASHINGTON AIRPORT AUTHORITY
a.
1.4
ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use
in Construction and Criteria for Laboratory Evaluation latest edition.
ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting
Road and Paving Materials latest edition.
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.
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.
ASTM E 543 Agencies performing Nondestructive Testing latest edition.
Construction Safety Manual, most current edition.
DEFINITIONS
A.
Quality: Conformance to the requirements established by the contract specifications and
drawings.
B.
Control: To guide and have influence over.
QUALITY REQUIREMENTS
014000 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
1.6
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.
SUBMITTALS
A.
Submit the following in accordance with Division 01 Section, "Submittals."
1.
Action Submittals.
a.
Quality Control (QC) Plan.
B.
NOTE: Coordinate the submittal requirement dates with the submittal dates in Division 01
Section “Construction Progress Documentation”.
C.
Submit a QC plan within 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.
QUALITY REQUIREMENTS
014000 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
D.
1.7
IA1003
July 9, 2010
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.
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.
INFORMATION FOR THE CONTRACTING OFFICER
A.
B.
Provide a sample copy set of report forms to the Contracting Officer during the PreConstruction 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.
Deliver the following listed items to the COTR at the times specified:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Quality Control Daily Report: Original and 6 copies, by 12:00 noon the next working day
after each day that work is performed.
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.
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.
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.
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.
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.
Field Test Reports: 2 copies, within 2 working days after the test is performed, do not
attach to the Quality Control Daily Report.
Monthly Summary Report of Tests: 2 copies, do not attach to a Quality Control Daily
Report.
Project Quality Control Monthly Summary Report: 2 copies, do not attach to a Quality
Control Daily Report.
Inspection Log and Signoff Sheets: one copy, submitted daily within 1 day of the
inspection.
Testing Plan and Log: 2 copies, submitted within 2 working days of the end of the month.
Deficiency List: 2 copies, submitted to the COTR weekly.
Monthly Deficiency Report: 2 copies within two working days of the end of the month.
QC Meeting Minutes: 2 copies, within 2 working days after the meeting.
QC Certifications: As required by paragraph entitled "QC Certifications."
QUALITY REQUIREMENTS
014000 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.8
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
B.
Preliminary Work Authorized Prior to Approval
1.
C.
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.
Approval
1.
D.
QC Organization.
QC Plan.
QC Plan Meeting.
Coordination and Mutual Understanding Meeting
QC meetings.
Phases of Control.
Submittal review and approval.
Operations and Maintenance data.
Warranty receipt verification prior to product delivery.
Material verification at delivery.
Testing.
Completion inspections.
QC certifications and documentation necessary to provide materials, equipment,
workmanship, fabrication, construction and operations that comply with the requirements
of this Contract.
The QC Program shall cover on-site and off-site work and shall be keyed to the work
sequence.
No work or testing may be performed unless the QCM or a pre-approved alternate is on the
work site.
The QCM shall report to an officer of the firm and shall not be subordinate to the Project
Superintendent or the Project Manager.
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.
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
require the removal of any individual for non-compliance with quality requirements
specified in the contract.
Notification of Changes
QUALITY REQUIREMENTS
014000 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
1.9
IA1003
July 9, 2010
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.
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.
2.
B.
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.
In cases where multiple shifts are employed, the quality-control staff shall be increased as
required to monitor the work on each shift.
The following positions are key personnel as defined by the Authority in this and other Division
01 Specification Sections.
1.
Project Manager
a.
2.
To enhance the effectiveness of the Quality Control Organization, the 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).
Quality Control Manager (QCM)
a.
Duties
1)
b.
Provide a QCM at the work site to implement and manage the QC Program.
In addition to implementing and managing the QC Program, the QCM may
perform the duties of project superintendent. The QCM 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
documentation performed by Testing Laboratory personnel and any other
inspection and testing personnel required by this Contract.
Qualifications
1)
An individual with a minimum of 5 years experience as a superintendent,
inspector, 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
QUALITY REQUIREMENTS
014000 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
have experience in the areas of hazard identification and safety compliance.
The QCM shall be interviewed and approved by COTR.
c.
Construction Quality Management Training
1)
3.
Alternate QCM Duties and Qualifications
a.
4.
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), 410-3217870; 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.
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.
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 of
Responsibility
Airfield Concrete Paving
5.
Area of Responsibility
Frequency
Concrete Mix Production, Pavement Placement & Finishing
During any paving operations
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.
QUALITY REQUIREMENTS
014000 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
6.
Project Engineer/Scheduler
a.
7.
A.
1.11
Qualifications:
Documentation”.
Refer to Division 01 Section “Construction Progress
Professional Land Surveyor
a.
1.10
IA1003
July 9, 2010
Qualifications: Registered Professional Land Surveyor licensed to practice in the
Commonwealth of Virginia.
QC PLAN MEETING
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.
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
QC ORGANIZATION
PERSONNEL MATRIX
NAMES AND QUALIFICATIONS
DUTIES, RESPONSIBILITY AND AUTHORITY OF QC PERSONNEL
APPOINTMENT LETTERS
OUTSIDE ORGANIZATIONS INCLUDING BOCA INSPECTION COMPANIES
TESTING LABORATORY INFORMATION AND CERTIFICATIONS
TESTING PLAN AND LOG
SUBMITTAL PROCEDURES AND INITIAL SUBMITTAL REGISTER
LIST OF DEFINABLE FEATURES
PROCEDURES FOR PERFORMING THE PHASES OF CONTROL
SPECIAL INSPECTIONS
DOCUMENTATION PROCEDURES
PROCEDURES TO COMPLETE REWORK ITEMS
PROCEDURES FOR COMPLETION INSPECTION
FORMS
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.
QUALITY REQUIREMENTS
014000 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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.
QUALITY REQUIREMENTS
014000 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
A.
1.13
A.
COORDINATION AND MUTUAL UNDERSTANDING MEETING
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 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.
QC MEETINGS
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
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.
b.
c.
3.
Review the status of submittals, O & M data and Warranty Manuals:
a.
b.
4.
Work or testing accomplished since last meeting
Rework items identified since last meeting
Rework items completed since last meeting;
Submittals, O & M data and Warranties reviewed and approved since last meeting
Submittals, O & M data and Warranties required in the near future;
Review the work to be accomplished in the next 2 week(s) and documentation required:
a.
Establish completion dates for rework items
QUALITY REQUIREMENTS
014000 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
b.
c.
d.
e.
f.
5.
6.
1.14
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
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
Discuss status of off-site work or testing
Documentation required;
Discuss upcoming Activity Hazard Analyses.
Resolve QC and production problems, assist in resolving Request for Information issues;
Address items that may require revising the QC plan:
a.
b.
7.
IA1003
July 9, 2010
Changes in QC organization personnel
Changes in procedures.
Review health and safety plan
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.
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.
2.
3.
4.
5.
6.
7.
8.
Review each paragraph of the applicable specification sections.
Review the project drawings.
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.
Establish control to be utilized to assure work complies with the contract plans and
specifications.
Review the testing plan and ensure that provisions have been made to provide the required
QC testing.
Examine the work area to ensure that the required preliminary work has been completed.
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.
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.
QUALITY REQUIREMENTS
014000 - 11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
9.
D.
2.
3.
4.
5.
Ensure the work is in compliance with Contract requirements.
Maintain the quality of workmanship required.
Ensure that testing is performed by the approved laboratory.
Ensure that rework items are being corrected.
Perform safety inspections.
Code-Required Inspections:
1.
2.
G.
Ensure controls established during Preparatory Phase are adequate to allow work to
proceed in compliance with the plans and specifications.
Establish the quality of workmanship required.
Resolve conflicts.
Ensure that testing is performed by the approved laboratory.
Check work procedures for compliance with the Safety Plan and the appropriate activity
hazard analysis to ensure that applicable safety requirements are met.
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.
2.
3.
4.
5.
F.
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.
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.
E.
IA1003
July 9, 2010
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.
Notice to COTR: Notify COTR, in writing, at least 48 hours in advance of all coderequired 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.
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.
QUALITY REQUIREMENTS
014000 - 12
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
H.
Notification of Phases of Control for Off-Site Work
1.
1.15
A.
1.16
IA1003
July 9, 2010
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.
SUBMITTAL REVIEW AND APPROVAL
Procedures for submission, review and approval of submittals are described in Division 01
Section “Submittals”.
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
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. ASNTTC-1A certifications shall be by an ASNT-TC-1A ACCP Level III.
QUALITY REQUIREMENTS
014000 - 13
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
F.
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
Laboratories engaged in testing of construction materials shall meet the requirements of
ASTM E 329.
Laboratories engaged in testing of concrete and concrete aggregates shall meet the
requirements of ASTM C 1077.
Laboratories engaged in testing of bituminous paving materials shall meet the requirements
of ASTM D 3666.
Laboratories engaged in testing of soil and rock, as used in engineering design and
construction, shall meet the requirements of ASTM D 3740.
Laboratories engaged in nondestructive testing (NDT) shall meet the requirements of
ASTM E 543.
Laboratories engaged in Hazardous Materials Testing shall meet the requirements of
OSHA and EPA.
G.
Laboratory Accreditation Authorities: Laboratory Accreditation Authorities are the National
Voluntary Laboratory Accreditation Program (NVLAP) administered by the National Institute
of Standards and Technology, the American Association of State Highway and Transportation
Officials (AASHTO) program, ICBO Evaluation Service, Inc. (ICBO ES), and the American
Association for Laboratory Accreditation (A2LA) program and the Washington Area Council of
Engineering Laboratories (WACEL). Furnish to the COTR, a copy of the current Certificate of
Accreditation and Scope of Accreditation. The scope of the laboratory's accreditation shall
include the test 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
QUALITY REQUIREMENTS
014000 - 14
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
K.
Test Reports and Monthly Summary Report of Tests:
1.
L.
IA1003
July 9, 2010
The QCM shall furnish the signed reports, certifications, and a summary report of field
tests at the end of each month to the COTR.
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.
2.
3.
4.
5.
6.
Testing criteria
Frequency of testing
Procedures
Methods of construction
Number of control tests to be made for each phase of the Work.
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.
N.
Staffing: All laboratory personnel shall work under the supervision of a Professional Engineer
licensed in the Commonwealth of Virginia.
1.17
A.
QC CERTIFICATIONS
Quality Control Daily Report Certification
1.
Each Quality Control Daily Report shall contain the following statement:
a.
B.
Application for Payment Certification
1.
C.
“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.”
Refer to Division 01 Section "Application for Payment" for address to which the
Applications shall be sent.
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."
QUALITY REQUIREMENTS
014000 - 15
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.18
IA1003
July 9, 2010
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.
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
A.
DOCUMENTATION
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.
QUALITY REQUIREMENTS
014000 - 16
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
2.
3.
4.
5.
C.
IA1003
July 9, 2010
All completed Preparatory and Initial Phase Reports, arranged by specification Section.
All milestone inspections, arranged by Activity/Event Number.
A current up-to-date copy of the Testing Plan and Log with supporting field test reports,
arranged by specification section.
Copies of all contract modifications, arranged in numerical order. Also include
documentation that modified work was accomplished.
A current, up-to-date copy, of the Deficiency List.
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:
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.
b.
c.
d.
e.
f.
g.
Date of report, report number, Contract Number, and Contract Title.
Identify Schedule Activity No., Submittal # and list equipment/material received
each day that is incorporated into the job.
Indicate if Preparatory Phase work was performed today (Yes/No checkboxes).
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.
Indicate if Initial Phase work was performed today (Yes/No checkboxes).
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.
Results of the Follow-up Phase inspections held today (including on-site and offsite 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.
QUALITY REQUIREMENTS
014000 - 17
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
h.
i.
j.
List the rework items identified, but not corrected by close of business, along with
its associated Schedule Activity Number.
List the rework items corrected from the rework items list along with the corrective
action taken and its associated Schedule Activity Number.
Include a "remarks" section in this report that shall contain pertinent information
including but not limited to:
1)
2)
3)
4)
5)
6)
7)
8)
k.
2.
IA1003
July 9, 2010
Directions received.
Quality control problem areas.
Deviations from the QC plan.
Construction deficiencies encountered.
QC meetings held.
Acknowledgement that record drawings, specifications, O & M data, and
Warranty Manuals, have been updated.
Corrective direction given by the QC Organization and corrective action
taken by the Contractor.
For each remark given, identify the Schedule Activity Number that is
associated with the remark.
Quality Control Daily Report certification, signature and date.
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.
b.
c.
d.
e.
f.
g.
h.
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.
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.
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.
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.
Material Storage: Indicate if materials/equipment is stored properly (Yes/No
checkboxes) and if not, what action is/was taken.
Specifications: Review and comment on Specification Paragraphs that describe the
material/equipment, procedure for accomplishing the work and clarify any
differences.
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.
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.
QUALITY REQUIREMENTS
014000 - 18
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
i.
j.
k.
l.
m.
3.
IA1003
July 9, 2010
Discuss Control Procedures that shall be employed to consistently obtain the
required specified quality.
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.
Meeting Comments: Note comments and remarks during the Preparatory Phase
Meeting that was not addressed in previous sections of this checklist.
Other Items or Remarks: Note any other remarks or items that were a result of the
Preparatory Phase.
QCM shall sign and date the report.
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
construction schedule. Attach this report to the Quality Control Daily Report of the same
date.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Specification Section, date of report, and Contract number shall be entered.
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.
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.
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.
Preliminary Work: Ensure preliminary work being placed is in compliance and if
not, what action is/was taken.
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.
Resolution: Comment on any differences and the resolutions reached.
Check Safety: Comment on the safety review of the job conditions.
Other: Note any other remarks or items that were a result of the Initial Phase.
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.
QUALITY REQUIREMENTS
014000 - 19
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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.
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.
K.
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.
QUALITY REQUIREMENTS
014000 - 20
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.20
A.
NOTIFICATION ON NON-COMPLIANCE
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:
1.
2.
3.
4.
B.
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.
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.
Withhold an amount from the payment due the Contractor as may be deemed necessary at
the discretion of the Contracting Officer.
Terminate the Contractor’s right to proceed for Default after providing required notice.
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.
2.
3.
4.
C.
IA1003
July 9, 2010
Order the Contractor to replace ineffective or unqualified Quality Control Personnel or
subcontractors.
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.
Take a credit from the contract for Quality Control Activities not performed.
Terminate the Contractors right to proceed for Default after providing required notice.
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 - 21
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 014200 - REFERENCES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
IA1003
July 9, 2010
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.
1.4
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.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
C.
Conflicting Requirements: Refer to Division 01 Section "Quality Requirements" for additional
information regarding conflicting requirements.
1.
D.
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.
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.
E.
IA1003
July 9, 2010
Where copies of standards are needed to perform a required construction activity, obtain
copies directly from publication source and make them available on request.
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 upto-date as of the date of the Contract Documents.
ADAAG
Americans with Disabilities Act (ADA)
Accessibility Guidelines for Buildings and Facilities
Available from Access Board
www.access-board.gov
(800) 872-2253
(202) 272-0080
CFR
Code of Federal Regulations
Available from Government Printing Office
www.access.gpo.gov/nara/cfr
(888) 293-6498
(202) 512-1530
CRD
Handbook for Concrete and Cement
Available from Army Corps of Engineers
Waterways Experiment Station
www.wes.army.mil
(601) 634-2355
DOD
Department of Defense Military Specifications and Standards
Available from Department of Defense Single Stock Point
www.dodssp.daps.mil
(215) 697-6257
DSCC
Defense Supply Center Columbus
(See FS)
FED-STD
Federal Standard
(See FS)
FS
Federal Specification
Available from Department of Defense Single Stock Point.
www.dodssp.daps.mil
REFERENCES
(215) 697-6257
014200 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
Available from General Services Administration
www.fss.gsa.gov
(202) 501-1021
Available from National Institute of Building Sciences
www.nibs.org
(202) 289-7800
FTMS
Federal Test Method Standard
(See FS)
ICC-ES
ICC Evaluation Service, Inc.
www.icc-es.org
MIL
See MILSPEC
MS MIL
See MILSPEC
MILSPEC
Military Specification and Standards
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
Available from Access Board
www.access-board.gov
1.5
IA1003
July 9, 2010
(800) 423-6587
(215) 697-6257
(800) 872-2253
(202) 272-0080
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
Transportation Officials
http://www.transportation.org
(202) 624-5800
ACI
ACI International
(American Concrete Institute)
www.aci-int.org
(248) 848-3700
AGC
Associated General Contractors of America (The)
www.agc.org
(703) 548-3118
ANSI
American National Standards Institute
www.ansi.org
(202) 293-8020
REFERENCES
014200 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
ASCE
American Society of Civil Engineers
www.asce.org
(800) 548-2723
(703) 295-6300
ASTM
ASTM International
(American Society for Testing and Materials International)
www.astm.org
(610) 832-9585
AWS
American Welding Society
www.aws.org
(800) 443-9353
(305) 443-9353
AWWA
American Water Works Association
www.awwa.org
(800) 926-7337
(303) 794-7711
CRSI
Concrete Reinforcing Steel Institute
www.crsi.org
(847) 517-1200
CSI
Construction Specifications Institute (The)
www.csinet.org
(800) 689-2900
(703) 684-0300
EJCDC
Engineers Joint Contract Documents Committee
www.asce.org
(800) 548-2723
(703) 295-6300
EJMA
Expansion Joint Manufacturers Association, Inc.
www.ejma.org
(914) 332-0040
GSI
Geosynthetic Institute
www.geosynthetic-institute.org
(610) 522-8440
ICEA
Insulated Cable Engineers Association, Inc.
www.icea.net
(770) 830-0369
ICRI
International Concrete Repair Institute, Inc.
www.icri.org
(847) 827-0830
IEEE
Institute of Electrical and Electronics Engineers, Inc. (The)
www.ieee.org
(212) 419-7900
IESNA
Illuminating Engineering Society of North America
www.iesna.org
(212) 248-5000
ISO
International Organization for Standardization
www.iso.ch
41 22 749 01 11
NCMA
National Concrete Masonry Association
www.ncma.org
(703) 713-1900
NCTA
National Cable & Telecommunications Association
www.ncta.com
(202) 775-3550
NECA
National Electrical Contractors Association
(301) 657-3110
REFERENCES
014200 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
http://www.necanet.org/
NEMA
National Electrical Manufacturers Association
www.nema.org
(703) 841-3200
NETA
International Electrical Testing Association
www.netaworld.org
(303) 697-8441
NFPA
NFPA
www.nfpa.org
(800) 344-3555
(617) 770-3000
NRMCA
National Ready Mixed Concrete Association
www.nrmca.org
(888) 846-7622
(301) 587-1400
PCI
Precast/Prestressed Concrete Institute
www.pci.org
(312) 786-0300
SAE
SAE International
www.sae.org
(724) 776-4841
UL
Underwriters Laboratories Inc.
www.ul.com
(800) 285-4476
(847) 272-8800
UNI
Uni-Bell PVC Pipe Association
www.uni-bell.org
(972) 243-3902
USGBC
U.S. Green Building Council
www.usgbc.org
(202) 828-7422
B.
Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract
Documents, they shall mean the recognized name of the entities in the following list. Names,
telephone numbers, and Web site addresses are subject to change and are believed to be
accurate and up-to-date as of the date of the Contract Documents.
IAPMO
International Association of Plumbing and Mechanical Officials
www.iapmo.org
ICBO
International Conference of Building Officials
(See ICC)
(909) 472-4100
ICBO ES ICBO Evaluation Service, Inc.
(See ICC-ES)
ICC
International Code Council
(Formerly: CABO - Council of American Building Officials)
www.iccsafe.org
REFERENCES
(703) 931-4533
014200 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
ICC-ES
C.
ICC Evaluation Service, Inc.
www.icc-es.org
IA1003
July 9, 2010
(800) 423-6587
(562) 699-0543
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
www.cpsc.gov
(800) 638-2772
(301) 504-0990
DOC
Department of Commerce
www.doc.gov
(202) 482-2000
EPA
Environmental Protection Agency
www.epa.gov
(202) 260-2090
FAA
Federal Aviation Administration
www.faa.gov
(202) 366-4000
FCC
Federal Communications Commission
www.fcc.gov
(202) 225-5322
FDA
Food and Drug Administration
www.fda.gov
(888) 463-6332
FHA
Federal Highway Administration
www.fhwa.dot.gov
(410) 962-0093
GSA
General Services Administration
www.gsa.gov
(202) 708-5082
NIST
National Institute of Standards and Technology
www.nist.gov
(301) 975-6478
OSHA
Occupational Safety & Health Administration
www.osha.gov
(800) 321-6742
(202) 693-1999
PBS
Public Building Service
(See GSA)
PHS
Office of Public Health and Science
phs.os.dhhs.gov
(202) 690 7694
TRB
Transportation Research Board
(202) 334-2934
REFERENCES
014200 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
www.nas.edu/trb
TSA
Transportation Security Administration
www.tsa.gov/public/index.jsp
1(866)-289-9673
USDA
Department of Agriculture
www.usda.gov
(202) 720-2791
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
http://www.dcr.state.va.us
(804) 786-1712
VDH
Virginia Department of Health
Culpepper District
www.vdh.state.va.us
(540) 829-7340
VDOT
Virginia Department of Transportation
www.virginiadot.org
(703) 383-8368
VDEQ
Virginia Department of Environmental Quality
www.deq.state.va.us
1-800-592-5482
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.
REFERENCES
014200 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 014200
REFERENCES
014200 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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.
2.
3.
4.
5.
6.
7.
C.
Support facilities include, but are not limited to, the following:
1.
2.
3.
4.
5.
6.
7.
D.
E.
Sewers and drainage.
Water service and distribution.
Sanitary facilities, including toilets, wash facilities, and drinking-water facilities.
Heating and cooling facilities.
Ventilation.
Electric power service.
Telephone and other communication services.
Temporary roads and paving.
Dewatering facilities and drains.
Project identification and temporary signs.
Waste disposal facilities.
Field offices.
Storage and fabrication sheds.
Construction aids and miscellaneous services and facilities.
Security and protection facilities include, but are not limited to, the following:
1.
2.
Environmental protection.
Storm water control.
3.
4.
5.
Site enclosure fence.
Security enclosure and lockup.
Barricades, warning signs, and lights.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.3
IA1003
July 9, 2010
DEFINITIONS
A.
1.4
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.
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.
2.
B.
Allow other entities to use temporary services and facilities without cost, including, but are not
limited to, the following:
1.
2.
3.
4.
5.
6.
1.5
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.
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.
The Authority’s construction forces.
Occupants of Project.
COTR.
Architect/Engineer.
Testing agencies.
Personnel of authorities having jurisdiction.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.6
IA1003
July 9, 2010
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.
2.
3.
4.
5.
B.
Standards:
NFPA 241.
1.
2.
C.
1.7
Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and
Trade Jurisdictions: Assigned responsibilities for installation and operation of temporary
utilities are not intended to interfere with trade regulations and union jurisdictions.
Electrical Service: Comply with NECA, NEMA, and UL standards and regulations for
temporary electrical service. Install service to comply with NFPA 70.
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.
D.
Building Code requirements.
Health and safety regulations.
Police and Fire Department regulations.
Environmental protection regulations.
ADA Compliance: All temporary facilities shall be ADA compliant.
Obtain permits from the Authority's Building Codes/Environmental Department for
temporary construction and temporary utilities.
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.
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.
B.
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.
Conditions of Use: The following conditions apply to use of temporary services, permanent
services, and facilities by all parties engaged in the Work:
1.
2.
3.
4.
Keep temporary services and facilities clean and neat.
Relocate temporary services and facilities as required by progress of the Work.
Take necessary fire-prevention measures.
Do not overload facilities.
TEMPORARY FACILITIES AND CONTROLS
015000 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
5.
1.8
IA1003
July 9, 2010
Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to
develop or persist on-site.
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.
E.
Where power is accessible, provide electric water coolers to maintain dispensed water
temperature at 45 to 55 deg F.
Heating Equipment: Unless COTR authorizes use of permanent heating system, provide
temporary heating units with individual space thermostatic control.
1.
Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating
units is prohibited.
TEMPORARY FACILITIES AND CONTROLS
015000 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
2.
IA1003
July 9, 2010
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.
D.
Park construction equipment in the storage site or storage area identified by the COTR when
equipment is not engaged in construction activity.
TEMPORARY FACILITIES AND CONTROLS
015000 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
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."
Provide adequate capacity at each stage of construction. Before temporary utility is
available, provide trucked-in services.
Perform work associated with utilities owned by the Authority as approved by the
Authority.
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.
2.
3.
4.
D.
Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants
that might clog sewers or pollute waterways before discharge.
Connect temporary sewers to the Authority's system as directed by COTR.
Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After
heavy use, restore normal conditions promptly.
Provide temporary filter beds, settlement tanks, separators, and similar devices to purify
effluent to levels acceptable to authorities having jurisdiction.
Water Service: Provide temporary water service and distribution piping in sizes and pressures
adequate for construction until permanent water service is in use. Sterilize temporary water
piping before use. Provide Badger Recordall, Turbo II Utility type water meter to meter all
water usage for 2-inch water feed lines and above. Provide Badger Recordall bronze disc water
meter for to meter all water usage for water feed lines under 2-inches. COTR will approve water
meters, in writing prior to installation of water meters. Do not install water meters until written
approval has been received from COTR. Provide Watts Model 909, Type RPZ backflow
preventers. Do not install backflow preventers until written approval of backflow preventers has
been received from the COTR.
TEMPORARY FACILITIES AND CONTROLS
015000 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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.
2.
3.
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.
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.
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.
4.
5.
G.
Provide safety showers, eyewash fountains, and similar facilities for convenience,
safety, and sanitation of personnel.
Drinking-Water Facilities: Provide bottled-water, drinking-water units.
a.
F.
IA1003
July 9, 2010
Where power is accessible, provide electric water coolers to maintain dispensed
water temperature at 45 to 55 deg F.
Locate toilets and drinking-water fixtures so personnel need not walk more than or 200
feet horizontally (except on airfield construction site) to facilities.
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
Electrical Distribution: Provide receptacle outlets adequate for connection of power tools and
equipment.
1.
2.
3.
4.
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.
Provide warning signs at power outlets other than 110 to 120 V.
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.
Provide metal conduit enclosures or boxes for wiring devices.
TEMPORARY FACILITIES AND CONTROLS
015000 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
5.
H.
2.
Provide and operate temporary lighting that fulfills security and protection requirements
without operating entire system.
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.
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 than 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.
2.
3.4
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.
Lighting: Provide temporary lighting with local switching that provides adequate illumination
for construction operations and traffic conditions.
1.
I.
IA1003
July 9, 2010
At each telephone, post a list of emergency telephone numbers approved by COTR.
Provide a portable cellular telephone for superintendent's use in making and receiving
telephone calls when away from field office.
SUPPORT FACILITIES INSTALLATION
A.
General: Comply with the following:
1.
2.
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.
2.
3.
C.
Locate field offices, storage sheds, sanitary facilities, and other temporary construction
and support facilities for easy access.
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.
Dispose of rainwater in a lawful manner that will not result in flooding Project or
adjoining property nor endanger permanent Work or temporary facilities.
Before connection and operation of permanent drainage piping system, provide
temporary drainage where roofing or similar waterproof deck construction is completed.
Remove snow and ice as required to minimize accumulations.
Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle
waste from construction operations. Containerize and clearly label hazardous, dangerous, or
TEMPORARY FACILITIES AND CONTROLS
015000 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
unsanitary waste materials separately from other waste. Comply with Division 01 Section
"Execution” for progress cleaning requirements.
1.
2.
If required by COTR, provide separate containers, clearly labeled, for each type of waste
material to be deposited.
Develop a waste management plan for Work performed on Project. Indicate types of
waste materials Project will produce and estimate quantities of each type. Provide
detailed information for on-site waste storage and separation of recyclable materials.
Provide information on destination of each type of waste material and means to be used
to dispose of all waste materials.
D.
Janitorial Services: Provide janitorial services on a daily basis for temporary offices, first-aid
stations, toilets, wash facilities, lunchrooms, and similar areas.
E.
Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate
materials and equipment involved, including temporary utility services. Sheds may be open
shelters or, if permitted by COTR, fully enclosed spaces within building or elsewhere on-site
subject to approval of COTR.
1.
2.
3.
3.5
Construct framing, sheathing, and siding using fire-retardant-treated lumber and
plywood.
Paint exposed lumber and plywood with exterior-grade acrylic-latex emulsion over
exterior primer.
Submit the design of storage structures of more than 150 sq. ft. to COTR for review and
approval by the Authority's Building Codes/Environmental Department.
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.
D.
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.
E.
Storage: Where materials and equipment are stored, and are of value or attractive for theft,
provide secure lockup. Enforce discipline in connection with installation and release of material
to minimize opportunity for theft and vandalism.
TEMPORARY FACILITIES AND CONTROLS
015000 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.6
IA1003
July 9, 2010
UTILITY PROVISIONS AT [SOUTH STAGING AREA] [NORTHWEST STAGING AREA]
A.
EXISTING CONDITIONS
1.
The Authority will provide at each lot in the South Staging area the following:
a.
b.
c.
d.
B.
GENERAL REQUIREMENTS
1.
2.
3.
4.
5.
C.
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.
Each lot will be allocated 100 A, 480 v 3 phase, 3 wire power.
The power is available at the utility shed. Provide necessary conductors as
indicated in the “TELECOMMUNICATIONS” and “ELECTRICAL POWER”
paragraphs below.
Domestic water service will be available at the limit of the lot, identified with a
blue painted stake.
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.
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.
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.
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.
Restore lot to its original condition upon contract conclusion.
TELECOMMUNICATIONS
1.
2.
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.
Provide all conduit installations either above or below ground in accordance with the
Virginia Uniform Statewide Building Code and the applicable Division 26 Sections of the
specification.
a.
Communications cable:
TEMPORARY FACILITIES AND CONTROLS
015000 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1)
2)
3)
4)
5)
6)
7)
3.
D.
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.
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-bycase basis.
a.
Transformers:
1)
2)
2.
Suitable for outdoor use
Pad mounted with fused safety switches on the primary and secondary sides
of the transformer.
The Contractor is required to advise the COTR of the estimated electrical consumption
including that of his subcontractors prior to provision of cable.
PLUMBING
1.
F.
Cable must be 24 gauge with solid, annealed, bare copper conductors
Conductors shall have polyolefin insulation, color coded to telephone
industry standards
Cable must have a black polyethylene outer jacket
Cable must have an aluminum or copper shield.
Cable must be Gel filled
Install in schedule 40 PVC conduits a minimum of 2” in diameter.
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.
ELECTRICAL POWER
1.
E.
IA1003
July 9, 2010
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.
MAINTENANCE REQUIREMENTS STAGING AREA
1.
2.
3.
Unauthorized soil and concrete stockpiles are prohibited.
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.
Include Contractor’s lot in the South Staging Area in the SPPP.
TEMPORARY FACILITIES AND CONTROLS
015000 - 11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4.
5.
Store all fuel, petroleum based products and products potentially detrimental to the
environment in aboveground tanks.
Aboveground storage tanks:
a.
b.
6.
7.
8.
9.
3.7
IA1003
July 9, 2010
Double walled and approved for the use intended.
Submit manufacturer’s literature to COTR for approval in writing for each such
storage tank intended for use by Contractor.
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.
Storage of used tires and batteries is prohibited.
Storage of waste oil is prohibited.
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.
BATCH PLANT SITE
A.
The Authority will provide the Contractor an area to install a temporary batch plant to produce
Portland cement concrete. The batch plant site will be located in a portion of the area
designated on the plans.
B.
The Contractor shall be responsible for providing all Stormwater Pollution Prevention measures
on the batch plant site. The Contractor shall prepare and submit a Stormwater Pollution
Prevention plan for acceptance by the COTR prior to beginning any mobilization activities.
The Contractor is responsible for inspecting and maintaining the erosion control measures
throughout the time the site is occupied. In accordance with 9 VAC 25-193-10 all ready-mixed
concrete plants are required to obtain a General Virginia Pollutant discharge Elimination
System Permit prior to mobilizing any batch plant equipment onsite. The permit shall be
submitted with the Stormwater Pollution Prevention Plan.
C.
The Contractor shall be responsible for obtaining all permits required to install and operate the
batch plant. This includes Air Quality and Stormwater permits at a minimum.
D.
The maximum height of batch plant equipment is 80 feet above ground level. The batch plant
must be lit with an obstruction light meeting FAA criteria for obstruction lighting.
E.
The Contractor shall be responsible for maintaining the batch plant access road in a usable
condition while occupying the site. Any other roads, parking areas, stockpile platforms, etc.
needed by the Contractor within the batch plant site will be constructed at the Contractor’s
expense.
F.
The Contractor may obtain batch plant water through a 4-inch non-potable water connection
point provided in a below-grade vault adjacent to the site. Although this is designated a nonpotable source, the water meets quality requirements for concrete batching. The Contractor
may draw water at a maximum rate of 110 gallons per minute. If the plant demands more
water, the contractor must make arrangements to meet the batching demand through the use of
surge tanks or outside sources. The Contractor shall be responsible for making the connection
TEMPORARY FACILITIES AND CONTROLS
015000 - 12
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
between the vault and the batch plant and for installation of the backflow preventer and water
meter at the vault.
G.
Electrical service is available to the Contractor through a 400A, 480/227V, 3 phase, 4-wire
disconnect on a panel adjacent to the site. Electrical service will be metere3d. The Contractor
shall be responsible for making the connection between the panel and the batch plant.
H.
All Portland cement concrete produced at the Batch Plant must be used for this contract only.
Concrete produced at the batch plant shall not be used on other Authority projects unless prior
written approval is obtained from the Authority’s Contracting Officer of the contract on which
the concrete is to be used. Concrete produced at the batch plant shall not be used at off-site
projects.
I.
At the conclusion of the project’s concrete production operations, the batch plant shall be
dismantled and removed from the site within 60 days after the completion of concrete
production. All equipment and materials shall be removed. The site shall be re-graded to
promote drainage, eliminate any areas where water can pond, and generally to the original
contours, or as agreed to by the COTR. Concrete washout pits shall be excavated to remove
waste concrete material and backfilled with suitable soil.
J.
After final grading, the Contractor shall seed, mulch, and maintain all disturbed areas until turf
is established to the satisfaction of the COTR. After turf is established, the Contractor shall
remove all erosion control measures.
K.
Because of proximity to approaches to Runways 1R and 30, any silos installed at the site shall
be made of non-reflective material to reduce possibility of glare.
L.
Downstream of the water connection for the assigned lot, the Contractor shall install a water
meter (Badger Recordall, Utility type Turbo series or equivalent) capable of measuring
continuous flows from 5 to 450 gpm and maximum intermittent flow of 550 gpm. Pressure
loss through the meter shall not exceed 1.8 psi at the maximum continuous operational flow.
The Contractor shall install the appropriate valves, fittings and straight run of pipe before and
after the flow meter in accordance with the meter manufacturer’s recommendations. Meter bypass piping is not required and therefore should not be installed. The meter shall measure flow
in gallons and shall be installed in a minimum 4-foot diameter reinforced concrete vault with
manhole and steps. The meter shall be installed at a minimum of 4 feet below finished grade.
A remote reading device (Badger Read-O-Matic) shall be installed above ground on a
prominently-marked stake in close proximity to the meter. The remote reading device shall
measure the flow in gallons. The vault and lid shall be designed to support HAS-20 vehicle
loading. At the conclusion of the project, the vault, valves and fittings shall become the
property of the Authority. The Contractor shall remove the meter and retain possession of it.
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.
TEMPORARY FACILITIES AND CONTROLS
015000 - 13
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
IA1003
July 9, 2010
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.
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.
2.
3.
4.
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.
Materials and facilities that constitute temporary facilities are the property of Contractor.
Owner reserves right to take possession of Project identification signs.
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
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.
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 - 14
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 016000 - PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
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.
B.
1.3
This Section includes substitutions made for "or as approved by the Authority" items.
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.
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.
2.
3.
B.
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.
New Products: Items that have not previously been incorporated into another project or
facility, except that products consisting of recycled-content materials are allowed, unless
explicitly stated otherwise. Products salvaged or recycled from other projects are not
considered new products.
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.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.4
IA1003
July 9, 2010
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.
2.
Coordinate product list with Contractor's Construction Schedule and Submittals
Schedule.
Form: Tabulate information for each product under the following column headings:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
3.
4.
5.
6.
B.
Specification Section number and title.
Generic name used in the Contract Documents.
Proprietary name, model number, and similar designations.
Manufacturer's name and address.
Supplier's name and address.
Installer's name and address.
Projected delivery date or time span of delivery period.
Identification of items that require early submittal approval for scheduled delivery
date.
Item Tag Number or similar ID if identified in the drawings
Location (room number from the drawings)
Serial Number (once available)
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.
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.
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.
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.
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.
2.
Substitution Request Form: Submit requests in the form and according to procedures
required for Contract Modification proposals supplied to Contractor at the preconstruction meeting or as directed by COTR. Do not submit requests for substitutions
as "Requests for Information" (RFIs).
Documentation: Show compliance with requirements for substitutions and the following,
as applicable:
PRODUCT REQUIREMENTS
016000 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
3.
Statement indicating why specified material or product cannot be provided.
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.
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.
Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
Samples, where applicable or requested.
List of similar installations for completed projects with project names and
addresses and names and addresses of architects and owners.
Material test reports from a qualified testing agency indicating and interpreting test
results for compliance with requirements indicated.
Research/evaluation reports evidencing compliance with building code in effect for
Project, from a model code organization acceptable to authorities having
jurisdiction.
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.
Cost information, including a proposal of change, if any, in the Contract Price.
Contractor's certification that proposed substitution complies with requirements in
the Contract Documents and is appropriate for applications indicated.
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.
Failure by Contractor to include the above requirements in the submittal may cause
rejection of the submittal in its entirety.
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.
b.
C.
IA1003
July 9, 2010
Form of Acceptance: Change notice.
Use product specified if COTR couldn’t make a decision on use of a proposed
substitution within time allocated.
Comparable Product Requests: Submit three copies of each request for consideration. Identify
product or fabrication or installation method to be replaced. Include Specification Section
number and title and Drawing numbers and titles.
1.
COTR’s Action:
If necessary, COTR will request additional information or
documentation for evaluation within 7 working days of receipt of a comparable product
request. COTR will notify Contractor of approval or rejection of proposed comparable
product request within 15 calendar days of receipt of request, or 7 calendar days of
receipt of additional information or documentation, whichever is later.
PRODUCT REQUIREMENTS
016000 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
1.5
IA1003
July 9, 2010
Form of Approval: As specified in Division 01 Section "Submittals."
Use product specified if COTR couldn’t make a decision on use of a comparable
product request within time allocated.
QUALITY ASSURANCE
A.
1.6
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.
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.
2.
3.
4.
C.
Storage:
1.
2.
3.
4.
5.
6.
7.
8.
1.7
Schedule delivery to minimize long-term storage at Project site and to prevent
overcrowding of construction spaces.
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.
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.
Inspect products on delivery to ensure compliance with the Contract Documents and to
ensure that products are undamaged and properly protected.
Store products to allow for inspection and measurement of quantity or counting of units.
Store materials in a manner that will not endanger Project structure.
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.
Comply with product manufacturers written instructions for temperature, humidity,
ventilation, and weather-protection requirements for storage.
Store foam plastic from exposure to sunlight, except to extent necessary for period of
installation and concealment.
Store cementitious products and materials on elevated platforms.
Protect stored products from damage.
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 WARRANTIES
A.
Warranties specified in other Sections shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on
PRODUCT REQUIREMENTS
016000 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
product warranties do not relieve Contractor of obligations under requirements of the Contract
Documents.
1.
2.
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.
2.
3.
C.
Manufacturer's Warranty:
Preprinted written warranty published by individual
manufacturer for a particular product and specifically endorsed by manufacturer to
Authority.
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.
Manufacturer's Standard Form: Modified to include Project-specific information and
properly executed.
Specified Form: When specified forms are included with the Specifications, prepare a
written document using appropriate form properly executed.
Refer to Divisions 02 through 33 Sections for specific content requirements and
particular requirements for submitting special warranties.
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.
2.
3.
4.
5.
6.
7.
B.
Provide products complete with accessories, trim, finish, fasteners, and other items
needed for a complete installation and indicated use and effect.
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.
The Authority reserves the right to limit selection to products with warranties not in
conflict with requirements of the Contract Documents.
Where products are accompanied by the term "as selected," COTR will make selection.
Where products are accompanied by the term "match sample," sample to be matched is
COTR's.
Descriptive, performance, and reference standard requirements in the Specifications
establish "salient characteristics" of products.
"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 Selection Procedures:
PRODUCT REQUIREMENTS
016000 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
2.
3.
4.
5.
6.
7.
2.2
IA1003
July 9, 2010
Product: Where Specifications name a single product and manufacturer, provide the
named product that complies with requirements.
Manufacturer/Source: Where Specifications name a single manufacturer or source,
provide a product by the named manufacturer or source that complies with requirements.
Products: Where Specifications include a list of names of both products and
manufacturers, provide one of the products listed that complies with requirements.
Manufacturers: Where Specifications include a list of manufacturers' names, provide a
product by one of the manufacturers listed that complies with requirements.
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.
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.
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.
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.
2.
3.
4.
5.
6.
7.
8.
9.
C.
Requested substitution does not require extensive revisions to the Contract Documents.
Requested substitution is consistent with the Contract Documents and will produce
indicated results.
Substitution request is fully documented and properly submitted.
Requested substitution will not adversely affect Contractor's Construction Schedule.
Requested substitution has received necessary approvals of authorities having
jurisdiction.
Requested substitution is compatible with other portions of the Work.
Requested substitution has been coordinated with other portions of the Work.
Requested substitution provides specified warranty.
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.
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.
PRODUCT REQUIREMENTS
016000 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
D.
2.3
IA1003
July 9, 2010
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.
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.
2.
3.
4.
5.
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.
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.
Evidence that proposed product provides specified warranty.
List of similar installations for completed projects with project names and addresses and
names and addresses of architects and owners, if requested.
Samples, if requested.
PART 3 - EXECUTION (Not Used)
END OF SECTION 016000
PRODUCT REQUIREMENTS
016000 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
1.2
Maintaining haul roads as shown in the plans.
Furnishing and applying water as needed for dust control during construction
operations.
Obtaining personnel identification, badges and vehicle clearances on to the AOA as
necessary to qualify personnel and equipment for entering the AOA.
Demobilization efforts at completion of the project.
METHOD OF MEASUREMENT
A.
1.3
Payment for mobilization and demobilization will be made on a lump sum basis wherein no
measurement will be made.
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 4.5% of the total contract proposal price.
C.
Payment for mobilization will be made in three installments. The first payment of 50 percent of the
lump sum price item will be made on the first estimate following partial mobilization and the
initiation of construction work including the placement or erection of all Contractors' and COTR's
offices. The second payment of 35% will be made on the next estimate following the completion of
substantial mobilization. The completion of the erection of materials processing plants, if any, will
not be required as a condition to the release of the second payment. The third and final payment of
15% will be made on the last estimate upon completion of the project, or upon completion of
demobilization as determined by the COTR.
D.
Payment will be made under:
Item 017113-1.1 – Mobilization - per lump sum.
PART 2 – PRODUCTS (Not Used)
PART 3 - EXECUTION
MOBILIZATION AND DEMOBILIZATION
017113-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.1
HAUL ROAD DUST CONTROL AND MAINTENANCE
3.1.1
DUST CONTROL
IA1003
July 9, 2010
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.
3.3
Barricades shall be furnished as discussed in Division 01, Section “Maintenance and Protection of
Air Traffic During Construction.”
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 017114- MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING
CONSTRUCTION
PART 1 - GENERAL
1.1
SUMMARY
A.
B.
1.2
1.3
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.
Supply barricades and place, maintain, move, and store barricades as indicated in the
plans.
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.
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 closed runway markers 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
Item 017114-1.3 – Bucket Barricade--per each
Item 017114-1.4 – Class A Barricade--per each
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
PART 2 - PRODUCTS
2.1
2.2
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 steadyburn, 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.
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 omnidirectional 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, steadyburn 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:
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.
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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.
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.2
IA1003
July 9, 2010
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.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 017300 - EXECUTION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section includes general procedural requirements governing execution of the Work
including, but not limited to, the following:
1.
2.
3.
4.
5.
6.
7.
8.
B.
Related Sections include the following:
1.
1.3
Construction layout.
Field engineering and surveying.
General installation of products.
Coordination of Authority-installed products.
Progress cleaning.
Starting and adjusting.
Protection of installed construction.
Correction of the Work.
Division 01 Section "Project Management and Coordination" for procedures for
coordinating field engineering with other construction activities.
SUBMITTALS
A.
Qualification Data: Submit qualification data for land surveyors.
B.
Certificates: Submit certificate signed and sealed by land surveyor certifying that location and
elevation of improvements comply with requirements.
C.
Certified Surveys: Submit 2 copies signed and sealed by land surveyor.
D.
Project Record Documents: Submit a record of Work performed (materials tests, inspections,
acceptance tests, etc.) and record survey data as required under provisions in Division 01
Sections "Submittals" and "Project Closeout."
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.
EXECUTION
017300 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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.
2.
C.
Before construction, verify the location and points of connection of utility services.
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.
For additional requirements for locating and marking existing utilities, see Division 01
Section "Summary."
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.
b.
c.
d.
2.
3.
4.
5.
EXECUTION
Description of the Work.
List of detrimental conditions, including substrates.
List of unacceptable installation tolerances.
Recommended corrections.
Verify compatibility with and suitability of substrates, including compatibility with
existing finishes or primers.
Examine roughing-in for mechanical and electrical systems to verify actual locations of
connections before equipment and fixture installation.
Examine walls, floors, and roofs for suitable conditions where products and systems are
to be installed.
Proceed with installation only after unsatisfactory conditions have been corrected.
Proceeding with the Work indicates acceptance of surfaces and conditions.
017300 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.2
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
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.
Establish dimensions within tolerances indicated. Do not scale Drawings to obtain
required dimensions.
Inform installers of lines and levels to which they must comply.
Check the location, level and plumb, of every major element as the Work progresses.
Notify COTR when deviations from required lines and levels exceed allowable
tolerances.
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.
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.
EXECUTION
017300 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.4
IA1003
July 9, 2010
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.
2.
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.
2.
3.
D.
3.5
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.
Replace lost or destroyed permanent benchmarks and control points promptly with the
approval of COTR. Base replacements on the original survey control points.
Record benchmark locations, with horizontal and vertical data, on Project Record
Documents.
Where the actual location or elevation of layout points cannot be marked, provide
temporary reference points sufficient to locate the Work.
Remove temporary reference points when no longer needed.
Restore marked
construction to its original condition.
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.
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.
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.
EXECUTION
017300 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
Mounting Heights: Where mounting heights are not indicated, mount components at
heights directed by COTR.
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.
2.
3.
4.
Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
Remove combustible debris from the site daily.
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.
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.
2.
Remove liquid spills promptly.
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
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.
EXECUTION
017300 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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."
3.8
Remove
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.
EXECUTION
017300 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.9
IA1003
July 9, 2010
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 017700 - PROJECT CLOSEOUT
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions, and other
Division 01 Specification Sections apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for Project closeout,
including, but not limited to, the following:
1.
2.
3.
B.
Related Sections include the following:
1.
2.
3.
4.
1.3
Inspection procedures.
Warranties.
Final cleaning.
Division 01 Section “Quality Requirements” for final requirements of the Warranty
Manual.
Division 01 Section "Photographic Documentation" for submitting Final Acceptance
construction photographs and negatives.
Division 01 Section "Project Record Documents" for submitting Record Drawings,
Record Specifications, Record Product Data, and other Record Documents.
Divisions 02 through 33 Sections for specific closeout and special cleaning requirements
for products of those Sections.
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.
2.
3.
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.
Ensure previously outstanding technical submittals and Shop Drawings have been
submitted and approved.
Advise COTR of pending insurance changeover requirements.
PROJECT CLOSEOUT
017700 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4.
Submit warranties required by Contract Documents, workmanship bonds, maintenance
service agreements, final certifications, and similar documents.
a.
5.
6.
7.
8.
9.
10.
11.
12.
13.
C.
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.
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.
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.
Deliver tools, spare parts, extra materials, and similar items to location designated by
COTR. Label with manufacturer's name and model number where applicable.
Complete startup testing of systems.
Submit test/adjust/balance records.
Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
Advise the Authority of changeover in utilities.
Submit changeover information related to the Authority's occupancy, use, operation, and
maintenance.
Instruct the Authority's personnel in operation, adjustment, and maintenance of products,
equipment, and systems, as required by Division 01 Section "Demonstration and
Training."
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.
2.
3.
1.4
IA1003
July 9, 2010
Re-inspection: Request re-inspection when the Work identified in previous inspections
as incomplete is completed or corrected.
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.
Results of completed inspection will form the basis of requirements for Final Acceptance.
FINAL COMPLETION AND ACCEPTANCE
A.
Definition: "Final Completion" is the stage in the Contract when the Contracting Officer
determines that all Work has been 100 percent completed according to the terms and conditions
of the Contract Documents, including administrative obligations. The date of Final Acceptance
is the date of execution by the Contracting Officer of a Certificate of Final Acceptance.
PROJECT CLOSEOUT
017700 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
B.
Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
C.
Submit a final Application for Payment according to Division 01 Section "Application
for Payment."
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.
Submit a Contractor/COTR joint statement evidencing that all Record Documents,
Operation and Maintenance Manuals, warranties, and similar required submittals have
been approved.
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.
Execute final Contract Modification and submit final Subcontractor Payment Form.
Return all AOA badging and all Authority Ids.
Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
Submit Record Contract CPM Schedule.
Submit warranty book.
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.
1.5
IA1003
July 9, 2010
Re-inspection: Request re-inspection when the Work identified in previous inspections
as incomplete is completed or corrected.
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.
2.
3.
Organize list of spaces in sequential order.
Organize items applying to each space by major element, including categories for ceiling,
individual walls, floors, equipment, and building systems.
Include the following information at the top of each page:
a.
b.
c.
d.
e.
f.
Contract name and number.
Date.
Name of COTR.
Name of Architect/Engineer.
Name of Contractor.
Page number.
PROJECT CLOSEOUT
017700 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
b.
c.
d.
e.
f.
g.
C.
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.
Sweep paved areas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
Rake grounds that are neither planted nor paved to a smooth, even-textured
surface.
Remove tools, construction equipment, machinery, and surplus material from
Project site.
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.
Remove debris and surface dust from limited access spaces, including roofs,
plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.
Leave Project clean and ready for occupancy.
Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or
excess materials on the Authority's property. Do not discharge volatile, harmful, or dangerous
materials into drainage systems. Remove waste materials from Project site and dispose of
lawfully.
PROJECT CLOSEOUT
017700 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
1.
IA1003
July 9, 2010
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 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 017839 - PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings, Contract Provisions, Special Provisions, Supplementary Conditions and other
Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for Project Record
Documents, including the following:
1.
2.
3.
4.
5.
6.
7.
B.
Related Sections include the following:
1.
2.
3.
4.
1.3
Record Drawings.
Record Specifications
Record Product Data.
Record Samples.
Record Schedule.
Miscellaneous Record Submittals.
Computer Aided Design and Drafting (CADD) requirements for Record Drawings.
Division 01 Section “Construction Progress Documentation" for construction schedules
as basis for Record Schedule.
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
Division 01 Section "Project Closeout " for general closeout procedures
Divisions 02 through 33 Sections for specific requirements for Project Record
Documents of products in those Sections.
SUBMITTALS
A.
CADD Record Drawings. Comply with the following:
1.
Submit copies of CADD Record Drawings as follows:
a.
Initial Submittal: Submit one set of complete, full-sized, CADD Record
Drawings. Additional sets of drawings are not to be copied and submitted until
after substantial completion to insure all changes are shown on the drawings. The
COTR will facilitate review of drawings and indicate whether the CADD Record
Drawings are acceptable. The COTR will return review comments indicating any
corrections that need to be made to the drawings. The corrected CADD Record
Drawings may then be reproduced, and organized into sets, printed, bound, and
submitted as final submittal.
PROJECT RECORD DOCUMENTS
017839 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
b.
IA1003
July 9, 2010
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.
2.
Maintenance of Drawings: Maintain the drawings in a clean, dry, legible condition.
Keep drawings available during normal working hours for inspection by the COTR.
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.
b.
c.
3.
Give particular attention to information on concealed elements that would be
difficult to identify or measure and record later especially underground structures.
Record information in an understandable drawing technique. Ensure mark-ups are
legible and reproducible.
Record data as soon as possible after obtaining it. Record and check markups
before enclosing concealed installations.
Content: Types of items requiring marking include, but are not limited to, the following:
PROJECT RECORD DOCUMENTS
017839 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
4.
5.
6.
7.
B.
Dimensional changes to Drawings.
Revisions to details shown on Drawings.
Locations and depths of underground utilities.
Revisions to routing of piping and conduits.
Revisions to electrical circuitry.
Actual equipment locations.
Duct size and routing.
Locations of concealed internal utilities.
Changes made by Change Notice and RFI.
Changes made following COTR's written orders.
Details not on the original Drawings.
Field records for variable and concealed conditions.
Record information on the Work that is shown only schematically.
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.
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.
Mark important additional information that was either shown schematically or not
indicated on the original Drawings.
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".
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.
2.
3.
C.
IA1003
July 9, 2010
Assign a number to each new sheet and cross-reference on the appropriate related sheets.
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.
Integrate newly prepared sheets into Record Drawing sets and update drawing index to
reflect new sheets.
Format:
1.
2.
3.
Identify and date each Record Drawing. Include the designation “PROJECT RECORD
DRAWING” in a prominent location on each sheet.
Cover Sheet shall have the designation “PROJECT RECORD DRAWINGS”, Date,
Name of Contractor, and signature.
Record CADD Drawings:
PROJECT RECORD DOCUMENTS
017839 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
a.
b.
4.
D.
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.
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.
Include the following identification on newly prepared Project Record Drawing Sheets:
a.
b.
c.
d.
e.
f.
g.
5.
IA1003
July 9, 2010
Project name.
Date.
Designation "PROJECT RECORD DRAWING."
Name of Architect/Engineer (if applicable).
Name of Contractor.
Initials of person incorporating the change.
Drawing identification number. (Ixx/Dxx)
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.
ADDITIONAL REQUIREMENTS FOR RECORD DRAWINGS
1.
2.
3.
4.
5.
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.
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.
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 markup is due to a field adjustment, it shall be indicated as such.
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.
All shop drawings showing information not on the construction drawings (with the
exception of concrete embedded steel reinforcement bending drawings and steel reaction
and fabrication drawings) shall be marked up and included in the record drawing set.
They shall be the same size (changes in scale noted) as all other drawings, include a title
block, and clearly indicate that they are record shop drawings. When the shop drawings
more accurately show locations and conditions, they may be marked in lieu of referenced
on the original drawings. This does not relieve the contractor from the shop drawing
PROJECT RECORD DOCUMENTS
017839 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
5.
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.
2.
3.
4.
5.
2.4
Give particular attention to information on concealed products and installations that
cannot be readily identified and recorded later.
Include significant changes in the product delivered to Project site and changes in
manufacturer's written instructions for installation.
Note related Change Orders, Record Drawings, and Product Data where applicable.
Upon completion of mark-up, submit a complete set of record Product Data to COTR for
the Authority's records.
Where Record Product Data is required as part of maintenance manuals, submit
marked-up product data as an insert in the manual.
RECORD SAMPLE SUBMITTAL
A.
2.5
Give particular attention to information on concealed products and installations that
cannot be readily identified and recorded later.
Mark copy with the brand name and model number of products, materials, and equipment
furnished, including substitutions and product options selected.
Record the name of the manufacturer, supplier, Installer, and other information necessary
to provide a record of selections made.
For each principal product, indicate whether Record Product Data has been submitted in
operation and maintenance manuals instead of submitted as Record Product Data.
Note related Change Orders, Record Drawings, and Product Data where applicable.
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.
RECORD SCHEDULE
PROJECT RECORD DOCUMENTS
017839 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
Field records on excavations and foundations.
Field records on underground construction and similar Work.
Survey showing locations and elevations of underground lines.
Authorized measurements utilizing unit prices or allowances.
Ambient and substrate condition tests.
Certifications received in lieu of labels on bulk products.
Batch mixing and bulk delivery records.
Testing and qualification of tradesmen.
Documented qualification of installation firms.
Load and performance testing.
Inspections and certifications by governing authorities.
Final inspection and correction procedures.
Summary letter from Special Inspector indicating structural work was completed in
accordance with applicable standards.
Final inspections of all trades.
PART 3 - EXECUTION
3.1
RECORDING AND MAINTENANCE
A.
Recording: Maintain one copy of each submittal during the construction period for Project
Record Document purposes. Post changes and modifications to Project Record Documents as
they occur.
B.
Maintenance of Record Documents and Samples: Store Record Documents and Samples in the
field office apart from the Contract Documents used for construction. Do not use Project
Record Documents for construction purposes. Maintain Record Documents in good order and
in a clean, dry, legible condition, protected from deterioration and loss. Repair or reproduce
torn or dirty sheets. Provide access to Project Record Documents for COTR's reference during
normal working hours.
PROJECT RECORD DOCUMENTS
017839 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
END OF SECTION 017839
PROJECT RECORD DOCUMENTS
017839 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
The Contractor shall dispose of all excess suitable excavated material at the on-airport soil bank.
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 subbase well drained at all times. Depressions or areas that hold
water are not permitted at any time in the proposed subbase. It is expected that pumping will be
necessary to maintain a well-drained subbase. 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. 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.
CONSTRUCTION METHODS
152-2.1
GENERAL
The suitability of material to be placed in embankments shall be subject to approval by the COTR.
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. 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.
EXCAVATION AND EMBANKMENT
P-152-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
152-2.2
IA1003
July 9, 2010
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 excavated material shall
be disposed of in accordance with Paragraph 2.2H, Disposal of Excavated Materials.
Combustible material shall be removed from the site daily.
The contractor shall be required to process and compact the existing subbase as required in this
section as outlined below. The properties of the existing subbase 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.
Pumping shall be used to maintain the subbase in a dry condition.
A.
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 a sequence of wet diamond and wheel saw cuts as
described in the drawings. Overcuts into pavement to remain resulting from planned
sawcuts along the removal limits shall be filled with a COTR approved epoxy
material in accordance with the manufacturer’s instructions. The pavement inside the
initial saw cut shall be broken by methods suitable to the Contractor except as noted
below. If additional sawcuts are used to break the pavement into pieces, overcuts
into pavement to remain shall not be allowed. 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.
EXCAVATION AND EMBANKMENT
P-152-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 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.
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".
C.
Removal of Utilities. The Contractor will accomplish the removal of existing structures
and utilities required to permit the orderly progress of work.
D.
Initial Compaction. After the pavement removal operations have been completed, the
subbase shall be compacted as discussed in Section 152-2.2F "Compaction
Requirements”. Compacting operations shall continue until the maximum attainable
density of the existing subbase has been reached. If the maximum density is less than the
specified percent of maximum density, the Contractor shall either dry the subbase or
sprinkle the subbase with water, as necessary to reach the required moisture content. The
Contractor shall then continue recompacting the subbase 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 subbase to the specified percent of maximum density.
E.
Sump Installation and Pumping. During construction trapped moisture in low areas of
the subbase, may cause undesirable conditions. Undrained areas or depressions created in
the subbase by excavation are not permitted at any time in this project. The Contractor
EXCAVATION AND EMBANKMENT
P-152-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
shall install gravel sumps and pump the depressed subbase locations to maintain a welldrained subbase 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.
F.
Compaction Requirements. Subbase under all areas to be paved shall be compacted to
the following depths and densities. The subbase shall be compacted to a minimum depth
of 6 inches and to a density of not less than 95% of the maximum dry density at optimum
moisture (+/- 20%) as determined by ASTM D 1557. Any unsuitable materials
encountered shall be removed as directed by the COTR. 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. Stones or rock fragments larger than 4 inches (10 cm) in their
greatest dimension will not be permitted in the top 6 inches (15 cm) of the subgrade
Where needed, Item P-209 shall be added to level the subbase to achieve the specified
PCC pavement thickness.
G.
Blasting. Blasting shall not be permitted.
H.
Disposal of Excavated Materials.
1.
All unsuitable excavated material shall be legally disposed of off the Airport
Property.
2.
All suitable excavated material (including removed PCC) shall be disposed of at
the Soil Bank Site on the Airport property, as shown on the drawings. The
Contractor shall only be responsible for loading and hauling the material to the
soil bank site. 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 material disposed of in the Airport’s soil bank shall be a 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, conduit, 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
EXCAVATION AND EMBANKMENT
P-152-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
Processing of soft and yielding material shall be performed by others.
152-2.3
HAUL
All hauling will be considered a necessary and incidental part of the work. Its cost shall be
considered by the Contractor and included in the contract unit price for the pay of items or work
involved. No payment will be made separately or directly for hauling on any part of the work.
152-2.4
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.
152-2.5
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 D 1557 for a representative
sample of the existing subbase.
B.
Compaction Tests. The Contractor shall obtain in place field densities which shall be
determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 6938 for the
recompacted existing subbase. Testing will be made at a rate of 1 test per 400 linear feet
of trench or less. Additional tests shall be made as necessary as determined by the
COTR.
EXCAVATION AND EMBANKMENT
P-152-5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
C.
152-2.6
IA1003
July 9, 2010
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.
PUMPING
The Contractor shall take actions as needed to prevent surface water runoff from entering the
trench. In addition, it is anticipated that the contractor will have to pump to maintain a dry and
well drained subbase. Depressions in the subbase that hold water and do not drain are not
permitted. The cost of pumping shall be included in the unit cost for pavement removal. See
Section 312514 for requirements to filter pumped water.
152-2.7
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 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. Leveling and compaction of existing subbase shall not be measured
separately, but shall be considered incidental to Pavement Removal.
BASIS OF PAYMENT
152-4.1
PAVEMENT REMOVAL
Payment for Pavement Removal 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 compaction
of existing subbase and for furnishing all materials, labor, equipment, tools and incidentals
necessary to complete the item. Additional sawcuts that may be used to facilitate pavement
removal shall be considered incidental to this item. Sawcut overcut repairs resulting from
pavement removal shall be considered incidental to this item.
Payment will be made under:
Item P-152-4.1
PCC Pavement Removal, 15” Depth
EXCAVATION AND EMBANKMENT
per square yard
P-152-6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
MATERIAL AND TESTING REQUIREMENTS
ASTM D698
Tests for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures,
Using 5.5-pound (2.5 kg) Rammer and 12-inch (304.8 mm) Drop
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) Rammer and 18-inch (457 mm) Drop
ASTM D2167
Test for Density of Soil In-Place by the Rubber Balloon Method
ASTM D6938
Standard Test Methods for Density of Soil and Soil - Aggregate in Place by
Nuclear Methods (Shallow Depth)
END ITEM P-152
EXCAVATION AND EMBANKMENT
P-152-7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
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
Field Density Reports
Moisture Density Curve Reports
Compaction Test Reports
Surface Tolerance Test Reports
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 sodium sulfate soundness loss shall not exceed 12 percent, 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
2 in.
1 in.
3/8 in.
No. 10
No. 40
No. 200
Design Range Percentage by Weight Passing
Sieves
100
90-100
59-69
26-36
11-19
5-8
CRUSHED AGGREGATE BASE COURSE
Job Mix Tolerances Percentage
5
8
7
4
2
P-209-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 if 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 subbase as needed to level
the existing subbase course.
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 placing
the next layer. The surface of the compacted material shall be kept moist until covered with the
next layer.
CRUSHED AGGREGATE BASE COURSE
P-209-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
209-3.5
IA1003
July 9, 2010
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 the time of compaction operations shall be within 20% of
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
Crushed Aggregate Base Course will only be directly tested for acceptance in locations where the
material is placed at a thickness of more than 4 inches. In areas where the crushed aggregate base
course is less than 4 inches thick, it shall be compacted and tested according to Item P-152.
Crushed Aggregate Base Course will be accepted for density when the field density is at least 95
percent of the maximum density of laboratory prepared specimens. The laboratory density shall
be determined in accordance with ASTM D1557, Method C. The in-place field density shall be
determined in accordance with ASTM D1556 or D2167. If the specified density is not attained,
the layer 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 the core method of 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.
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.
All acceptance testing and associated costs shall be the Contractor's responsibility.
209-3.7
FINISHING
CRUSHED AGGREGATE BASE COURSE
P-209-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
The surface of the aggregate base course shall be finished by blading or with automated
equipment especially designed for this purpose. 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
NOT USED
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.
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". 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
CRUSHED AGGREGATE BASE COURSE
P-209-5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
Not Used.
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.
METHOD OF MEASUREMENT
209-4.1
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
CRUSHED AGGREGATE BASE COURSE
P-209-6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los
Angeles Machine
ASTM C131
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
ASTM D698
Moisture-Density Relations of Soils and Soil - Aggregate Mixtures Using
5.5-lb (2.49-kg) Rammer and 12-in (305mm) Drop
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 D6938
Density of Soil and Soil-Aggregate in Place by Nuclear Methods
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
END ITEM P-209
CRUSHED AGGREGATE BASE COURSE
P-209-7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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)
221-2.2
10-30
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.
CHOKE STONE INTERLAYER
P-221-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
EQUIPMENT
221-3.1
WEATHER LIMITATIONS
The choke stone may not be placed when rainfall is occurring or where rain is imminent.
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
CHOKE STONE INTERLAYER
P-221-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
ASTM D 3665 Random Sampling of Paving Materials
ASTM D 3666 Minimum Requirements for Agencies Testing and Inspecting Road and
Paving Materials
END ITEM P-221
CHOKE STONE INTERLAYER
P-221-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION P-501 - PORTLAND CEMENT CONCRETE PAVEMENT
501-1.01
DESCRIPTION
A.
501-1.02
501-1.03
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.
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.
SUBMITTALS
A.
Furnish shop drawings, manufacturer's data, test reports and materials certifications
for all materials required in the referenced section, including:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Aggregates
Cement
Cementitious Materials
Premolded Joint Filler
Expansion Joint Cap
Steel Reinforcement
Dowel and Tie Bars
Dowel Bar Paint
Dowel Bar Assembly
Water
Liquid Curing Compound
Admixtures
Epoxy-resin
Mix-design submittal
Testing Laboratory Certification
Testing laboratory personnel qualifications
Certifications for batch plant, mixers and transportation equipment
Concrete batch tickets
Test batch data and PCC strength specimen results
Tabulation of paving lane edge elevations
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
The contractor shall run ASTM C 227 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 16 days. Should the test
data indicate an expansion greater than 0.1%, additional testing by the contractor may
be performed using Type I/II low alkali cement and/or Class F flyash 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
---------------------------------------------------------------------------------------------------
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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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)
in.
2-1/2
2
1-1/2
1
3/4
1/2
3/8
No. 4
No. 8
D.
501-2.02
501-2.03
Percentage/Weight
1-1/2"-3/4"
--100
90-100
20-55
0-15
--0-5
-----
Passing Sieves
3/4"-No.4
------100
90-100
--20-55
0-10
0-5
Aggregate Certifications. Certifications testing results shall be provided for the
referenced criteria and standards. The certification and test results shall be no older
than one (1) year.
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.
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 supplementary optional chemical and physical properties of Tables 1A
and 2A contained in ASTM C 618 shall apply. Fly ash that is produced in furnace
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
operations utilizing liming materials or soda ash (sodium carbonate) as an additive
shall not be acceptable.
B.
501-2.04
PREMOLDED JOINT FILLER
A.
501-2.05
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.
STEEL REINFORCEMENT
A.
501-2.07
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.
JOINT SEALER
A.
501-2.06
Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of ASTM
C 989, Grade 100 or 120.
Where Steel Reinforcing Mats are shown on the plans, the mats shall consist of
welded steel wire fabric conforming to the requirements of ASTM A185 and bar
mats conforming of 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.
DOWEL AND TIE BARS
A.
Tie bars shall be deformed steel bars and conform to the requirements of ASTM A
615, ASTM A 616, or ASTM A 617, 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, ASTM A 616 or
ASTM A 617 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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
501-2.08
WATER
A.
501-2.09
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
ASMT A 616.
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.
COVER MATERIAL FOR CURING
A.
Only the following curing material shall be used:
1.
501-2.10
Liquid membrane-forming compounds for curing concrete shall conform to
the requirements of ASTM C 309, Type 2, Class B (white pigment).
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. Waterreducing, 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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
501-2.11
IA1003
July 9, 2010
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:
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 7-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 7 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
501-3.02
C.
The minimum cementitious material (cement plus fly ash or slag) shall be determined
by the Contractor. The ratio of water to cementitous 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 3, 5, 7 and 14 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. 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.
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 cementitous material. The replacement rate
shall be determined from laboratory trial mixes, but shall not exceed 15 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-501-7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
501-3.03
IA1003
July 9, 2010
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
Aggregate Size
1-1/2 in.
B.
501-3.04
Air Content
Percent by Volume
5-1/2
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.
TEST BATCH
A test batch is required consisting of both high and low slump concrete for Plain PCC mixes.
A.
At least 14 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.
b.
Mixing.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
(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,
5, 7 and 14 days while the COTR observes. If the slump is below 1
inch, the Contractor may add additional water to increase the slump
each addition of water. Beams will be made for testing at 3, 5, 7
and 13 days when the 1-inch slump is obtained at approximate 5.5%
air content. If the Contractor wishes to have a higher slump
concrete for formed concrete, additional water and mixing will be
permitted to produce a slump up to 3 inches. The Contractor may
add additional water reducing admixture to obtain the higher slump.
Beams will be made for testing the higher slump concrete at 3, 5, 7
and 14 days. The COTR may require the preparation of a new batch
of four (4) cubic yards of concrete in order to make the high slump
Test Batch. The higher slump concrete will be considered part of
the test batch.
e.
501-3.05
The concrete test beams shall be tested at 3, 5, 7, and 14 days to
establish a growth curve of concrete strength vs. age.
B.
The Test Batch shall be paid for under Section 501-8.01. Only one Test Batch
consisting of both low and high slump concrete, will be paid for per project. Any
additional Test Batches shall be paid for by the Contractor.
C.
Should a change in sources be made or admixtures added or deleted from the mix, a
new trial batch shall be run at the expense of the Contractor.
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.
D.
A statement that each test specified in developing the mix design is offered in the
scope of the laboratory's services.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
E.
IA1003
July 9, 2010
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.
C.
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.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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.
501-4.02
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
received on the use of roller screeds. Vibrators must not be operational if the
screed is not advancing.
FORM SETTING
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-12
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
NOT USED
501-4.04
CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE
CONSTRUCTION
501-4.05
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.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-13
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
sources and of different grading shall not be stockpiled together. Improperly placed
stockpiles will not be accepted by the COTR.
501-4.06
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 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.
MIXING CONCRETE
A.
The concrete may be mixed at the work site, in a central mix plant or in truck mixers.
The mixer shall be of an approved type and capacity. Mixing time shall be measured
from the time all materials, except water, are emptied into the drum. All concrete
shall be mixed and delivered to the site in accordance with the requirements of
ASTM C 94, 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-14
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 at the work site or 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 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. Retempering 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.
E.
Each truckload of Ready Mix Cement Concrete shall furnish a ticket or tape that shall
provide the following information:
1
2.
3.
4.
5.
6.
7.
501-4.07
The quantity or batched weights of each aggregate, cement and water.
The zero balance conditions of each scale after batches have been
discharged, or prior to start of the batching operations.
A means of identifying each admixture required.
The time and date of each batch delivered.
Identification of each class of concrete.
Batch number for each batch delivered.
Contract identification
LIMITATIONS ON MIXING AND PLACING
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-15
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
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. Contractor shall be fully prepared to place PCC pavement in cold
weather (below 35 degrees), if required. Paving delays due to cold weather will not
be allowed. Instead, contractor shall implement a cold weather paving plan including
the following features at a minimum.
C.
501-4.08
IA1003
July 9, 2010
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.
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.
Hot Weather. Contractor shall be fully prepared to place PCC pavement in hot
weather (above 85 degrees), if required. Paving delays due to hot weather will not be
allowed. Instead, contractor shall implement a hot weather paving plan including the
following features at a minimum.
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 95 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.
PLACING CONCRETE
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-16
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
A.
NOT USED.
B.
NOT USED
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 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.
F.
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.
NOT USED.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-17
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
G.
501-4.09
501-4.10
IA1003
July 9, 2010
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.
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.
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 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-18
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 premolded filler of the thickness as shown on the plans, shall extend for the full depth
and width of the slab at the joint, except for space for sealant at the top of the slab.
The filler shall be securely staked or fastened into position perpendicular to the
proposed finished surface. A cap shall be provided to protect the top edge of the
filler and to permit the concrete to be placed and finished. After the concrete has
been placed and struck off, the cap shall be carefully withdrawn leaving the space
over the 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. These bars shall
not be painted, greased, or enclosed in sleeves.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-19
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 passage of the
paver to help maintain dowel position and alignment within maximum permissible
tolerances.
M.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-20
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 7-1/2 inches from a transverse joint and shall not interfere with dowels in
the transverse direction.
N.
501-4.11
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.
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 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-21
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-22
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
F.
501-4.12
501-4.13
IA1003
July 9, 2010
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.
SURFACE TEXTURE
A.
The surface of the pavement shall be finished with either a brush or broom, or burlap
drag 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.
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.
SAW CUT GROOVING
A.
Construct saw cut grooves where shown on the plans and according to the details in
the plans.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-23
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
501-4.14
IA1003
July 9, 2010
B.
Sawcut grooves shall not be closer than 3 inches or farther than 9 inches from
transverse paving joints. Grooves may be continued through longitudinal joints.
Grooves shall not be closer than 6 inches or farther than 18 inches from in-pavement
light fixtures. The Contractor shall protect in-pavement lights from damage during
the grooving and cleanup operation.
C.
Waste slurry created by saw cut grooving shall be cleaned up continuously during the
grooving operation. Waste material shall be disposed of in an approved manner.
Water material shall not be allowed to enter the airport storm or sanitary sewer
systems. After primary slurry removal and at the conclusion of each grooving shift,
flush the surface with water, then broom and vacuum the pavement surface to remove
all latents.
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 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-24
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
501-4.15
REMOVING FORMS
A.
501-4.16
501-4.17
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.
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.
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 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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-25
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
501-4.18
OPENING TO TRAFFIC
A.
501-4.19
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.
SUBMISSIONS.
A.
501-4.20
IA1003
July 9, 2010
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.
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.
Slabs with Cracks through Interior Areas. Interior area is defined as that area more
than 6 inches from either adjacent original transverse joint. Slabs with any cracks
that extend into the interior area, regardless of direction, shall be treated by one of the
following procedures subject to the approval of the COTR.
1.
Cracks That Do Not Extend Full Depth of Slab. These cracks, and similar
cracks within the areas 6 inches each side of transverse joints, shall be
cleaned and then pressure injected with epoxy resin, ASTM C-881, 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 of the COTR.
2.
Cracks That Extend Full Depth of Slab. Where there is any full depth crack
at any place within the interior area, the full slab shall be removed and
replaced at no cost to the Authority.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-26
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
C.
D.
IA1003
July 9, 2010
Cracks Close To and Parallel To Transverse Joints. All cracks essentially parallel to
original transverse joints, 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 transverse joint shall be treated as specified
above in subparagraph "Slabs With Cracks Through Interior Area." Any cracks
which do not extend full depth of the slab shall be treated as specified above in
subparagraph "Cracks That Do Not Extend Full Depth of Slab," and the original
transverse joint constructed as originally designed.
1.
Full Depth Cracks Present, Original Joint Not Opened. When the original
transverse joint has not opened, the crack shall be routed and sealed, and the
original transverse joint filled with epoxy resin as specified below. The
crack shall be sawed with equipment specially designed to follow random
cracks. The reservoir for joint sealant in the crack shall be formed by
routing to a depth of 3/4 inch, plus or minus 1/16 inch, and to a width of 5/8
inch, plus or minus 1/8 inch. Any equipment or procedure which causes
raveling or spalling along the crack shall be modified or replaced to prevent
such raveling or spalling. The joint sealant shall be a liquid sealant as
specified. Installation of joint sealant shall be as specified for sealing joints
or as directed. If the joint sealant reservoir has been sawed out, the reservoir
and as much of the lower saw cut as possible shall be filled with epoxy resin,
ASTM C-881, Type IV, Grade 2, thoroughly tooled into the void using
approved procedures. If only the original narrow saw cut has been made, it
shall be cleaned and pressure injected with epoxy resin, ASTM C-881, Type
IV, Grade 1, using approved procedures. If filler type material has been
used to form a weakened plane in the transverse joint, it shall be completely
sawed out and the saw cut pressure injected with epoxy resin, ASTM C-881,
Type IV, Grade 1, using approved procedures. Where a parallel crack goes
part way across paving lane and then intersects and follows the original
transverse joint which is cracked only for the remainder of the width, it shall
be treated as specified above for a parallel crack, and the cracked original
joint shall be prepared and sealed as originally designed.
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 containing
the crack shall be removed and replaced for the full lane width and length.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-27
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
501-4.21
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 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.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-28
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 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, 5, 7
and 14 days from the date of molding. 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-29
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
(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.
E.
Acceptance. Acceptance of pavement for flexural strength will be
determined by the COTR in accordance with paragraph 5.02E.
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.
501-5.02
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.
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.
ACCEPTANCE CRITERIA
A.
General. Acceptance will be based on the following characteristics of the completed
pavement:
1.
Flexural strength
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-30
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
2.
3.
4.
5.
6.
IA1003
July 9, 2010
Thickness
Smoothness
Grade
Edge slump
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 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. 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-31
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
Thickness
I.
IA1003
July 9, 2010
0.50 inches less than the Plan thickness for the lot.
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.
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.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-32
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
9.
J.
501-5.03
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.
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.
METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION
LIMITS (PWL)
A.
501-5.03.1
IA1003
July 9, 2010
GENERAL. When the specifications provide for material to be sampled and tested
on a statistical basis, the material will be evaluated for acceptance in accordance with
this section. All test results for a lot will be analyzed statistically, using procedures to
determine the total estimated percent of the lot that is within specification limits.
This concept, termed percent within limits (PWL), is a statistically based evaluation
method, whereby the PWL is computed on a lot basis, using the average (X) and
standard deviation (Sn) of the specified number (n) of sublot tests 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(s) (QL for
Lower Quality Index and/or QU for Upper Quality Index) is computed and the PWL
for the specified n is determined from Table 4.
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-33
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
n = Number of sublots
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-34
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Where:
PL = percent within lower specification limit
PU = percent within upper specification limit
EXAMPLE OF PWL CALCULATION
Project:
Test Item:
A.
Example Project
Item P-401, Lot A.
PWL Determination for Mat Density.
1.
Density of four random cores taken from Lot A.
A-1
A-2
A-3
A-4
n
2.
4.
(x1 + x2 + x3 + . . xn) / n
(96.60 + 97.55 + 99.30 + 98.35) / 4
97.95 percent density
Sn
=
[((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30 -97.95)2 +
(98.35 -97.95)2)) / (4 - 1)]1/2
Sn
=
[(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn
=
1.15
Calculate the Lower Quality Index QL for the lot. (L=96.3)
=
=
=
(X -L) / Sn
(97.95 - 96.30) / 1.15
1.4384
Determine PWL by entering Table 4 with QL= 1.44 and n= 4.
PWL
B.
=
=
=
Calculate the standard deviation for the lot.
QL
QL
QL
5.
4
Calculate average density for the lot.
X
X
X
3.
96.60
97.55
99.30
98.35
=
=
98
PWL Determination for Air Voids.
1.
Air Voids of four random samples taken from Lot A.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-35
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
A-1
A-2
A-3
A-4
2.
IA1003
July 9, 2010
5.00
3.74
2.30
3.25
Calculate the average air voids for the lot.
X = (x1 + x + x3 . . n) / n
X = (5.00 + 3.74 + 2.30 + 3.25) / 4
X = 3.57 percent
3.
4.
Calculate the standard deviation Sn for the lot.
Sn
=
[((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57
-3.25)2) / (4 - 1)]1/2
Sn
=
[(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2
Sn
=
1.12
Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL
QL
QL
5.
97
=
=
=
(U - X) / Sn
(5.00 - 3.57) / 1.12
1.2702
Determine PU by entering Table 1 with QU = 1.27 and n = 4.
PU
8.
=
Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU
QU
QU
7.
(X - L) Sn
(3.57 - 2.00) / 1.12
1.3992
Determine PL by entering Table 4 with QL = 1.40 and n = 4.
PL
6.
=
=
=
=
93
Calculate Air Voids PWL
PWL
PWL
=
=
(PL + PU) - 100
(97 + 93) - 100 = 90
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-36
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
TABLE 4.
Percent Within Limits
(PL and PC)
IA1003
July 9, 2010
TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Positive Values of Q (QL and QU)
n=3
n=4
n=5
n=6
n=7
n=8
99
1.1541
1.4700
1.6714
1.8008
1.8888
1.9520
98
1.1524
1.4400
1.6016
1.6982
1.7612
1.8053
97
1.1496
1.4100
1.5427
1.6181
1.6661
1.6993
96
1.1456
1.3800
1.4897
1.5497
1.5871
1.6127
95
1.1405
1.3500
1.4407
1.4887
1.5181
1.5381
94
1.1342
1.3200
1.3946
1.4329
1.4561
1.4716
93
1.1269
1.2900
1.3508
1.3810
1.3991
1.4112
92
1.1184
1.2600
1.3088
1.3323
1.3461
1.3554
91
1.1089
1.2300
1.2683
1.2860
1.2964
1.3032
90
1.0982
1.2000
1.2290
1.2419
1.2492
1.2541
89
1.0864
1.1700
1.1909
1.1995
1.2043
1.2075
88
1.0736
1.1400
1.1537
1.1587
1.1613
1.1630
87
1.0597
1.1100
1.1173
1.1191
1.1199
1.1204
85
1.0288
1.0500
1.0467
1.0435
1.0413
1.0399
84
1.0119
1.0200
1.0124
1.0071
1.0037
1.0015
83
0.9939
0.9900
0.9785
0.9715
0.9672
0.9643
82
0.9749
0.9600
0.9452
0.9367
0.9325
0.9281
81
0.9550
0.9300
0.9123
0.9025
0.8966
0.8928
80
0.9342
0.9000
0.8799
0.8690
0.8625
0.8583
79
0.9124
0.8700
0.8478
0.8360
0.8291
0.8245
78
0.8897
0.8400
0.8160
0.8036
0.7962
0.7915
77
0.8662
0.8100
0.7846
0.7716
0.7640
0.7590
76
0.8417
0.7800
0.7535
0.7401
0.7322
0.7271
75
0.8165
0.7500
0.7226
0.7089
0.7009
0.6958
74
0.7904
0.7200
0.6921
0.6781
0.6701
0.6649
73
0.7636
0.6900
0.6617
0.6477
0.6396
0.6344
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-37
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
Percent Within Limits
IA1003
July 9, 2010
Positive Values of Q (QL and QU)
(PL and PC)
n=3
n=4
n=5
n=6
n=7
n=8
72
0.7360
0.6600
0.6316
0.6176
0.6095
0.6044
71
0.7077
0.6300
0.6016
0.5878
0.5798
0.5747
70
0.6787
0.6000
0.5719
0.5583
0.5504
0.5454
69
0.6490
0.5700
0.5423
0.5290
0.5213
0.5164
68
0.6187
0.5400
0.5129
0.4999
0.4924
0.4877
67
0.5878
0.5100
0.4836
0.4710
0.4638
0.4592
66
0.5563
0.4800
0.4545
0.4424
0.4354
0.4310
65
0.5242
0.4500
0.4255
0.4139
0.4073
0.4031
64
0.4916
0.4200
0.3967
0.3856
0.3793
0.3753
63
0.4586
0.3900
0.3679
0.3575
0.3515
0.3477
62
0.4251
0.3600
0.3392
0.3295
0.3239
0.3203
61
0.3911
0.3300
0.3107
0.3016
0.2964
0.2931
60
0.3568
0.3000
0.2822
0.2738
0.2691
0.2660
59
0.3222
0.2700
0.2537
0.2461
0.2418
0.2391
58
0.2872
0.2400
0.2254
0.2186
0.2147
0.2122
57
0.2519
0.2100
0.1971
0.1911
0.1877
0.1855
56
0.2164
0.1800
0.1688
0.1636
0.1607
0.1592
55
0.1806
0.1500
0.1408
0.1363
0.1338
0.1322
54
0.1447
0.1200
0.1125
0.1090
0.1070
0.1057
53
0.1087
0.0900
0.0843
0.0817
0.0802
0.0792
52
0.0725
0.0600
0.0562
0.0544
0.0534
0.0528
51
0.0363
0.0300
0.0281
0.0272
0.0267
0.0264
50
0.0
0.0
0.0
0.0
0.0
0.0
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-38
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
Percent Within Limits
(PL and PU)
IA1003
July 9, 2010
Negative Values of Q (QL and QU)
n=3
n=4
n=5
n=6
n=7
n=8
49
-0.0363
-0.0300
-0.0281
-0.0272
-0.0267
-0.0264
48
-0.0725
-0.0600
-0.0562
-0.0544
-0.0534
-0.0528
47
-0.1087
-0.0900
-0.0843
-0.0817
-0.0802
-0.0792
46
-0.1447
-0.1200
-0.1125
-0.1090
-0.1070
-0.1057
45
-0.1806
-0.1500
-0.1408
-0.1363
-0.1338
-0.1322
44
-0.2164
-0.1800
-0.1688
-0.1636
-0.1607
-0.1592
43
-0.2519
-0.2100
-0.1971
-0.1911
-0.1877
-0.1855
42
-0.2872
-0.2400
-0.2254
-0.2186
-0.2147
-0.2122
41
-0.3222
-0.2700
-0.2537
-0.2461
-0.2418
-0.2391
40
-0.3568
-0.3000
-0.2822
-0.2738
-0.2691
-0.2660
39
-0.3911
-0.3300
-0.3107
-0.3016
-0.2964
-0.2931
38
-0.4251
-0.3600
-0.3392
-0.3295
-0.3239
-0.3203
37
-0.4586
-0.3900
-0.3679
-0.3575
-0.3515
-0.3477
36
-0.4916
-0.4200
-0.3967
-0.3856
-0.3793
-0.3753
35
-0.5242
-0.4500
-0.4255
-0.4139
-0.4073
-0.4031
34
-0.5563
-0.4800
-0.4545
-0.4424
-0.4354
-0.4310
33
-0.5878
-0.5100
-0.4836
-0.4710
-0.4638
-0.4592
32
-0.6187
-0.5400
-0.5129
-0.4999
-0.4924
-0.4877
31
-0.6490
-0.5700
-0.5423
-0.5290
-0.5213
-0.5164
30
-0.6787
-0.6000
-0.5719
-0.5583
-0.5504
-0.5454
29
-0.7077
-0.6300
-0.6016
-0.5878
-0.5798
-0.5747
28
-0.7360
-0.6600
-0.6316
-0.6176
-0.6095
-0.6044
27
-0.7636
-0.6900
-0.6617
-0.6477
-0.6396
-0.6344
26
-0.7904
-0.7200
-0.6921
-0.6781
-0.6701
-0.6649
25
-0.8165
-0.7500
-0.7226
-0.7089
-0.7009
-0.6958
24
-0.8417
-0.7800
-0.7535
-0.7401
-0.7322
-0.7271
23
-0.8662
-0.8100
-0.7846
-0.7716
-0.7640
-0.7590
22
-0.8897
-0.8400
-0.8160
-0.8036
-0.7962
-0.7915
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-39
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
Percent Within Limits
(PL and PU)
IA1003
July 9, 2010
Negative Values of Q (QL and QU)
n=3
n=4
n=5
n=6
n=7
n=8
21
-0.9124
-0.8700
-0.8478
-0.8360
-0.8291
-0.8245
20
-0.9342
-0.9000
-0.8799
-0.8690
-0.8625
-0.8583
19
-0.9550
-0.9300
-0.9123
-0.9025
-0.8966
-0.8928
18
-0.9749
-0.9600
-0.9452
-0.9367
-0.9325
-0.9281
17
-0.9939
-0.9900
-0.9785
-0.9715
-0.9672
-0.9643
16
-1.0119
-1.0200
-1.0124
-1.0071
-1.0037
-1.0015
15
-1.0288
-1.0500
-1.0467
-1.0435
-1.0413
-1.0399
14
-1.0448
-1.0800
-1.0817
-1.0808
-1.0800
-1.0794
13
-1.0597
-1.1100
-1.1173
-1.1191
-1.1199
-1.1204
12
-1.0736
-1.1400
-1.1537
-1.1587
-1.1613
-1.1630
11
-1.0864
-1.1700
-1.1909
-1.1995
-1.2043
-1.2075
10
-1.0982
-1.2000
-1.2290
-1.2419
-1.2492
-1.2541
9
-1.1089
-1.2300
-1.2683
-1.2860
-1.2964
-1.3032
8
-1.1184
-1.2600
-1.3088
-1.3323
-1.3461
-1.3554
7
-1.1269
-1.2900
-1.3508
-1.3810
-1.3991
-1.4112
6
-1.1342
-1.3200
-1.3946
-1.4329
-1.4561
-1.4716
5
-1.1405
-1.3500
-1.4407
-1.4887
-1.5181
-1.5381
4
-1.1456
-1.3800
-1.4897
-1.5497
-1.5871
-1.6127
3
-1.1496
-1.4100
-1.5427
-1.6181
-1.6661
-1.6993
2
-1.1524
-1.4400
-1.6016
-1.6982
-1.7612
-1.8053
1
-1.1541
-1.4700
-1.6714
-1.8008
-1.8888
-1.9520
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-40
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
CONTRACTOR QUALITY CONTROL
501-6.01
CONTRACTOR QUALITY CONTROL PROGRAM
A.
The Contractor shall develop a Quality Control Program in accordance with Section
1400 of the General Provisions. The program shall address all elements which affect
the quality of the pavement including, but not limited to:
1.
2.
3.
4.
5.
6.
7.
8.
9.
l0.
11.
12.
501-6.02
Mix Design
Aggregate Gradation
Quality of Materials
Stockpile Management
Proportioning
Mixing and Transportation
Placing and Consolidation
Joints
Dowel Placement and Alignment
Flexural or Compressive Strength
Finishing and Curing
Surface Smoothness
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
D.
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.
Coarse Aggregate
1.
Gradation. A sieve analysis shall be made at least twice daily for each size
of aggregate. Tests shall be made in accordance with ASTM C 136 from
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-41
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
randomly sampled material taken from the discharge gate of storage bins or
from the conveyor belt.
2.
501-6.03
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.
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.
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-501-42
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
CONTROL CHART LIMITS
Based on Sample Size n=4
Control
Parameter
Action Limit
Individual Measurements
Suspension Limit
Range Suspension
Limit
Slump
+/- 1 inch (25 mm)
+/- 1.5 inch (38 mm)
+/- 2.4 inch (61 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:
E.
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.
Air Content. The Contractor shall halt production and adjust the amount of
air-entraining admixture whenever:
1.
One point falls outside the Suspension Limit line for individual
measurements or range; or
2.
Two points in a row fall outside the Action Limit line for individual
measurements.
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-43
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
F.
501-7.01
Whenever a point falls outside the Action Limits line, the air-entraining admixture
dispenser shall be calibrated to ensure that it is operating correctly and with good
reproducibility.
METHOD OF MEASUREMENT
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
15" to 19" PCC Pavement
501-8.01
IA1003
July 9, 2010
Measured As
15" PCC Pavement
B.
The test batch shall be measured as a lump sum.
C.
Saw cut grooving shall be measured by the number of square yards of new PCC
pavement that is grooved, as specified in-place, completed and accepted. Deductions
will not be made for ungrooved pavement adjacent to planned contraction or
construction joints.
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-501-44
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
TABLE 5 PRICE ADJUSTMENT SCHEDULE
Percentage of Material Within
Specification Limits (PWL)
Percent of Contract Unit Price
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.
D.
Saw cut grooving shall be made at the contract unit price per square yard, which
price shall include all material, equipment, labor and cleanup necessary to complete
this item.
D.
Payment will be made under:
P-501-8.1
15" PCC Pavement
per square yard
P-501-8.2
PCC Test Batch
lump sum
P-501-8.3
Saw Cut Grooving
per square yard
TESTING REQUIREMENTS
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-45
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-46
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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 616
Specification for Rail-Steel Deformed and Plain Bars for Concrete
Reinforcement
ASTM A 617
Specification for Axle-Steel Deformed and Plain 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 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
PORTLAND CEMENT CONCRETE PAVEMENT
P-501-47
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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.
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-501-48
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 two different
techniques, listed below.
Partial Depth Spall Repair
The partial depth spall repair 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.”
2.3
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
RIGID PAVEMENT REPAIR
P-510-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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, coldapplied 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.
Test Method
TABLE 1
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
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
RIGID PAVEMENT REPAIR
P-510-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.1
IA1003
July 9, 2010
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
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
PREPARATION OF JOINTS
A. Joint-sealing and expansion joint materials shall be removed flush with the prepared surface, and,
if on the pavement surface to be patched, shall be removed by sandblasting. The use of solvents
will not be permitted. Care shall be used to prevent bonding of the adjacent concrete slabs at the
location of the existing joints. Maintenance of these existing joints shall be accomplished by the
use of fiberboard or other approved inserts of appropriate dimensions.
3.3
PARTIAL DEPTH BONDING PREPARATION
A. PCC PATCH. Immediately prior to placing concrete, clean the previously prepared surfaces with
a high pressure air jet, brush, or vacuum to remove all loose and foreign material. Coat the clean
and dry surface including sawed faces with an approximate 1/16 inch thick coat of sand-cement
bonding grout. Bonding grout shall be one part Portland cement to one part sand by volume with
sufficient water to produce a mortar with a creamy consistency. Place the grout just prior to
concrete placement and scrub with stiff bristle brushes to fill all voids and crevices in the spall
cavity surface. Apply additional brush coats as needed to obtain the required thickness. The
concrete patch material must be placed before the grout dries or sets. Remove dried or hardened
grout by sandblasting and re-coat the cavity with fresh grout before placing concrete patch
material.
3.4
PATCH MATERIAL PREPARATION AND PLACEMENT.
A. PCC PATCH. Prepare, mix, transport, deliver and place the PCC in accordance with Division 20
Section “Portland Cement Concrete Pavement” requirements for hand-poured or side-formed
pavement.
3.5
LIMITATIONS ON PLACEMENT
A. PCC PATCH. Patch material shall be placed only when the conditions of Division 20 Section
“Portland Cement Concrete Pavement” paragraph “Limitations on Mixing and Placing” are met.
RIGID PAVEMENT REPAIR
P-510-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
3.6
IA1003
July 9, 2010
CURING
A. PCC PATCH. The patch shall be cured in accordance Division 20 Section “Portland Cement
Concrete Pavement” requirements for curing pavement.
3.7
FINISH TOLERANCE
A. The finished surfaces of 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 damaged by 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-510-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
Construction Joints, Contraction Joints, 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.
Test Method
TABLE 1
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
605-2.2
B.
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.
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.
PRIMER FOR SILICONE SEALANT
JOINT SEALING FILLER
P-605-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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.
605-3.2
605-3.3
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.
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:
JOINT SEALING FILLER
P-605-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
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 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
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-605-3
!"#
()&!"%(
$"%&'
!"!#$%&!%' ($)%$* %"+#$ (#,-#,./0/$#1, "%( #,&2,2$"3$/( %(
1# &#' + &$#&0##$ /$#1, "%( +1 00&2,2$"3$/( &$ #' + &$4%$
$* %" +#$ (#, #( $)%!%+%& &$ ",, 0 "%(+/,# )$ $ !#(#!$ ($! !" 0 &
#(#2(#
56#$ (#,/, 0"%(/ )$1$/+&%/!%&!( $ #' + &$+/$1 "%(+/,#$ 0%$ *#( !%+#$1, )$$ 1$/+&%/!%&!( $ 57
5
& ( )#(+ 0 $% 88 0 2( +3 0 #&0 ,#! 0 & #!!%(0#&! )$ +#&/"#!$/( (9
0( !$%& $ +#$ (#, #,, !/( #$ $ + (#$/( %" 6: 0 2( %( #1%' )$%/$ $ #,!#$%&%" 3$ (&#, #$
55
#0 ' !%+%& &$#,,&%$1 $%( 0#$$ + (#$/( %' (;0 2( 5<
&$#,,#$%&#&0/ #,,1 &#!!%(0#&! )$$ +#&/"#!$/( (9( !%++ &0 0(%! 0/( '%0(%,%&2 0%(( #$ 0!%&$#!$)$=&&!# %"!%&$#!$)#)$%##&0",/)$
)#$ ("$#= &&$ (&#,,*!#,,0%!$%(> #)#*"(%+ #$%(",#+ '%0'#%( &) ,,
' &$,#$ 0#( #> &!%%,,#! > #)#*"(%+!,0( &
56
&+3 0#&0!/( 0&#!!%(0#&! )$$ +#&/"#!$/( (90( !$%&$ +#$ (#,#,,#' $ "%,,%)&2(% ($ -
*+*#,-,./&,#,-,/*/ 00
!"#
()&!"%(
$"%&'
*!#,%(,
!$(!#,(% ($* &+/+
#3+/+
$%0
&, %($,#&0 + &$%&!( $ <;
4$/+&%/%&!( $ :
<;
,%&2#$%&
%($,#&0 + &$%&!( $ ;? <;
4$/+&%/%&!( $ :
? <;
% "%"!/1 3
!/!+@!/!+@0 2( A
5
;
% "%",& 3
!+@!+@0 2( <
6
;
, !$(!$( &2$
%($$+ $ $
<:
'%,$@+, 6A
(!( $#&! 5: !
6A:
0 %&$%$ ,
0 %&$%%($,#&0
+ &$%&!( $ 5
0 %&$%##,$
!%&!( $ %$ $#'#,#1, 5
?%(+%( B)$%/$",, (C"%("%(+/,#$%&$%1 /, 0"%(#( #/1D !$$%"( E&2
<
<
$"%($ &, $( &2$#&0 ,%&2#$%&#,,1 !%&0/!$ 0&#!!%(0#&! )$<;
<5
F
$ "%( !% ""! &$ %" ,& #( #&0 !/1!#, 3#&%& #,,1 !%&0/!$ 0 & #!!%(0#&! )$
; $%0 4 3! $ $#$ + (!/(* #,, 1 / 0 &$ #0%"2,*! (& $ $
!+ &BC#,,1 +3 0&$ (%%($%& !" 01*$ +#&/"#!$/( (#&0!/( 0&#2,#
$/1 #(%3+#$ ,* 5 &! ,%&2 1* <@; &! & 0#+ $ ( &$ (%( %" $ $/1 #,, 1 ( !%#$ 0)$#,!%& +%,0( , # #2 &$ #(0 & 0#+, #,,1 ( +%' 0"(%+$ $/1 #&0#2 0#$(%%+$ + (#$/( "%() =1 "%( !%&0/!$&2$ $ $ $ $$ + (#$/( (#&2 #,,1 "(%+<:0 2( $%6
0 2( <<
*+*#,-,./&,#,-,/*/ 00'
!"#
()&!"%(
<6
$"%&'
&0%"$)%+%%$!, #&$ , !+ &%"!%&' & &$E B&!1*&!1*&! )%/,01 #$"#!$%(*C#( 1%&0 0$%2 $ ()$#0 ' +3$/( #&0#,,%) 0$%!/( #$(%%+
$ + (#$/( "%(# (%0%"$+ $%+ $"%(+/,#$%&( ./( + &$#&0$ &$ $ 0$%"#,/( %&#
, B%(+,#(C$ &, $ $ ( $!=& %"#0 ' $%1 $ $ 0#,,1 @6&!
* %#( #22( 2#$ & #22( 2#$ 4
%&!( $ $4,%!=( #(#$%& #22( 2#$ 2(#0&2#,,1 #%)&&#1, !%#( #22( 2#$ #,,!%&$%"!(/ 0(%!=#'&2#+&+/+%"8:?%"$ #($!, )$#$, #$%& "(#!$/( 0"#! #&0#'&2#)#$ (#1%($%&%"&%$+%( $#&
:? "& #22( 2#$ #,,!%&$%"!(/ 0#&0+#&/"#!$/( 0"(%+$ #+ #( &$(%!=#$ !%#( #22( 2#$ !%&!( $ #,,#' #)#$ (! + &$(#$%%"::
2#,,%&%")#$ ( (1#2%"! + &$#! + &$"#!$%(%",/%(+&/
:1#2%"
! + &$ (!/1!*#(0%"!%&!( $ #&0#,/+%"@5&! ,/%(+&/@5&!
(#$% %" "& #22( 2#$ $% $%$#, #22( 2#$ #,, 1 #(%3+#$ ,* 6
? 1* %,0
'%,/+ #(!%&$ &$#,,1 :
?,/%(+&/
:?#&0$#,,1 %1$#& 01*
$ #00$%&$%$ 1#$!%"#&#( &$(#&&2#0+3$/( /!#'&%,( & +%,0
#,,1 %"+ $#,#&0#,,1 (%'0 0)$#+ $#,1# ,#$ #&#,,1 (%'0 0
"%( !/(&2$ 1# ,#$ $%$ +%,0 # +1, 0+%,0#&01# ,#$ #,,1 )#$ ($2$#&0#,,1 %, 0)$+& (#,%,1 "%( / &0 + #/( + &$%"$ +%,0#,,1 /!$#$ ' (#,&!1*5&!1*<&!$ $1,%!=!#&1 !/$"(%+$ !+ &)$#!%&!( $ #)#'&2#0#+%&01,#0 !%&!( $ #,,1 ( #( 0
#&0!/( 0&#!!%(0#&! )$A5
#1, 22( 2#$ "%(4%&0 $4,%!=
' E (! &$#&2
<@6&!
@5&!
<@;&!
%6 A8$%
<$%A
<
$%<
$%<
%6 %; % %<
%:
%
;5$%;;
$%8
6
$%:
$%5
:$%A
4%&0 $-(%($%/ %' &0(*$ $ $1,%!=$%!%&$#&$) 2$#$#$ + (#$/( %"
55
$%5<
0 2( !%%,$%(%%+$ + (#$/( 8<6,/%(+&/<0 2( &#
0 !!#$%(#&0!, #&$ /("#! %"$ 1,%!=%"",+%(%)0 (1*'2%(%/1(/&2
)$#$""1($, 0"1 (1(/)%$ $1,%!=#,,1 1%&0 0$%2 $ (%&$ &!
1*<&!#) 0"#! )$$ #0 ' +3$/( #&0#,,%) 0$%!/( #$(%%+$ + (#$/( "%( # (%0 %" $+ $% + $ "%(+/,#$%& ( ./( + &$ #&0 $ & $ $ 0$%"#,/( &#
, B%(+,#(C$ &, $ $ ( $!=& %"$ #0 ' $%1 $ $ 0#,,1 @6
&!
*+*#,-,./&,#,-,/*/ 00
!"#
()&!"%(
$"%&'
<8
4G
<;
94G
<A
$"%(!%+#$1,$*)$##,$&#!!%(0#&! )$<6
8
%&$(#!$%(#,,"/(&$ ' &0%(9! ($" 0$ $( %($"%( #!1#$!%"+#$ (#,0 ,' ( 0
$%$ (%D !$ ( %($#,,! ($"*$#$$ +#$ (#,+ $ !"!#$%&( ./( + &$#&0
/$#1, "%( / )$ 1$/+&%/ !%&!( $ #' + &$ ( %($ #,, 1 0 ,' ( 0 $% $ /$%($*1 "%( (+%&2(#&$ 0"%(/ %"$ +#$ (#,&#00$%&$ %&$(#!$%(#,,
%1$#&#$#$ + &$"(%+$ /, (%(+#&/"#!$/( ()!2/#(#&$ $ +#$ (#,"%(%& * #(
/, (%(+#&/"#!$/( (#,,"/(& '0 &! $#$$ +#$ (#,# ("%(+ 0#$"#!$%(,*
%&%$ ((%D !$
0 ' #,,1 #, 0%&#0(*!, #&/("#! "( %"2( # 0/$#&0%$ (,%% #($!, + $%0 %" +3&2 #&0 #,!#$%& #,, 1 & $(!$ #!!%(0#&! )$ $ +#&/"#!$/( (9
( !%++ &0#$%&
67
A5 #=&2 #&0 /(&2 %&!( $ %+( %& #&0 , 3/( $ !+ & & $ #1%(#$%(*
<; $"%( &, (% ($ %",#$!
<6
8 H%&$ #,#&$%$%/( 0%(%&!( $ #&0#,$#' + &$
:4G
% #(#$ #*+ &$#,,1 +#0 "%(#0 ' !%+%/&0#&0D%&$ #,&2+#$ (#,1/$$ !%$
$ ( "%( #,,1 &!,/0 0&$( !$' $ +%")%(=
*+*#,-,./&,#,-,/*/ 001
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
The coarse aggregate for concrete shall meet the requirements of ASTM C 33.
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
openings)
Percentage by Weight Passing Sieves
2"
1-1/2"
1"
3/4"
1/2"
3/8"
No. 4
100
90-100
--
20-55
0-10
100
90-100
--
25-60
--
0-10
95-100
--
35-70
--
10-30
0-5
No.4-3/4 in(4.75-19.0 mm)
No.4-1 in.(4.75-25.0 mm)
No.4-1-1/2 in.(4.75-38.1 mm)
100
TABLE 2. REQUIREMENTS FOR GRADATION OF FINE AGGREGATE
Sieve designation
(square openings)
3/8 inch
No. 4
No. 16
No. 30
No. 50
No. 100
Percentage by weight
passing sieves
100
95-100
45- 80
25- 55
10- 30
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
610-2.5
IA1003
July 9, 2010
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.
610-2.7
(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.
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
610-2.10
IA1003
July 9, 2010
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)
(b)
(c)
(d)
610-2.12
Waterproof Paper for Curing Concrete
Polyethylene Sheeting for Curing Concrete
Burlap Cloth made from Jute or Kenaf
Liquid Membrane-Forming Compounds for
Curing Concrete (Type 2)
ASTM C 171
ASTM C 171
ASTM C 171
ASTM C 309, Type 2
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)
(2)
(3)
TPER synthetic rubber waterstop, Westec Barrier Technologies.
Petrostop, Vinylex Corporation
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 7 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 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 not more than 4 inches as determined by ASTM C143.
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 C 172.
Compressive strength specimens shall be made in accordance with ASTM C31 and tested in
accordance with ASTM C 39.
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 C 143.
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.
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.
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 100degrees 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 305 and as specified.
1.
2.
3.
4.
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.
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.
Fog spray forms, reinforcing steel, and subgrade just before placing
concrete. Keep subgrade moisture uniform without puddles or dry areas.
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 release 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 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.
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
610-3.9
IA1003
July 9, 2010
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 agents 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 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
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 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 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.
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
610-3.17
IA1003
July 9, 2010
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 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
100° 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
ASTM C 136
Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C 143
Test for Slump of Portland Cement Concrete
ASTM C 172
Sampling Fresh Concrete
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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 Laboratories Testing Concrete and Concrete Aggregates and
Criteria for Laboratory 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 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 C 33
Specification for Concrete Aggregates
ASTM C 94
Specification for Ready-Mix 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 D 98
Specifications for Calcium Chloride
ASTM D 1751
Specification for Preformed Expansion Joint Fillers for Concrete Paving and
Structural Construction (Nonextruding and Resilient Bituminous Types)
ASTM D 1752
Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Construction
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
AASHTO M144
Standard Specifications for Calcium Chloride
AASHTO M 254
Specification for Coated Dowel Bars
IA1003
July 9, 2010
END ITEM P-610
STRUCTURAL PORTLAND CEMENT CONCRETE
P-610-11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
ITEM P-620 – PAVEMENT MARKING
DESCRIPTION
620-1.1
This item shall consist of the painting of permanent and temporary markings and stripes on the
surface of runways and taxiways, applied in accordance with these specifications 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.
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.
620-2.3
TEMPORARY PAVEMENT MARKING (PAINT)
Temporary pavement marking shall meet all the requirements for permanent paint as specified.
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.
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
PAVEMENT MARKING
P-620-1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
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 at the application
rate stipulated in Table 1. Each application shall consist of paint with beads.
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
36 inches (910 mm) or less
Greater than 36 inches to 6 feet (910 mm to 1.85 m)
Greater than 6 feet to 60 feet (185 m to 18.3 m)
Greater than 60 feet (18.3 m)
PAVEMENT MARKING
Tolerance
+/- ½ inch (12 mm)
+/- 1 inch (25 mm)
+/- 2 inches (51 mm)
+/- 3 inches (76 mm)
P-620-2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS
Paint Type
Paint
Square feet per
gallon, ft2/gal
Glass Beads, Type I,
Gradation A
Pounds per gallon of
paint-lb./gal.
Glass Beads,
Type III
Pounds per
gallon of paintlb./gal.
Waterborne
115 ft2/gal. maximum
7 lb./gal. minimum
10-lb./gal.
minimum
The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and the
dimensions shall be within a tolerance of plus or minus 5 percent.
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
TEMPORARY PAINT APPLICATION
If contractor delays require the application of temporary markings to re-open pavements,
temporary paint shall be applied using the same application methods that apply to permanent
markings, except only one application of paint is required.
PAVEMENT MARKING
P-620-3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
620-3.9
IA1003
July 9, 2010
TEMPORARY PAINT REMOVAL
If required, temporary paint shall be removed in accordance with Section P-621.
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. If needed, temporary markings and temporary marking
removals will be at no additional cost to the Authority.
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 will be made under:
Item P-620-5.1 - Pavement Marking - Waterborne
per square foot
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
END ITEM P-620
PAVEMENT MARKING
P-620-4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
621-4.1
IA1003
July 9, 2010
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. Removal of temporary pavement markings will not be measured as Pavement
Marking Removal, but shall be included in Item P-620-5.3.
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
!"#
()&!"%(
$"%&'
;4
;
$ +#,,!%&$%"/&0 (2(%/&0!#1, "/(& 0#&0&$#,, 0&#!!%(0#&! )$$
!"!#$%& #$ $ ,%!#$%& #&0 & #!!%(0#&! )$ $ 0 2& 0+ &%& #&0 0 $#,
%)&&$ (#)&2$ +#,,&!,/0 $ &$#,,#$%&%"!#1, &0/!$%(!%&0/$#
#,!#1, #&0 $ &$#,,#$%& %" 2(%/&0 )( #&0 !%/&$ (% )$ 2(%/&0 (%0 #&0
!%&& !$%&#%)&%&$ (#)&2$#,,&!,/0 ,!&2!#1, +#(=&2#&0$ $&2
%"$ &$#,,#$%&#&0#,,&!0 &$#,& ! #(*$%,#! $ !#1, &% (#$&2!%&0$%&##
!%+, $ 0/&$$%$ #$"#!$%&%"$ /$%($*$ +#,,&%$&!,/0 $ &$#,,#$%&
%"$ 0/!$%(!%&0/$
7
;5
(%($,2$&2 ./+ &$#&0 +#$ (#,!%' ( 01* !"!#$%&#,,#' $ (%( #(%'#, %" $ 0 (#, '#$%& 0+&$(#$%& (%($ ('! #&2$%&5
A#&0#,,1 ,$ 0&$ ,#$ $ 0$%&%"0'%(*(!/,#(
:
@:<6::<(%($2$&2./+ &$ ($"!#$%&(%2(#+
4
,,%$ ( ./+ &$#&0+#$ (#,!%' ( 01*%$ (( " ( &! 0 !"!#$%&#,,1 /1D !$ $% #!! $#&! $(%/2 +#&/"#!$/( (9 ! ($"!#$%& %" !%+,#&! )$ $ #,!#1, !"!#$%&) &( ./ $ 01*$ #&/"#!$/( (9! ($"!#$%&#,,&%$( , ' $ %&$(#!$%(%"( %&1,$*$%
(%'0 +#$ (#, #!! $#1, $% $ !"!#$%& #&0 $% $ #$ (#,
/, 0#&0@%(&$#,, 0$#$0%&%$+#$ (#,,*!%+,*)$$ !"!#$%&#,,
1 ( +%' 0) &0( !$ 01*$ #$$ %, !%$%"$ %&$(#!$%(
4 "%( #&* , !$(!#,+#$ (#,#( %(0 ( 0$ %&$(#!$%(#,,"/(&$ #
,$ %" $ +#$ (#, #&0 ./+ &$ $% 1 &!%(%(#$ 0 & $ )%(= ,$ #,,
&!,/0 $ &#+ %" #! $ + $ 0 (#, '#$%& 0+&$(#$%& BC
!"!#$%&&/+1 ($ +#&/"#!$/( (9&#+ $ +#&/"#!$/( (9!#$#,%2/ &/+1 (
#&0$ E $* #&0@%((#$&2%" #!$ +"$ ($ ,$#1 &#(%' 01*$ #&0 (%( $% &$#,,#$%& $ %&$(#!$%( #,, # +1, $ ./+ &$ #&0
+#$ (#, #$ # &2, ,%!#$%& %& $ #&0 ( ./ $ & !$%& 1 ("%(+ 0 1* $ %& %"$ ./+ &$%(+#$ (#,%$ ($#&0/!$%(!%&0/$+#*1 / 0
%&$ D%1/&$,/!#&& !$%&#1 &!%+, $ 0
;55
4
&0 (2(%/&0 !#1, "%( #(" ,0 ,2$&2 !(!/$ #,, !%&"%(+ $% $ ( ./( + &$ %"
!"!#$%& ;56 &0 (2(%/&0 , !$(!#, #1, "%( (%($ 2$&2 (!/$ "%,,%)&2$* #( !%' ( 0& !"!#$%&;56-
/((,/,2./*3,./#4(*2,,
(5
!"#
()&!"%(
;56
$"%&'
,,#(" ,0,2$&2(+#(* ( !(!/$!#1, #,,1 * BFC!%&"%(+&2
$%:
@:<6:8 !"!#$%&;56"%(:
'%,$!#1, 4
%&0/!$%($%1 / 0%&!(!/$(#$ 0
'%,$#&0, #,,1 (#$ 0"%(
'%,$
#&0 #,, 1 $ (+%,#$! )( !%&"%(+&2 $% 0 (#, !"!#$%& H<
* F
,,!#1, "%(#(%($,2$&2 ('! #,,1 $(#&0 0-:
'%,$#,,1 $ (8%(
A$(#&0
4
,,!#1, ,! #,,1 ("%(+ 01*#./#," 0#&0,! & 0 , !$(!#& 3 ( &! 0)$
( !(!/$)(&2,,,!&2+ $%0#&0+#$ (#,#,,1 %"#$* ( !%++ &0 01*
$ +#&/"#!$/( (%"$ ,!&2 +#$ (#,"%($ #($!/,#($* %"!#1, 1 &2,! 0#&0
#,,1 #(%' 01*$ (%($%&$#,,#$%&,,!#1, ,! &' ,% #,,+ $$ ( ./( + &$ ,$ 0 1 ,%) &,& !%&& !$%& %" /&0 (2(%/&0 !#1, #,, 1 %" $ $* %)&%&$ (#)&2#&0#,,1 %& %"$ $* ,$ 01 ,%)-
,0 $$#! 0 ,/2& ,! 2/( < %" !"!#$%& "%( ;5< B
:
@:<6:54C,/2#&0 ! $#!, #1, %&& !$%( +,%*&2!%&& !$%(=$
#(%' 0"%(" ,0#$$#!+ &$$%&2, !%&0/!$%(!#1, #+#&/"#!$/( 01*+ (#! %( ,#$+%,0 '%& %( #(%' 0 ./#, $ #,, 1 $ %&$(#!$%(9
( %&1,$* $% 0 $ (+& $ %/$0 0#+ $ ( %" $ !#1, $% 1 ,! 0 #&0 $%
"/(&#(%(#$ ,*E 0!%&& !$%(=$#&0@%(#0#$ ( !#,,*!($!#,
&,!&2& )!#1, $% 3$&2%& ) ( $ %/$0 0#+ $ (%"$ $)%!#1, +#*0"" (
4
( "%(+ 0 ,! %&& !$%( ( "%(+ 0 !%&& !$%( +#* 1 / 0 "%( !#1, #&0
)( %$ ($#& ( ,2$&2!(!/$( "%(+ 0!%&& !$%(#,,1 ,$ 0#&0
%"#$* ( !%++ &0 01*$ +#&/"#!$/( (%"$ ,!&2+#$ (#,"%($ #($!/,#(
$* %"!#1, 1 &2,! 0##(%' 01*$ (%($%&$#,,#$%&
# 0,! -# 0,! +,%*&2" ,0#, 0(/11 (%(*&$ $!(/11 (
$# !%' ( 0)$,#$!$# #(%' 0"%(%) (!#1, %$ ($#& ( ,2$&2
!(!/$ (/11 ( #,, + $ $ ( ./( + &$ %" ,$#(* !"!#$%& <;5: #&0 $ ,#$! $# #,, !%+,* )$ 88A; %( 0 (#, !"!#$%&
:A: & #,, $ #1%' !# !%&& !$%& %" !#1, !%&0/!$%( #,, 1 +#0 /&2!(+!%&& !$%&/$,E&2#!(+&2$%%,0 2& 0$%+#= #!%+, $ !(+
1 "%( $ $%%, !#& 1 ( +%' 0 +&+/+ %" $( B<C !(+ #,, 1 / 0 "%(
&0#, 0!%&& !$%(%& ( !#1, )(&2
;<
!%&$(#!$%( #,, &$#,, $ !" 0 !#1, #$ $ ,%!#$%& &0!#$ 0 %& $ (#)&2
'#$%&"(%+$ ,%!#$%&#,,1 #(%' 01*$ (%($%&$#,,#$%&
) !#1, ( ./( 0"%($ (%D !$ %)&%& $ (#)&2 %&$(#!$%( #,, " ,0
/((,/,2./*3,./#4(*2,,
(5'
!"#
()&!"%(
;<5
;<<
$"%&'
' ("* $ 3$&2 !%&0$%& )$ $ &"%(+#$%& (%'0 0 & $ (#)&2 (%( $%
1 2&&&2$ )%(= %&$(#!$%(#,,0 &$"*#&0+#(=$ !#1, $%0$&2/1 $) &
$ !#1, $%1 ( +%' 0#&0$ !#1, $%( +#&&,#! #1, ,! #&0 !%&& !$%& ),, %&,* 1 (+$$ 0 #$ +#&%, /,, 1%3 $(#&"%(+ (
%/&2#&0,2$1# /&, %$ () &0!#$ 0%&$ (#)&2%!#1, ,! ),,
1 (+$$ 0&!%&0/$%(0/!$ %&$(#!$%(#,,1 ( %&1, "%((%'0&2!#1, &
!%&$&/%/, &2$"%(%+ (/&%(%$ (,%&2!#1, (/&)$%/$!%&& !$%&%(,! &
#!!%(0#&! )$ #,,%)#1, !#1, /,,&2 $ &%& /&, %$ () #/$%(E 0 & )($&2 1*
$ 4
./ &! %" $ &$#,,#$%& %" & ) !#1, #,, 1 & #!!%(0#&! )$ $ ./ &! %" $ &$#,,#$%& 0 $#, 0 /&0 ( !$%& 5: %" $ !"!#$%&
I&$#,,#$%&%"(%($2$&2*$ +I#&0$ #&2%")%(=#%)&%&$ (#)&2
/$%($* %) ( #&0 !%&$(%, !#1, #,, 1 = $ & % (#$%& #$ #,, $+ 0/(&2
!%&$(/!$%& #&0 +#* %&,* 1 %/$ %" ('! "%( # &2, %/( (%0 "%(
0!%&& !$&2#&0$(#&" ((&2$ ('! #( ./( 0"%($ & )!%&$(/!$%&
%/( /$0%)& (%0 #&0 $ ,!&2 %" !#1, "%( 3$&2 %) ( #&0 !%&$(%,
!#1, #,,1 "/,,*!%%(0&#$ 0)$$ (%($/$%($* %&$(#!$%(#,,
2' $ )($$ &&%$! %"$ 3#!$/$0%)&$+ #$, #$A%/(1 "%( $ /$0%)&$%%!!/(
(" ,0 %) ( #&0 !%&$(%, !#1, #,, 1 = $ & ('! $% +#&$#& (/&)#* #&0
$#3)#*,2$&2#( ./( 0"%(#(" ,0% (#$%&/&, /$0%)&#/$%(E 01*
$ +%(#(* !#1, +#* 1 (/& $% +#&$#& !(!/$ $% = ,2$&2
% (#$%&#, +%(#(*!#1, +#*1 1/( 0&$ 2(%/&0#+&+/+%"&! ) & (/& & /&#' 0 #( # #&0 #,, 1 ( !$ 4/(* $* !#1, +%(#(* !#1, #,,1 (/&&$ ,!%&0/$) &#1%' 2(%/&0#&0#,,1 !/( 0&,#! %#
&%$$%1 0,#! 01*$ #(" ,0#&0!%&$(/!$%&% (#$%&#+&+/+$ $ +%(#(*!%&0/$#,,1 !/( 0&,#! /&21(#!= $#! 0#$+#3+/+ "%%$&$ ('#,&#' 0#( #B&%$#!! $#1, && ),*#' 0%(/("#! $( #$ 0#( #C
%(#$+#,, (#!&2"&0!#$ 0%&$ 0(#)&2##(%' 01*$ / %"$ +%(#(*!#1, +/$1 #(%' 01*$ (%($%&$#,,#$%&#&0
#,,1 (%+$,*( +%' 0) &$ (+#& &$!%&$(/!$%&#1, $%1 / 0
$ + &!,/0 $ &$#,,#$%& %" !#1, & 0/!$ %( !%&0/$ # 0 !(1 0 1 ,%) +#3+/+&/+1 (#&0'%,$#2 (#$&2%"!#1, &$#,, 0& #!&2, 0/!$%(!%&0/$#&0
$ !/(( &$!#((*&2 !##!$* %" #! !#1, #,, 1 & #!!%(0#&! )$ $ ,#$ $ #$%&#,
, !$(!%0 #&0$ !%0 %"$ ,%!#,#2 &!*#'&2D/(0!$%&
&$#,,#$%& %" 0/!$ %( !%&0/$ & #!!%(0#&! )$ $ + I&$#,,#$%& %" (%($
&0 (2(%/&0 , !$(!#, /!$I %&$(#!$%( #,, +#&0( , 0/!$ $% +#= /( $#$ $ 0/!$1%$& )#&0 3$&2#( % &!%&$&/%/#&0!, #(%"0 1(1 "%( &$#,,&2!#1, /((,/,2./*3,./#4(*2,,
(5
!"#
()&!"%(
;<6
$"%&'
!#1, #,,1 &$#,, 0&#+#&& ($%( ' &$#(+"/,$( $!&2%"$ !%&0/!$%(&D/(*
$%$ &/,#$%&%(0#+#2 $%$ %/$ ((%$ !$' !%' (&2 &0%"#,,!#1, #,,1 #, 0)$+%$/( #,$# 1 "%( /,,&2&$%$ !%&0/$#&0$#,,1 , "$ #, 0/&$,
!%&& !$%&#( +#0 ( +%( $#&%& !#1, $%1 &$#,, 0&#0/!$/&0 ($ #+ !%&$(#!$#,,!#1, #,,1 /,, 0&$ 0/!$#$$ #+ $+ /,,&2%"#!#1, $(%/2
0/!$%(!%&0/$+#*1 #!!%+, 01*#&0)&!%(%) ()&!)$$ / %"!#1, 2(%(/,,&2 * /,,&2$ &%&#,,1 2%' (& 01*( !%++ &0 0$#&0#(0(#!$! "%($(#2$/,,%(1 &0%(,%&2!#1, /,,/!#1 $) &+#&%, #&0#&0%, #
0 $ (+& 0 1* $ # 0*&#+%+ $ ( #,, 1 / 0 "%( !#1, /,, )$ 5)#*
!%++/&!#$%&1 $) & &0&2#&0( ! '&2 &0,/1(!#&$( !%++ &0 0"%($ $* %"!#1, 1 &2&$#,, 0#,,1 / 0#1, #,,&%$1 #(%&$ &0%"$ !%&0/$%(%&
#&*%($%&%"$ ,2$1# 0/(&2$ /,,&2% (#$%&,#!=,%%%"&%$, $#&<" $
%"!#1, #,,1 , "$& #!,2$1# D/&!$%&!#&/,,1%3#&0+#&%, @#&0%, %(
#!/,,1%3%($(/!$/( 0 ($#&56I(%'0 #,#!=,%%+%( $#&6" $ !#1, #,,1 !/( 0& #($ !%' ("%(#!! $%$ ,! ,,)%(= ("%(+ 0%&$ !#1, ),,
1 0%& %/$0 %" $ /,, 1%3 #&0 /""! &$ , &2$ #,, 1 (%'0 0 $% #!!%+, $
)%(= /!$ %( !%&0/$ +#(= ( $ +%(#(,* ( +%' 0 "%( 3!#'#$%& #,, 1 ( ,#! 0 #
( ./( 0
"#& 3$&20/!$ !$%&"%/&0$%1 /&/#1, #$$ +$#,,1 +#0 $%!, #(#&0!, #&
$ 0/!$ "%( / $%0 /! # (%/$&2 %( 1,%)&2 !%+( 0 #( $(%/2 $ 0/!$ %(
%$ (+ $%0&%&0 $(/!$' $%$ 0/!$+#*1 / 0#$%&$(#!$%(90!( $%&"$ 0/!$
!$%& & 0 $% 1 ( ,#! 0 ( ,#! + &$ #,, 1 +#0 & #!!%(0#&! )$ $ #,!#1, $ +/&0 (
#&0#%)&%&$ (#)&2, #(&2#&0!, #&&2%" 3$&20/!$$%
1 ( / 0#,,1 &!,/0 0)$$ #,!#1, $ +/&0 (
;"%(!#1, &$#,,#$%&
%+ (/&!#1, #,,&%$1 /,, 0!%&$&/%/,*"%(0$#&! 2( #$ ($#&"' /&0( 0" $
B:
9C%"#!%&$&/%/!#1, #&0!%,/,,$ !#1, $(%/2$ "($ 2+ &$#&0!%,$ !#1, ( ./( 0 "%( $ & 3$ 2+ &$ #$ $ ,%!#$%& !%&0,* /,, $ "' /&0( 0 "%%$
B:
9C !$%& %" !#1, $(%/2 $ & 3$ "' /&0( 0 " $ B:
9C 2+ &$ %" *$ + &
/,, "' /&0( 0 " $ B:
9C +%( %" !#1, #$ $ "($ ,%!#$%& #&0 !%, #&0 ( #$ !%&0
$ $ ),, 1 ( #$ 0 /&$, !#1, & ,#! !%&$&/%/,* & *$ + )$%/$
,! %(!%&& !$%&/&, %$ () #/$%(E 0&)($&21*$ %(#&0!#$ 0%&
$ (#)&2
( 0/!$#( &$ (/ $ ,%) $0/!$$%( ! ' $ !#1, "($)$#( 0/!$, "$&
$ / (, ' , !=0/!$(%/$ (%($%!%&$(/!$%&$%%1$#&#/(#&! $#$$ %($ $
(%/$ #( , !$ 0#&0&$ (" ( &! #( #'%0 0
%/&$ (% #,, 1 &$#,, 0 #1%' #,, !%&0/$ #&0 0/!$ 1#&= "%( ( ,2$&2 !(!/$
%/$0 %" "/,, $( &2$ #' + &$ 3$&2 2(%/&0 )( & (/&)#* #&0 $#3)#* ,2$&2
!(!/$ 1 &2 +%0" 0 #,, &%$ 1 !%&$&/ 0 & !%&0/$ $(%/2 ( !%&$(/!$ 0 %($%&
%&& !$%&$%2(%/&0(%0#,,1 +#0 1* 3%$ (+!) ,0/&, %$ () #(%' 01*
$ %,!*"%(!%/&$ (% #&02(%/&0)( "%(#(" ,0,2$&2!(!/$"%($(%D !$#,,
1 #"%,,%)-
/((,/,2./*3,./#4(*2,,
(51
!"#
()&!"%(
$"%&'
%2(%/&0)( #,,1 &$#,, 0&!%&0/$)$:= ( !(!/$!#1, 4
% !%/&$ (% #,, 1 &$#,, 0 #1%' !%&0/$ "%( ( !(!/$ & "/,, $( &2$
#' + &$
/$0 %""/,,$( &2$#' + &$#( #!%/&$ (% J1#( !% (#,,1 &$#,, 0 #1%' #,, & ) /&0 (2(%/&0 !%&0/$ #&0 0/!$ 1#&= &$ &0 0 "%( ( ,2$&2 !(!/$ %/&$ (% #,, &%$ !%&& !$ $% ,2$ 1# %( 2(%/&0&2
(%'%&&+#&%, #&0#&0%, 1/$#,,1 (%/$ 0#(%/&0/!$ +
%/&$ (% #,,1 $ (+&#$ 01*!%&& !$&21* 3%$ (+!) ,0&2$%#KL3
M
,%&2!% (!,#02(%/&0(%0#$$ &0%"$ !%&0/$%(0/!$1#&= 2+ &$%/$0 %""/,,$( &2$#' + &$
;<:
4
;<
;<8
F
,2$&2 !(!/$ #&0 %+ (/& !#1, #,, 1 +#(= 0 #&0 0 &$" 0 #$ #,, #!! 1, %&$ %!#$%& ) ( $ & ! #(* &!,/0 $ $ (+&#, & $ '#/,$ +#&%, #&0%, &$(#&! &$%0/!$#&0!%&& !$%&$%#,,,2$"3$/( #1, $ #,,1 "/&2/
& ($ ," 3$&2/&2%& ! ,",%!=&2&*,%&!#1, $ ;&+&+/+)0$:
,1+&+/+$ &, $( &2$#&0/$#1, "%(#$ + (#$/( (#&2 "(%++&/:
%$%<:
%
#1, +#(= ( #,, 1 NO #2L # +#&/"#!$/( 0 1* ,+ $ = &0/$( &! #2 #,,
!%&$%"5AB%(E%&$#,C%(5AB' ($!#,C&/+ (#,%(, $$ (,#! 0&#$#2%,0 (
#( ./( 0#2#&0%,0 (#,,1 +#&/"#!$/( 0"(%+1,#!=%,* $*, & E :@;I)0 3#&*, &2$B<$%&! <:$%:#( ./( 0C#2%,0 (#,,1 1,#!= #&0 &/+ (#, #&0 , $$ ( #,, 1 1,#!= %& * ,,%) 1#!=2(%/&0 /+ (#, #&0, $$ (
#,, 1 %( &$ 0 $ ( %(E%&$#,,* %( ' ($!#,,* 0 &0&2 %& %( &$#$%& %" !#1, %&$(#!$%(#,,)(#$ &0%"!#1, &,2$1# #0( !$ 01*$ 0 $ !$#1, +#2& $! &! )0 $# #,, 1 &$#,, 0 5 &! 1 ,%) "& 0 2(#0 #1%' #,,
%($%&%"0/!$1#&= $# #,,1 ( 0)$$ "%,,%)&2N
44L #,% !"!#$%&5
::<, !$(!#,0 &$"!#$%&
4%$!#1, #$$ " ,0 &0%"#,,%+ (/&#,,$ (+&#$ &#$(#&"%(+ (%/&2%(,2$
1# /&2;5<!%&& !$%(1 "%( !%&$&/&2$%$ & 3$,2$&2"3$/( /#,& !$%&#,,1 +#0 "( ./ &$,*0/(&2&$#,,#$%&#$!%+, $%&%"&$#,,#$%&
#&01 "%( & (2E&2$ !(!/$!#( "/,'/#,& !$%&),,( ' #,0 " !$$#$!#&1 !%(( !$ 0(%($%#!! $#&! $ $#&0 & (2E#$%& (%/0#+#2 +#*%!!/("0 " !$#( /1D !$ 0 $% , !$(!#, $ $ %( & (2E#$%& /#, & !$%& #,, &!,/0 & !$%&
#(##,%"-
4
%(( !$& %" 3$ (&#,!%&& !$%&
%%0)%(= ("%(+#&! , #&,& /((,/,2./*3,./#4(*2,,
(56
!"#
()&!"%(
$"%&'
#" $*#E#(0
!"! ( ./( + &$ ,$ 0 ( & "%( &0'0/#, $ + ,, ./+ &$ #&0
+#$ (#, ), +#&/"#!$/( 0 /&0 ( !"!#$%& #&0 #&2 $(!$ "#!$%(* $ $
(%($%+ &$#,,1 & !$ 0"%(&20#+#2 ++ 0#$ ,*/%&( ! $
/#,& !$%&+/$1 +#0 1*$ (%($%!%' (&21/( 0"#!,$ ;<8 44
/#,& !$%&%"!#1, #&0!%&& !$%(0/(&2&$#,,#$%&#,,1 ("%(+ 0$%0 $ (+& $ "%,,%)&2-
+#$&2/("#! %"+%,0 0!%&& !$%(#( !, #&#&00(*) &,/22 0$%2 $ (
"!, #&#&00(*&0 $ 2'%,$#2 !%&& !$%()$$#&2"%(+#!%&& !$%&
./#,$%%(/ (%($%#!%&' &$%&#,2'%,$#2 ,! %&' ( ,*"$ *#( ) $%(0($*&0 &%#+%/&$%"$#&2!#&(%0/! ##$"#!$%(*!%&& !$%& D%&$) ( $ !%&& !$%(!%+ $%2 $ (#,,1 )(# 0)$#$, #$%& ,#* (%"
(/11 ( %( *&$ $! (/11 ( $# #&0 %& ,#* ( %" ,#$! $# %& #," ,# 0
3$ &0&2#$, #$@5&! B<8++C%& #!0 %"$ D%&$#"$ ( #$(&=
#, 0#%)&%&$ (#)&2 #$(&=#,,&%$1 / 0/&, #(%' 01*
, #&,& %"+#$&2/("#! !#&1 $1 &/( 01*= &2$ "#!$%(*
&$#,, 0 !# & ,#! /&$, $ "&#, !%&& !$%& +#0 +#$&2 /("#! %"
/&!# 0!%&& !$%(%/,0&%$1 ,#00%)&%($%/! 0"$& ! #(*$%1( #=#
!%&& !$%&$ !%&& !$%(%/,01 ++ 0#$ ,*!# 0
4
!%&& !$%(#( !%+, $ ,*,/22 0$%2 $ ("$ (&$#,,/22&2$(# 0#(
( /( +#*#($#,,*0 &2#2 $ ,/2#&0( ! $#!, "$# &)#$#" )
!%&0#&0/$ +$%2 $ (#2#&
!#1, +/$&%$1 !/$1*%' ,=&= 0!(/ 01*' !, ) ,1(/ 01*
(%!=%(0#+#2 0&#&*)#*0/(&2#&0,&2#&0&$#,,#$%&
,, %$ ( ( ./( + &$ %" $ &$#,,#$%& 0 $#, 0 %& $ (#)&2 +/$ 1 #!!%+, 0
!#1, +/$&%$1 1 &$#(,*) ( $ * &$ (B%(, #' C#!%&0/$
;<;
4
#1, &$#,, 0&!%&0/$#,,1 $ $ 01 "%( #&0#"$ (&$#,,#$%&&!%&0/$
%&$(#!$%( #,, "/(& #,, & ! #(* ./+ &$ #&0 #,#&! "%( $ $&2 $ /&0 (2(%/&0!#1, !(!/$#"$ (&$#,,#$%&,,$ $#,,1 +#0 1*##!!( 0$ 0
%(2#&E#$%& %&$(#!$%(#,,$ $#&00 +%&$(#$ $%$ #$"#!$%&%"$ $ "%,,%)&2-
#$ #,, ,2$&2 %) ( #&0 !%&$(%, !(!/$ #( !%&$&/%/ #&0 "( "(%+ %($
!(!/$
/((,/,2./*3,./#4(*2,,
(50
!"#
()&!"%(
4
$"%&'
#$#,,!(!/$#( "( "(%+/& !" 02(%/&0
#$ &/,#$%& ( $#&! $% 2(%/&0 %" #,, &%&2(%/&0 0 ( !(!/$ &%$ , $#&""$*B:
C+ 2%+#$5:
'%,$B/&2!(#&=$* 22 (C $&/,#$%&
( $#&! # "%,,%) "%( #! ( ,2$&2 !(!/$ #&0 (%'0 $ ( /,$ $% $ -
$ 3$&2!(!/$(%($%#&*+%0"!#$%&
5 $& ) !$%&%",2$#&0!#1, < $$ !%+1& 0+%0" 0!(!/$)$ 3$&2#&0& ))%(=
#$ #,, !(!/$ #( (% (,* !%&& !$ 0 & #!!%(0#&! )$ #,!#1, )(&2
0#2(#+
,,!(!/$#( % (#1, $#,,1 !%&0/!$ 0$#$&!,/0 % (#$&2 #!!%&$(%,
&%$ , $#& $ & $+ #&0 $ !%&$&/%/ % (#$%& %" #! ,2$&2 #&0 %) (
!(!/$"%(&%$, $#&$( B<C%/(
#$( $#&! $%2(%/&0%"#&*!%/&$ (% *$ +%(2(%/&0(%0*$ +0% &%$
3! 0 $) &$*"' B5:C %+ ( 2(%/&0 (%0 #&0@%( $ & B
C %+ %& $ &$( 2(%/&0*$ +",%&2 (, &2$#( & 0 0$%+ $$( ./( + &$##(%' 01*
$ $ *#,,1 #$$ %&$(#!$%(9 3 & ;6
"%%$#2 %"!#1, &$#,, 0&$( &!0/!$%(!%&0/$$%1 #0"%(#,,1 $ &/+1 (%"
,& #(" $%"!#1, %" #!E %($* &$#,, 0#&0+ #/( 0&,#! !%+, $ 0( #0*"%(
% (#$%&#&0#!! $ 0##$"#!$%(* #(#$ + #/( + &$#,,1 +#0 "%( #!!#1, +/,$, !%&0/!$%(@!#1, !%/&$ (% %(2(%/&0)( &$#,, 0&$( &!0/!$%(!%&0/$
#/( + &$#,, 1 $ ! &$ ($%! &$ ( %(E%&$#,0$#&! 1 $) & #0D#! &$,2$ 1# #&0%, +#&%, '#/,$%(2& !#1, , &2$#%!#$ 0)$!/$$&22(#0 !#&2 !" 0,#!= $!#,,&%$1 + #/( 0"%(#*+ &$%$#%!#$ 0)$$% , + &$
#,,1 &!,/0 0&$ /&$(! %"$ #(%(#$ $ +
4G
;:
#*+ &$),,1 +#0 #$$ %&$(#!$/&$(! (,& #("%%$"%(&$#,,&2!#1, %"$ E #&0 $* !" 0 ) ( ( ./( 0 !%&$(/!$ 0 %( &$#,, 0 #&0 #!! $ 0 1* $ (! #,, 1 "/,, !%+ &#$%& "%( "/(&&2 #,, +#$ (#, "%( #,, ( #(#$%& #&0
&$#,,#$%&%"$ +#$ (#,!%&& !$%&&!,/0&2 3%$ (+!) ,0&2) ( ( ./( 0#&0
"%( #,, ,#1%( ./+ &$ $%%, #&0 &!0 &$#, & ! #(* $% !%+, $ $ $ + (! #,,&%$&!,/0 $ (! "%(0/!$#&0$( &!&2% $ +#,,1 &!,/0 0/&0 ($ +
( !#1, &$#,, 0& 3$&20/!$%(!%&0/$$ 0/!$%(!%&0/$#,,1 !, #& 0#
( ./( 0 $% (%'0 # !, #( #$ "%( $ &$#,,#$%& , #&&2 %" 3$&2 !%&0/$ #,, 1 &!0 &$#,$%$ &$#,,#$%&%"$ !#1, #&0&% #(#$ #*+ &$),,1 +#0 "%($)%(=
/((,/,2./*3,./#4(*2,,
(57
!"#
()&!"%(
$"%&'
#*+ &$),,1 +#0 /&0 (-
$ +
;: &0 (2(%/&0#1, @J:>;56&0/!$@!%&0/$ (
,& #("%%$
;
$, /+1 ( H<
#1, #&0( , !$(!#,B%) (3 0&$#,,#$%&C
;
$, /+1 ( :
@:<6::< (%($2$&2./+ &$ ($"!#$%&(%2(#+B/(( &$
0$%&C
:
@:<6:8
!"!#$%&"%(;56&0 (2(%/&0, !$(!#,#1, "%(
(%($2$&2(!/$B/(( &$0$%&C
:
@:<6:5 !"!#$%&"%(;5<,/2#&0 ! $#!, #1, %&& !$%(
B/(( &$0$%&C
;
$, /+1 ( 4<
%"$%(&& #, 0% (( 4;
%&! &$(!#*$(#&0 0% (%&0/!$%(#(0 0/+#(0%(
%"$
;
/((,/,2./*3,./#4(*2,,
(55
!"#
()&!"%(
$"%&'
$ + #,, !%&$ %" /&0 (2(%/&0 , !$(!#, 0/!$ &$#,, 0 & #!!%(0#&! )$ $ !"!#$%&#$$ ,%!#$%&#&0&#!!%(0#&! )$$ 0+ &%&0 2&#&00 $#,%)&
& $ (#)&2 $ + #,, &!,/0 $ &$#,,#$%& %" #,, /&0 (2(%/&0 , !$(!#, 0/!$ %(
/&0 (2(%/&0 !%&0/$ $ #,, #,% &!,/0 #,, $( &!&2 1#!=",,&2 ( +%'#, #&0 ( $%(#$%&P
!%&!( $ &!# + &$+#&0( ,&2&$#,,#$%&%"&*,%&/,,(% #&00/!$+#(= (#&0!#&2
0/!$P2(%/&0(%0"%(#(%($,2$&2*$ +P#&0$ $ $&2%"$ &$#,,#$%&##!%+, $ 0
0/!$*$ +( #0*"%(&$#,,#$%&%"!#1, $%$ #$"#!$%&%"$ 7
5
,, ./+ &$ #&0 +#$ (#, !%' ( 0 1* ( " ( &! 0 !"!#$%& #,, 1 /1D !$ $%
#!! $#&! $(%/2 +#&/"#!$/( (9 ! ($"!#$%& %" !%+,#&! )$ $ #,!#1, !"!#$%&) &%( ./ $ 01*$ %($% $ +"/(& 01*$ #(%($"%(!%&$(#!$%(&$#,,#$%&!%&$(#!$%(#,,' ("*$ +
!#(#!$ ($!#&0!%&0$%&#!%&$ &$)$$ ( ./( + &$%"$ !%&$(#!$0%!/+ &$
55
,#& #&0 ( &"%(! 0 !%&!( $ #,, !%&"%(+ $% $ + $(/!$/(#, %($,#&0 + &$
%&!( $ 5<
,#$!!%&0/$#&0"$$&2#,,!%&"%(+$%$ ( ./( + &$%" 0 (#, !"!#$%&
A6#&0&0 ()($ (9#1%(#$%( BC:#&0#,,1 ! 0/, 6
%(
! 0/, ;
56
20 $ , !%&0/$ #&0 "$$&2 #,, !%&"%(+ $% $ ( ./( + &$ %" &0 ()($ (
#1%(#$%( $#&0#(0:6#&0565
4
, 31, 2#,'#&E 0!%&0/$#,,1 #(%' 0&2, $(,./0$2$
5:
4
#&01 00&2#,,!%&$%"#&0"( "(%+!,#*%(%(2#&!+#$ (#,#&0#,,1 %"/!E $#$A
(! &$$%
(! &$),,##%6 ' #&0&%$+%( $#&: (! &$),,##
%5
' /((,/,2,./*3,./*(*##(.#
(
!"#
()&!"%(
<
$"%&'
%&$(#!$%( #,, &$#,, /&0 (2(%/&0 0/!$ #$ $ ,%!#$%& &0!#$ 0 %& $ (#)&2
'#$%&"(%+$ ,%!#$%&#,,1 #(%' 01*$ (%($%&$#,,#$%&/!$
#,,1 %"$ E +#$ (#,#&0$* &0!#$ 0%&$ (#)&2%(&$ !"!#$%&
( &%E &0!#$ 0$ 0/!$#,,1 &%$, $#&<&! &0 0#+ $ (,,0/!$
,& #,,1 ,#0%#$%2(#0 $%)#(0+#&%, %(#&0%, #&00/!$ &0"%(0(#&#2 /&, !%&0$%& ( ./( %$ () # #(%' 0 1* $ (#0 #,, 1 #$ , #$ <
&! (
" $&(/&) ( $&%$(#!$!#,$%+#&$#&$ 2(#0 #,,%& )#*$ 0/!$,& #,,1 2(#0 0"(%+$ ! &$ (&1%$0( !$%&$%)#(0+#&%, #&0%, %(
0/!$ &0%!= $%($(#) ( +%$/( +#*#!!/+/,#$ #,,1 #'%0 0
,, 0/!$ &$#,, 0 #,, 1 (%'0 0 )$ # @;&! +&+/+ 0#+ $ ( &*,%& 0(#2,& "%(
/,,&2 $ (+#& &$ )(&2 /""! &$ , &2$ #,, 1 , "$ & +#&%, %( #&0%, $%
1 &0$ 0(#2)( 1#!=$%( ' &$$"(%+,&21#!=&$%$ 0/!$ ( #( 0/!$#( &$#,, 0 # &0!#$ 0 %& $ (#)&2 $ % & &0 #,, 1 ,/22 0 )$ ( +%'#1, $# ( 0 ,/2 0 2& 0 1* $ 0/!$ +#&/"#!$/( ( %( )$ #(0)%%0 ,/2 !%&"%(+&2
#!!/(#$ ,*$%$ # %"$ 0/!$#'&2$ ,#(2 ( &0%"$ ,/2#$, #$@6&!2( #$ (
&0#+ $ ($#&$ 0/!$(#2,& #,,1 = $&,#! "%(#,,#( 0/!$
,, 0/!$ #,, 1 !/( ,* "#$ & 0 & ,#! 0/(&2 !%&$(/!$%& #&0 (%2( %" $ )%(=
#,, 1 ,/22 0 $% ( ' &$ #2 %" 2(%/$ )#$ ( %( 0($ &* 0/!$ !$%& #'&2 #
0 " !$' D%&$#,,&%$1 &$#,, 0
,,0/!$&$#,, 0/&0 ($#3)#*$#3)#*%/,0 (#&0%$ (#' 0#( ##,,1 &!# 0
&!%&!( $ #%)&%&$ (#)&2/&, #1%( %(%$ (+ $%0&0!#$ 0
/!$$%1 &$#,, 0&#' 0#( ##,,1 &$#,, 0(%($%$ "&#,#'&2% (#$%&$
&% $+ #,, "& 0 #'&2 1 #)!/$ "%( $ &$#,,#$%& %" 0/!$ ,, #) !/$$&2 #&0
&$#,,#$%& %" 0/!$ #,, 1 ("%(+ 0 (%( $% %( ++ 0#$ ,* #"$ ( #&* !%,0 +,,&2
% (#$%&&!%,0+,,#&0",,#( #
( &! "%( 0/!$ +#* 1 3!#'#$ 0 +#&/#,,* %( )$ + !#&!#, $( &!&2 ./+ &$
#,, %" $( &! #,, 1 &$#,,* ' ($!#, % $#$ # +&+/+ %" %/,0 ( /("#! 0$/(1 0 4,#0 %( (%#0#$(%, %( 2(#0 ( #,, &%$ 1 / 0 $% 3!#'#$ $ $( &! %&$(#!$%( #,, #! ($#& $ $* %" %, %( (%!= $% 1 3!#'#$ 0 1 "%( /1+$$&2 #
(%%#,,, 3!#'#$%&#,,1 /&!,#" 0"0/(&2$( &!&2"%(0/!$%"$* ,0&2%,
+#$ (#, &!%/&$ ( 0 $ %&$(#!$%( #,, ++ 0#$ ,* &%$"* $ )% ),,
0 $ (+& $ 0%$%&%"/!+#$ (#,#&0@%(+%0"!#$%&$%$ &$#,,#$%&
( 0/!$#( $/11 0%/$#&0!# 0(%'0 1#!=",,)$+&+/+"%%$%"#&0%&#,,
0 #$!# 0 &0
<5
4>4
<<
!$%& <
N, !$(!#, +%'#,L "%( !%&0/$ #&0 0/!$ 1#&= ( +%'#, #&0
#1#&0%&+ &$#&0#&0!#$ 0%&0(#)&2
/((,/,2,./*3,./*(*##(.#
('
!"#
()&!"%(
<6
<:
<
$"%&'
&, %$ () %)& %& $ (#)&2 !%&!( $ &!# 0 0/!$ #,, 1 &$#,, 0 % $#$
$ $% %" $ !%&!( $ &' ,% &%$ , $#& 56&! 1 ,%) "& 0 2(#0 ) ( &$#,, 0 /&0 ( (/&)#* $#3)#* %( #(%& &%$ , $#& 56 &! 1 ,%) "& 0 2(#0 ) ( &$#,, 0 & #' 0 %/,0 ( %( /&#' 0 #( # #&0 # &0!#$ 0 %& 0(#)&2 /!$
/&0 ( #' 0 #( # #,, 3$ &0 #$ , #$ : " $ 1 *%&0 $ 02 %" $ #' + &$ %( : " $
1 *%&0 #&* /&0 (0(#& )! +#* 1 &$#,, 0 #,%&20 $ #' 0 #( # ,, 0/!$ "%(
!%&!( $ &!# + &$#,,1 ,#! 0%&#,#* (%"!%&!( $ &%$, $#&<&! $!=(%(
$%$&$#, $ ( $)%%(+%( 0/!$#( &!# 0&!%&!( $ $ %&$(#!$%(#,,#! $ +&%$, $#&5&! ##($B+ #/( 0"(%+%/$0 )#,,$%%/$0 )#,,C/&2#! (
#,!#1, $%$ $* %"0/!$$ 0/!$,#*&2(%2( !%&!( $ &%$, $#&<&! $!=#,,1 ,#! 0#(%/&0$ 0 #&0$%%"$ 0/!$1#&=&01 ,,%(!%/,&2#&0
!%&0/$#,,1 &$#,, 0",/)$$ !%&!( $ &!# + &$) ( ( ./( 0
F
) 0/!$ #,, 1 !%&& !$ 0 $% 3$&2 %( & ) #&0%, ) & %1, $ ,%!#$%&
) ( & ) 0/!$ ),, 1 !%&& !$ 0 $% 3$&2 0/!$ %&,* ( #(%' 0 !%/,&2 #,, 1 / 0 #! 3$&2 0/!$ $% 1 D%& 0 #,, 1 /&!%' ( 0 #&0 $ !%&!( $ &!# + &$
( +%' 0 B" &!# 0C % $#$ $ !%(( !$ !%/,&2 !#& 1 0 &$" 0 #&0 $ 3#!$ 1 &0
) #&0, &2$%"0/!$!#&1 0 $ (+& 0 D%&&2%"& )0/!$$% 3$&20/!$#,,
1 #!!%+, 0&/!#+#&& ($#$$ "& 0&$#,,#$%&#$, #$ ./#,$%#& )0/!$
&$#,,#$%& &0 %" 3$&2 0/!$ #,, 1 !/$+%%$ & ( #(#$%& "%(D%&&2 #&0
#&*0/!$"%/&0$%1 0#+#2 0#,,1 ( +%' 0#&0( ,#! 0)$& )0/!$
>
,%!#$%&%"$ &0%"#,,0/!$#,,1 +#(= 01*#!%&!( $ ,#1+#(= (5" $./#( #&06&! $!= 3$ &0&2#(%3+#$ ,*@5&!#1%' $ /("#! +#(= (#,,1 ,%!#$ 0#1%' $ &0%"#,,0/!$%(0/!$1#&= 3! $) ( 0/!$$ (+&#$ &##&0%, +#&%, ,2$ "3$/( 1# %( 1/,0&2 #&0 ) ( #,2&+ &$ !#&2 1* +%( $#& 0 2( #!&2%"0/!$+#(= (#,,&%$ 3! 05
"$#,%&2/&&$ ((/$ 00/!$ 3! $
) &,%!#$ 0&$ "/,,$( &2$B&%$%/,0 (C#' + &$"%((/&)#*$#3)#*#&0#(%&
%(%,0&2#0) ( &%0/!$+#(= (#,,1 ,%!#$ 0/!$+#(= (&%/,0 (#,,1 ,%!#$ 0
" $"(%+$ 02 %""/,,$( &2$#' + &$
%&$(#!$%( #,, &!(1 #! +#(= ( ,#1 & #!!%(0#&! )$ $ (#)&2 #&0 $ #(%' 0! 0/, "%(+#(=&2/1+$$ 0$%$ #(=&2$# &0!#$&2I, !$(!#,#1, 4/( 04 ,%)I#,,1 &$#,, 05&! #1%' !%&0/$(/& $# #,,1 ,#$!&! )0 #&0+#2& $!#,,*0 $ !$#1, $%#0 $
%"$( " $
4>
"$ ( $ 0/!$ & &%&#' 0 #( # #' 1 & (% (,* &$#,, 0 #&0 $ 1 00&2 +#$ (#,
,#! 0%($ !%&!( $ ##0$+ $% $$ $( &!#,,1 1#!=",, 0&;&!,"$)$
3!#'#$ 0 +#$ (#, &%$ ,#(2 ( $#& 5&! & 0#+ $ ( #&0 $%(%/2,* $#+ 0 #&0
!%+#!$ 0$%#+&+/+%"A:?+#3+/+0 &$*::8"& ! #(*$%%1$#&$ 0 ( 0 !%+#!$%& $ 1#!=",, +#$ (#, #,, 1 +%$ & 0 %( # (#$ 0 # ( ./( 0 %(
#' 0#( #1#!=",,0/!$#%)&%&$ 0(#)&2
/((,/,2,./*3,./*(*##(.#
(
!"#
()&!"%(
<8
$"%&'
( &! #,,&%$1 3! ' ,*) $#&0#,,&%$!%&$#&%%,%")#$ (0/(&21#!=",,&2
% (#$%& $( &! #,, 1 !%+, $ ,* 1#!=",, 0 #&0 $#+ 0 , ' , )$ $ #0D#! &$
/("#! &* 3! 3!#'#$ 0+#$ (#,#,,1 !%+ $ %&$(#!$%(9(% ($*#&0#,,1 ( +%' 0
#&00% %"%""#(%($(% ($*
,,#( #0$/(1 01*$ $( &!&2$%(&2%"0($!#1, ,#*&2#0!%&$(/!$%&#&0%$ (
)%(=#,,1 ( $%( 0$%$%(2&#,!%&0$%& %&$(#!$%(#,,1 ,0( %&1, "%(
+#&$#&&2#,,0$/(1 0/("#! #&0( ,#! + &$/&$,"&#,#!! $#&! 6
./#&$$* %" /&0 (2(%/&0 0/!$ %( 0/!$ 1#&= $% 1 #0 "%( /&0 ( $ $ + #,, 1 $ &/+1 ( %" ,& #( " $ %" 0/!$ %( 0/!$ 1#&= &$#,, 0 + #/( 0 & ,#! !%+, $ 0 #&0
#!! $ 0 #(#$ + #/( + &$#,,1 +#0 "%($ '#(%/$* #&0E 65 ./#&$$*$%1 #0"%(!%&& !$%&%"& )!%&0/$$% 3$&2,2$1# %(!%&0/$#,,
1 ( #!!%&& !$%&!%+, $ 0#&0#!! $ 0
4G
:
#*+ &$),,1 +#0 #$$ !%&$(#!$/&$(! "%( #!$* #&0E %"&2, )#*%(+/,$
)#*0/!$(! #,,1 "/,,!%+ &#$%&"%("/(&&2#,,+#$ (#,#&0"%(#,,#)
!/$$&2 3!#'#$%& #&0 2(%/&0 (%0 $( &!&2 !%&!( $ %( #&0 1 00&2 1#!=",,&2 0/!$
+#(= ( /("#! ( $%(#$%& B#' + &$ %( 2(#' , ( $%(#$%&C " ( ./( 0 #&0 ( #(#$%&
# +1,*#&0&$#,,#$%&%"$% +#$ (#,#&0"%(#,,,#1%( ./+ &$$%%,#&0&!0 &$#,
& ! #(*$%!%+, $ $$ +
(! "%(!%&& !$&2& )!%&0/$$% 3$&2,2$1# %(!%&0/$#,,&!,/0 #,,)%(=
#%!#$ 0)$!%&& !$&2$%$ 3$&2,2$1# B&!,/0&2E&!!%#$&2%"!/$/("#! %&
$ 3$&21# C%(!%&0/$#%)&%&$ 0(#)&2
#*+ &$),,1 +#0 /&0 (-
$ +
: 5&!! 0/, 6
%&0/$!%&!( $ &!# 0 (,& #("%%$
$ +
:5
%&& !$& )!%&0/$@0/!$$% 3$&2,2$1# %(!%&0/$@0/!$#&*E ( #!
/((,/,2,./*3,./*(*##(.#
(1
!"#
()&!"%(
$"%&'
5:G
5: $ + #,, &!,/0 $ &$#,,#$%& %" #(" ,0 ,2$&2 "/(& 0 #&0 &$#,, 0 &
#!!%(0#&! )$ $ !"!#$%& $ ( " ( &! 0 !"!#$%& $ #,!#1, 0 (#,
'#$%& 0+&$(#$%& BC 0'%(* (!/,#( #&0 $ 0 $#, %)& %&$ (#)&2
$ + #,, &!,/0 $ &$#,,#$%& %" & ) &#' + &$ $#3)#* ! &$ (,& ,2$ %&
#(%($"/(& 0,2$1# #&0%&%& 3$&2,2$1# #&0( +%'#,%" 3$&2$#3)#*
! &$ (,& ,2$&2 #&0 !%&0/$ )$& $ #'&2 #( # &!,/0 0 #( $ +%(#(* , !$(!#,
)%(=#&0 , !$(!#,( +%'#,)$#,,&!0 &$#,& ! #(*$%&$#,,$ #(" ,0,2$&2&
% (#$&2!%&0$%&&!,/0&2$ $&2$%$ #$"#!$%&%"$ ,, +#$ (#, #&0 ./+ &$ "%( &$#,,#$%& #,, 1 "/(& 0 1* $ %&$(#!$%( )$ $ 3! $%&%" 3$&2$ +$%1 /$%($*"/(& 0%(( / 0#( ./( 01*0(#)&2%(
!"!#$%&
$ + 0% &%$ &!,/0 $ &$#,,#$%& %" /&0 (2(%/&0 !#1, %( /&0 (2(%/&0 , !$(!#,
0/!$ $ +#( !%' ( 0&$ +
;#&0
( !$' ,*
4
5:5
4 "%( #&* , !$(!#,+#$ (#,#( %(0 ( 0$ %&$(#!$%(#,,"/(&$ #,$%"$ +#$ (#,#&0 ./+ &$$%1 &!%(%(#$ 0&$ )%(=,$#,,&!,/0 $ &#+ %"
#! $ + $ 0 (#, '#$%& 0+&$(#$%& !"!#$%& &/+1 ( $ +#&/"#!$/( (9
&#+ $ +#&/"#!$/( (9 !#$#,%2 &/+1 ( #&0 $ E $* #&0@%( (#$&2 %" #! $ +
!#$#,%2!/$$ $0#$#%/$,& 0(#)&2&#+ ,#$ 0(#)&2)(&20#2(#+#&0! +#$!
0#2(#+
"$ ($ ,$#1 &#(%' 01*$ #&0(%($%&$#,,#$%&$ %&$(#!$%(#,,
# +1, $ ./+ &$#&0+#$ (#,#$#&2, ,%!#$%&%&$ #&0( ./ $& !$%&1*
$ %& %"$ ./+ &$%(+#$ (#,%$ ($#&0/!$%(!%&0/$+#*1 / 0%&
$ D%1/&$,/!#&& !$%&#1 &!%+, $ 0
& $ !# $#$ +%( $#& %& +#&/"#!$/( ( (%% 0 "%( # &2, $ + $ ),,
, !$$ !"!$ + " ,1 $"/,",,$ ( ./( + &$%"$ !"!#$%&#&0$#,,
1 $ ( %&1,$*%"$ %&$(#!$%($%"/(&$#$$ +#&0&%& %$ (
,,$ $( /,$"(%+( ./( 0$ $#,,1 /1+$$ 0$%$ "%(( ' )#&0#(%'#,
%($% $ +"/(& 01*$ #(%($"%(!%&$(#!$%(&$#,,#$%&!%&$(#!$%(#,,' ("*$ +
!#(#!$ ($!#&0!%&0$%&#!%&$ &$)$$ ( ./( + &$%"$ !%&$(#!$0%!/+ &$
5:55
(%($ ,2$&2 ./+ &$ #&0 +#$ (#, !%' ( 0 1* !"!#$%& #,, #' (%(
#(%'#, %" $ 0 (#, '#$%& 0+&$(#$%& (%($ ('! #&2$%& 5
:A
/((,/,2,(3/38*-
('6
!"#
()&!"%(
5:5<
$"%&'
#&0#,,1 ,$ 0&$ !/(( &$ 0$%&%"0'%(*(!/,#(:
@:<6::<(%($
2$&2 ./+ &$ ($"!#$%& (%2(#+ ,, %$ ( ./+ &$ #&0 +#$ (#, !%' ( 0 1*
%$ ( ( " ( &! 0 !"!#$%& #,, 1 /1D !$ $% #!! $#&! $(%/2 +#&/"#!$/( (9
! ($"!#$%& %" !%+,#&! )$ $ #,!#1, !"!#$%& ) & ( ./( 0 1* $ %&$(#!$%( #,, ' ("* $#$ ./+ &$ $% 1 ( / 0 %( +%0" 0 $% 1 ( / 0 !%+, )$#,!#1, $#&0#(0#&0&2%%0!%&0$%&
"%,,%)&20%!/+ &$%"$ / & "" !$%&$ 0#$ %"#,!#$%&"%(./#,"!#$%&
#( #,!#1, $%$ 3$ &$ !" 0-
!"!#$%& (!/,#(0'%(*
$ +
&#' + &$#3)#* &$ (,& ;:5%( :
@:<6:6
2$
(#&"%(+ (%,#$%&
E
;<
:
@:<6:68
2$1# ,%#01 #(&2
;; :
@:<6:65
,,0'%(*(!/,#(( " ( &! 0&$ !"!#$%&( " ($%$ +%$( ! &$ 0$%&&
!(!/,#$%&
4
$%, (#&! ( ./( + &$"%(,%!#$%& , '#$%&#&0%( &$#$%&%"#,,,2$"3$/( #( %"
!($!#,+%($#&! #&0+/$1 +#&$#& 0&%(0 ($%0%%$ ,2$1# #&0,2$#,,
1 &$#,, 0/&2#&&$#,,#$%&#&0#,2&+ &$$%%,$%%,#,,1 !##1, %"#! '&2
$ "&#, #,2&+ &$ !" 0 #&0 #,, 1 %" /""! &$ $( &2$ $% /%($ $ ,2$ 1# 0/(&2,#! + &$#&0!%+#!$%&%"!%&!( $ #(%/&0$ 1# %&$(#!$%(#,,/1+$
$%$ $ (%% 0&$#,,#$%&#&0#,2&+ &$$%%,"%(#(%'#,%&#(%'#,$ %&$(#!$%(#,,(%!/( #/""! &$&/+1 (%"$ $%%,$%/ &$ &$#,,#$%&(%! %,2$1# %(,2$#,,1 &$#,, 0)$%/$/&2#&#(%' 0&$#,,#$%&#&0#,2&+ &$
$%%,
5:<
) &#' + &$ $#3)#* ! &$ (,& ,2$ "3$/( )$ %,#$%& $(#&"%(+ ( #,, 1 &$#,, 0%&#(%($"/(& 0!%&$(#!$%(&$#,, 0,2$1# #&0%& 3$&2,2$1# #
&0!#$ 0/(& 0,2$1# ),,1 (%'0 0)$1#!#!! %( B(&2#!=#2 $!C
%&$(#!$%( #,, (%'0 #00$%&#, #!! %( # ( ./( 0 #&0 & ) $#&, $ , 1%,$
, '#$ 0 (/&)#* #&0 $#3)#* 02 ,2$ $ +%(#(,* ( +%' 0 "%( !%&$(/!$%& /(% #,,1 ( &$#,, 0%& 3$&2,2$1# )$& )%,#$%&$(#&"%(+ (
5:<5
FGB;:5QC
#3)#* ! &$ (,& ,2$ #,, 1 ;:5 B&#((%) 1 #+C %( ;:5 B)0 1 #+C #
&0!#$ 0 ,2$ "3$/( #,, 1 &2, !(!/$ /&0( !$%&#, 3$/( #,, #' #
&2, ,%) & (2* ,%&2 ," #,%2 & ,#+ +#3+/+ <
)#$$ ,$ ( !%,%( "%( $#3)#*
/((,/,2,(3/38*-
('6'
!"#
()&!"%(
5:<<
! &$ (,& ,2$#,,1 * ,,%)%(2( &#&0!#$ 0%&,#&3$/( #,,+%/&$%&#5
&!0#+ $ (BE 4C;;,2$1# 3$/( #,,1 $*, <)$ # %"+#&$ &#&! #&0 #,, 1 (%'0 0 )$ # < * #( )#((#&$* #2#&$ 0 " !$ 3!,/0&2 ,#+ %,#$%&
$(#&"%(+ (#,,+ $$ ( ./( + &$%":
@:<6:68* ;<
)$$ #(%(#$ )#$$#2 !%&$ &$)$$ $* %",#+
FG
#3)#* 02 ,2$ #,, 1 + 0/+ &$ &$* 6: )#$$ <
0 2( 1,/ ; )$
&!#&0 ! &$ ,#+ %,#$%& $(#&"%(+ ( #,, + $ $ ( ./( + &$ %" :
@:<6:68
* ;<
)$$ #(%(#$ )#$$#2 !%&$ &$)$$ $* %",#+, '#$ 0,2$
#,, 1 56 &! 2 2$ "3$/( #,, #' #& #'#$%& * ,,%) 2,% #&$ "&
B, '#$ 0$#3)#* 02 ,2$#( ( ,#! 0%&,*) ( 0#+#2 01*!%&$(/!$%&#!$'$*C
5:<<
5:<6
4H4F
5:<:
5:<
5:<8
$"%&'
%,#$%& $(#&"%(+ ( "%( $#3)#* ,2$ #,, + $ $ ( ./( + &$ %" :
@:<6:68
!"!#$%&"%(%,#$%&(#&"%(+ ("%((%($2$&2*$ +* ;<
B
EC
(+#(*#&0 !%&0#(*#+ ( "%($#3)#*,2$#,,1 5
@#+ ( /&, %$ () &0!#$ 0 #! $(#&"%(+ ( #,, 1 !, #(,* +#(= 0 &0!#$&2 $ )#$$#2 % # $% &%$ 1 !%&"/ 0 0/(&2 &$#,,#$%& (#&"%(+ ( #,, #' ;5< $* !%&& !$%( %,#$%&
$(#&"%(+ (E B)#$$#2 C#,,1 +#$! 0$%$ ,2$"3$/( #( !%++ &0 01*$ "3$/( +#&/"#!$/( (
2$4# (#&"%(+ (%/&2#&0H/&!$%&4%3 )$!%' (,#$ %(1# ,#$ #,,
+ $ $ ( ./( + &$ %" :
@:<6:65 !"!#$%& "%( (%($ 2$ 4# #&0
(#&"%(+ (%/&2H/&!$%&4%3 #&0!! %( * ;;/(& 0;;,2$
1# ),, 1 %& ! 56 &! $#,, E 4 ,# 4 &!,/0&2 1#! (&2 #!=#2 &0!#$ 0 1 ,%) %&$(#!$%( #,, (%'0 #,, #00$%&#, +#$ (#, ( ./( 0 "%( &$#,,#$%&
&!,/0&2$#&, $ ,1%,$
;;4
%(,2$+%/&$ 0%&;;4,%#01 #(&21# $ ",#&2 (&2)$#' + &$0#+#,,
1 K&! $!= #&0 +#3+/+ $( B<C #! ( (&2 $%$#,&2 &% +%( $#& K&! &
$!=& #,,1 / 0$%#! ' (% (2(#0 1#!(&2#!=#2 $%1 "/(& 01*$ #(%($"%(;;4,2$1# ),,&!,/0 -KL",#&2 (&2)$#' + &$0#+ #!RL
#! ((&2 #!@;L#! ((&2#&05 #!@&!#! ((&2
4>
4,#&= !%' ( ,#$ "%( ,2$ 1# @$(#&"%(+ ( %/&2 #,, 1 < 2#,'#&E 0 $ ,
! != (,#$ <@6&! $!= )$ ( ! 0 1%,$ %, #+ $ ( #&0 1%,$ #$$ (& #,, 1 !%+#$1, )$$ ,2$1# @$(#&"%(+ (%/&2$%1 !%' ( 0
/((,/,2,(3/38*-
('6
!"#
()&!"%(
$"%&'
(%'0 (! &$#( ,#+#&0
(! &$#( %,#$%&$(#&"%(+ ("%( #!$* %"
,2$"3$/( #,,1 &!0 &$#,$%$ #,!#1, 10$ +#( #,,1 (%'0 0$%
$ , !$(!%
5:6
,, 3$&2 , !$(!#, ./+ &$ #&0 ,2$&2 *$ + &%$ &!,/0 0 & $ # %" )%(=
1 &2 ("%(+ 0 +/$ 1 = $ & % (#$%& /&, (%( #(%'#, %" $ # 1 &
( ! ' 0 #&0 # %$ () !" 0 1 ,%) #&0 %& $ (#)&2 %&$(#!$%( +#* / #,'#2 0+#$ (#,"%($ +%(#(*!%&$(/!$%&) ( ( ./( 0 (+%&"%($ +%(#(*
)%(= #&0 /&2 #,'#2 0 +#$ (#, #,, 1 %1$#& 0 "(%+ $ 2$&2 "%( #!$' $#3)#*/("#! #,,1 +#&$#& 0
" ( $% $ !#, (%'%& %" $ !"!#$%& "%( &%$"!#$%& ( ./( + &$ #&0 %$ (
&"%(+#$%& ( 2#(0&2 )%(= &$ ((/$%& 0/ $% #(%($ % (#$%&#, ( ./( + &$ %(
%&$(#!$%(#&$!#$%&"%( 3! 0&2$ ,+$#$%&0 !(1 0&$ #1%' #(#2(#
5:65
4
4# "%( &$#,,&2 $#3)#* ,2$ #,, 1 ,%!#$ 0 # %)& %& $ 0(#)&2 /&, %$ () #(%' 01*$ ,%!#$%&"%( #!"3$/( 1# #,,1 0 $ (+& 01*
$ / %"/(' *&$(/+ &$#$%&&%(0 ($% &/( $#$#,,,2$#( (% (,*,%!#$ 0%+ #0D/$+ &$+#*1 +#0 "#(%' 01*$ %(#&0!#$ 0%&$ 0(#)&2&%(0 (
$%(%'0 #$(#2$#,2&+ &$$%!%(( !$#& 3$&21# &%$(% (,*%$%& 0%($%#'%0
##' + &$D%&$4# "%(#,,,2$#,,1 &$#,, 0%$#$,2$"3$/( ),,1 , ' ,)$
$ %(E%&ST0 2( 4# "%(/&0( !$%&#,$#3)#*! &$ (,& ,2$#,,1 &$#,, 0
%#$%(%'0 $ (% ($% &"%($ ,2$1 #+#$!/(' 0 !$%&#&0!#$ 0%&,#&
,, !%&!( $ #,, 1 $%(%/2,* !%&%,0#$ 0 #(%/&0 $ 1# /&2 + !#&!#, '1(#$&2
./+ &$
2$1# %/$%"$%, (#&! #,,1 ( ,#! 04 ' ,(&2#,,&%$1 / 0$%!%(( !$%/$U%"
, ' , $%, (#&! E+/$ !%(( !$%& (&2 #,, &%$ 1 / 0 $% !%(( !$ %/$%"#E+/$
$%, (#&! %,!* #,, #,% #,* $% (% ( ,2$ ,%!#$%& 2$ #&0 3! ' '#(#$%&%"$ #&&/,#((&2#(%/&0$ 1# $#$),,1 ",, 0)$ #,#&$
" ( ./ $ 0 1* $ # +#&/"#!$/( (M ( ( &$#$' #,, 1 ( &$ "%( $ &$#,
&$#,,#$%&%";;,2$1# &%(0 ($% &/( (% (&$#,,#$%&#$ $$&2!%&!( $ +#* 1 / 0 $% "(+,* %,0 $ 1# & ,#! "%( #'&2 % (#$%& " ( ./( 0 1* /("#! !,%/( ,+$#$%&
#!,2$1# #,,1 /(' * 0&,#! %$#$#"$ ($ #'&2% (#$%&!%+, $ 0$ ,2$1# +#*1 ( #0,*,%!#$ 0&$#,,#$%&(%! 0/( #,,1 #%)&%&$ 0(#)&2
#&&/,#( #! #(%/&0 $ 1# #,, $ & 1 ",, 0 )$ #,#&$ &$ &0 0 "%( / )$,2$1# &!%&!( $ #' + &$
5:6<
F
/((,/,2,(3/38*-
('61
!"#
()&!"%(
5:66
5:6:
5:6
$"%&'
,2$ "3$/( #,, 1 &$#,, 0 & #!!%(0#&! )$ $ ( ./( + &$ !" 0 & :
@:<6:6 # ( !%++ &0 0 1* $ +#&/"#!$/( ( #&0 # !" 0 %& $ (#)&2 #&0
( &
2$"3$/( #,,1 ,%!#$ 0#$$ ((% (,%!#$%&#%)&%&$ (#)&2%(#(%' 0
1*$ %&$(#!$%(#,,&$#,,!%&& !$#&0#0D/$$ ,2$"3$/( &#!!%(0#&! )$$ +#&/"#!$/( (9&$(/!$%&(%($%+%/&$&2$ ,2$"3$/( %&$ 1# #&;5<
!%&& !$%(=$#,,1 &$#,, 0%&$ (+#(*%) (!#1, &0#&0$ #(%(#$ %,#$%&
$(#&"%(+ (#,,1 &$#,, 0,,,2$"3$/( #,,1 , ' , 0#&0#,2& 0%$#$$ "&#,
&$#,, 0,2$&#!!%(0#&! )$$ $%, (#&! %)&%&$ (#)&2
4
) !%&0/$ #,, 1 &$#,, 0 # %)& %& $ (#)&2 (%( $% "&#, #'&2 & )
!%&0/$#,,!%&& !$$%!%&0/$"(%+$ ,#$ 3$&2,2$1# %(D/&!$%&1%3$%( +#&#$
#! ,%!#$%& %( # %$ () &0!#$ 0 %& $ (#)&2 %&& !$%& %" & ) ,2$ $%
3$&2 !(!/$#,, 1 !#( "/,,* !%%(0&#$ 0 )$$ #&0 (%($ (#$%& #&0
$ %&$(#!$%(#,,! 0/, %/$#2 )$$ #$, #$A%/(&#0'#&! $ +<
, !$(!#, +%'#,"%($ ( +%'#,%" , !$(!#,$ +
G>
+%(#(* #,, &!,/0 !(!/$ 1*# # ( ./( 0 #&0 # &0!#$ 0 %& $ 0(#)&2 $%
+#&$#&,2$&2"%(#!$' $(#""!/("#! 0/(&2!%&$(/!$%&0!%&& !$%&%"%($%&%"
,2$&2"%(!,% 0#( #!%' (%" 3$&2 02 ,2$)$<M$(#""!!%& ) ( (+$$ 0
1* ( +%'#, %" 3$&2 , '#$ 0 $#3)#* ,2$&2 #&0 $ , ,#$&2 ,2$ 1# "%(
(%$ !$%&&(%3+$*%"!%&$(/!$%&!%' (#&0)$!%""2/0#&! 2&0( !$&2$(#""!
&$%!,% 0/("#! #&0%$ (+ #/( #(%' 01*
#1, #,,1 %"$ #+ E #&0$* #$#$%"$ !(!/$1 &2$ +%(#(,*+%0" 0#&0
!%&& !$%& #,, 1 +#0 )$ ;5< !%&& !$%( #1, #,, 1 &$#,, 0 & !%&0/$ %(
#,,%)1/( 0##,,%) 01*0(#)&2#&0##(%' 01* !/( +#(=#&0(%$ !$
"(%+$(#""!#,,#1%' 2(%/&0!%&0/$#&0+#(=,%!#$%&%"#,,0( !$1/( 0!#1, ( 02 ,2$"3$/( #( $ +%(#(,*( +%' 0"%((%$ !$%&$ !%&0#(*, #0%"$ %,#$%&$(#&"%(+ (( +#&&2&$ ,2$1# #,,1 (%$ !$ 0#&0$ ,2$1# #,,1 $ ,,#$ 0/&$,"3$/( #( ( &$#,, 0)$& )$#&, $ ,1%,$$#&0#(0<M$#,,$(#""!
!%& +#* 1 / 0 $% N1,#!=%/$L $#3)#* 02 ,2$ $#$ #( &%$ $#= & %"" # !(!/$ 1*
D/+ (!#1, %($ +%(#(,*( +%' 0##(%' 01*/0#&! 2&B(/&)#* 3$
2&#&00( !$%&2&C#,,1 /$%""1*0!%&& !$)$!B" &$( 2&),,1 $#= &
%/$%" ('! C#&02&%(#2&+ #2 &#&#((#*0( !$&2$(#""!&$%#!,% 0#( ##,,
1 !%' ( 0/&21,#!=" ,$%(1,#!=, 32,###(%' 01*$ & &% ,%&2 ( ( ./( 0 $ +%0" 0 ,2$&2 !(!/$ #,, 1 ( $%( 0 $% $ %(2&#,
!%&0$%& %( $% $ !%&0$%& ( ./( 0 "%( $ (+#& &$ )%(= ,, $ +%(#(* &$#,,#$%&
#,, 1 ( +%' 0 &!,/0&2 /&0 (2(%/&0 %($%& #&0 #&* 0#+#2 $% /("#! #,, 1 ( #( 0 +%(#(*+%0"!#$%&$%%$ ( , !$(!#,!(!/$%("#!,$ #,,1 !%&$ &$
/((,/,2,(3/38*-
('66
!"#
()&!"%(
$"%&'
)$$ 3$&2&$#,,#$%&#&0&!%+,#&! )$#,,#,!#1, %0 #&0$#&0#(0)$
!%+, $ 0( $%(#$%&$%%(2&#,%("&#,!%&0$%&) &$ +%(#(*+%0"!#$%&&%,%&2 (
( ./( 0
G
5::
F
+%$ +%($#&$ %" #,, & !$%& #&0 $ $ (%! 0/( $%(%/2 '/#, & !$%&
/#,& !$%&#,,1 +#0 "( ./ &$,*0/(&2&$#,,#$%&#$!%+, $%&%"&$#,,#$%&
#&01 "%( & (2E&2$ !(!/$!#( "/,'/#,& !$%&!#&( ' #,0 " !$$#$!#&1 !%(( !$ 0(%($%#!! $#&! $ $#&0 & (2E#$%& (%/0#+#2 +#*%!!/("0 " !$#( /1D !$ 0$% , !$(!#,$ $%( & (2E#$%&/#,& !$%&#,,&!,/0 #(##,%"-
%(( !$& %" 3$ (&#,!%&& !$%&
4
%%0)%(= ("%(+#&! , #&,& #" $*#E#(0
!"! ( ./( + &$ ,$ 0 ( & "%( &0'0/#, $ + , #,, ./+ &$
+#&/"#!$/( 0/&0 ( !"!#$%&#$(!$"#!$%(*$ $(%($%+ &$$#,,
1 & !$ 0"%(&20#+#2 ++ 0#$ ,*/%&( ! $
5::5
4 "%( +%0"*&2 #&* ( !(!/$ ' ("* $ ("%(+#&! %" $ 3$&2 !(!/$ 1*
! !=&2 $ /,* '%,$#2 $% $ ( 2/,#$%( #&0 + #/(&2 $ %/$/$ !/(( &$ "(%+ $ ( 2/,#$%(%&#,,1(2$& $ /&0 ( 3$&2,%#0
!=!#1, !%&& !$%&#&0 ("%(+ , !$(!#,$ $%&!#1, # !" 0& !$%&
;
5::<
F
&& !$%&#,,1 +#0 $%0 $ (+& $#$$ !%,%(./#&$$*#&0,%!#$%&%",2$#( &
#!!%(0#&! )$$ &$#,,#$%&0(#)&2#!,2$#,,1 & !$ 0$%0 $ (+& $#$$
% (#1, 2,#&%$1(%= &%(!(#!= 0!%(( !$,#+#( &$#,, 0#&0$#1 &(% (,*
, ' , 0#&0#+ 0&#!!%(0#&! )$$ !&!#,%(0 (#&0+#&/"#!$/( (&$(/!$%&) ( #,!#1, 5::6
,, !%+%& &$ 1 &2 &$#,, 0 %( +%0" 0 #,, 1 '/#,,* & !$ 0 "%( 0#+#2 !%(( !$
!%&& !$%&(% ("/ #&0!(!/$1( #= ((#$&2#&0!%+,#&! )$!%0 5:::
"$ (!%+%& &$#&0!(!/$#' 1 && !$ 0# !" 0&$ ( ! 0&2#(#2(#
/((,/,2,(3/38*-
('60
!"#
()&!"%(
5::
5::8
5::;
5::A
$"%&'
$ &$( *$ +#,,1 & !$ 0#&0$ $ 0#"%,,%)-
4
#! ,2$&2 !(!/$ #,, 1 $ $ 0 1* % (#$&2 $ !%&$&/%/,* #$ +#3+/+
1(2$& "%( #$ , #$ : +&/$ #&0 #$ + 0/+ &$ &$* "%( 5 %/( /#,
& !$%&#,,1 +#0 #$$ 1 2&&&2#&0 &0%"$$ $$%0 $ (+& $#$$ !%(( !$&/+1 (%",2$#( % (#$&2#$"/,,1(2$& ++&2%"%+ %(#,,%"
$ ,2$&#!(!/$#&&0!#$%&%"2(%/&0 0!#1, #$$ #1%' $ $/&2$ ,%!#,!%&$(%,)$! %&$ ( 2/,#$%(
& #00$%& $% $ #1%' #,, ./+ &$ #,, 1 /1D !$ 0 #&* #&0 #,, ("%(+#&! $ $ !" 0&$ +#&/"#!$/( (9&$(/!$%&
%$%+ $(! $ $&2 ),, 1 ("%(+ 0 %& $ !%+, $ 0 ,2$&2 B1* %$ (C !%&$(#!$%( #,, /%($ $ $ $&2 1*- 4 &2 ( &$ 0/(&2 $ $ $&2 #&0 +#= ( #(%(!%(( !$%&$#$!#&1 +#0 ++ 0#$ ,*) &0 &$" 0#&0+#= /!
%$ (( #(#&0!%(( !$%&%"0 "! &! 0 &$" 01*$ $ $&2
,, ./+ &$ "/(& 0 #&0 )%(= ("%(+ 0 /&0 ( $ %&$(#!$ %!/+ &$ #,, 1 2/#(#&$ 0#2#&$0 " !$&+#$ (#,%()%(=+#&"%(# (%0%"%& BC* #("(%+$ 0#$ %" "&#, #!! $#&! 2/#(#&$ 0% &%$ ( ,#! #&* ( %&1,$* "%( ((%( %(
%+%& # $ "%($ & $#$ ,#) &* ,%&2$ (+ )#((#&$ / 0 %( %"" ( 0 1*
+#&/"#!$/( ("%($ +%" ./+ &$#,,1 $/(& 0%' ($%$ (%($/$%($*
&* "#,/( %" ./+ &$ %( )%(= 0/ $% 0 " !$ & +#$ (#, %( )%(=+#& #,, 1 !%(( !$ 01*$ %&$(#!$%(#$&%!%$$%$ /$%($*
%&$(#!$%(#,,#! ($#&$#$#,,,2$&2*$ +!%+%& &$"/(& 01*+#&01*
$ #(%($ B&!,/0&2 #(%' 0 ./+ &$C #( !%+#$1, & #,, ( !$ )$ #!
%$ (#&0$ ( +#&0 (%"$ & )@ 3$&2*$ +&*&!%+#$1, !%+%& &$"/(& 0
1* $ %&$(#!$%( #,, 1 ( ,#! 0 1* + #$ &% #00$%&#, !%$ $% $ (%($ /$%($*
)$ # +,#( /&$ #(%' 0 1* $ B0"" ( &$ +%0 , %( +#&/"#!$/( (C $#$ !%+#$1, )$$ ( +#&0 (%"$ #(%($,2$&2*$ +
%&$(#!$%(&$#,, 0 ./+ &$ B&!,/0&2 #(%' 0C #,, &%$ 2 & (#$ #&*
, !$(%+#2& $! &$ (" ( &! & $ 3$&2 #&0@%( & ) !%++/&!#$%& ) #$ ( #&0 #(
$(#""!!%&$(%, ./+ &$&* ./+ &$2 & (#$&2/!&$ (" ( &! #,,1 ( ,#! 01*
$ %&$(#!$%(#$&%#00$%&#,!%$)$$ ./+ &$+ $&2#,!#1, !"!#$%&#&0
&%$2 & (#$&2#&*&$ (" ( &! 5:
./#&$$* $% 1 #0 "%( /&0 ( $ $ + #,, 1 $ +#$ (#, &$#,, 0 #(#$ ,* %( &
!%+1&#$%&# !" 0#&0#,,1 + #/( 0 ( #!!%+, $ 0/&$&,#! $ $ 0#&0
#!! $ 0 1* $ #&0 ( #0* "%( % (#$%& , !$(!#, ( +%'#, #,, 1 ,/+ /+
+%(#(* , !$(!#, )%(= $% +#&$#& (%$ !$ %( ( !%&"2/( ,2$&2 !(!/$ 0/(&2
!%&$(/!$%&#,,1 ,/+/+ #(#$ ,/+/+!%$"%($ +%(#(* , !$(!#,)%(=#&0
"%( , !$(!#,( +%'#,#,,1 0 ' ,% 0"%( #!)%(=#( #
/((,/,2,(3/38*-
('67
!"#
()&!"%(
$"%&'
4G
5:8
#*+ &$),,1 +#0 #$$ !%&$(#!$/&$(! "%( #!!%+, $ 0#&0#!! $ 0&$#,,#$%&
(! #,, 1 "/,, !%+ &#$%& "%( "/(&&2 #,, +#$ (#, #&0 #&0,&2 %" 3$&2
./+ &$ $% 1 ( / 0 # ( ./( 0 1* $ (#)&2 #&0 $ !"!#$%& "%( #,,
( #(#$%& ( +%'#, # +1,* #&0 &$#,,#$%& %" $ +#$ (#, #&0 "%( #,, ,#1%(
./+ &$$%%,#&0&!0 &$#,& ! #(*$%!%+, $ #!&$#,,#$%& !" 0#1 ,%)
%&$(#!$%(#,,"/(&#,,+#$ (#,#&0 ./+ &$$%1 &$#,, 0 3! $# !" 0
( &
%( &#' + &$ $#3)#* ! &$ (,& ,2$ ,2$ "3$/( #&0 %,#$%& $(#&"%(+ ( #,, 1 &$#,, 0 %& #(%($"/(& 0 & ) ;;4 ,2$ 1# #&0 #!! %( %( 3$&2 ;;4
,2$1# #&0!#$ 0)$;5<!%&& !$%(#&0& )!#1, $%#0D#! &$,2$%(%$ (& #(
#!! %&$ (%'0 & ) $#&, $ , 1%,$ "%( #,, ,2$ "3$/( ( &$#,, 0 %& & ) %(
3$&2,2$1# &!,/0 #( &0!#$ 0&#(#2(#<8
, !$(!#, ( +%'#, #,, &!,/0 #,, , !$(!#, ( +%'#, ( ./( 0 1* $ (%D !$ 3! $ "%(
( +%'#, ( ./( 0 1* $ +%(#(* , !$(!#, )%(= !"!#$%& <
"%( #00$%&#,
, !$(!#, ( +%'#, 2/0#&! +%'#, ( ./( 0 1* $ +%(#(* , !$(!#, )%(= #,, 1 &!,/0 0&$ #*$ +"%($ +%(#(* , !$(!#,)%(=
+%(#(* , !$(!#, )%(= &!,/0 (%'0&2 #&0 &$#,,&2 $ +%(#(* D/+ ( !#1, $%
+#&$#& !(!/$ !%&$&/$*P ( +%'&2 "3$/( #&0 $ , ,#$&2 1# "%( (%$ !$%& %"
$#3)#* 02 ,2$ 0/(&2 !%&$(/!$%& ( &$#,,&2 $#3)#* 02 ,2$ "3$/( ) &
(%$ !$%&&%,%&2 (( ./( 0%(!%' (&2 02 ,2$)$<M$(#""!!%& ) ( #(%' 0P
$ +%(#(,* !%' (&2 2/0#&! 2&P $ $&2 !(!/$ 1 "%( #&0 #"$ ( $ +%(#(*
+%0"!#$%&P#&0%$ ($ +%(#(* , !$(!#,)%(=#( ./( 01*#&2#&0(%$ !$%&%"
3$&2*$ +#&0#&0!#$ 0%&$ 0(#)&2 +%(#(*)%(=#,,&!,/0 "/(&&2
!#1, !%&& !$%( !%&0/$ $ , !%' ( "%( 3$&2 1# $% 1 ( / 0 #&0 %$ ( +#$ (#,
#%!#$ 0 )$ $ $ +%(#(* )%(=P ,#1%( #&0 ./+ &$ ( ./( 0 $% #!!%+, $ $ +%(#(*)%(=P#&0#%!#$ 0( +%'#,#&0( $%(#$%&$%%(2&#,%("&#,!%&0$%&) &
&% ,%&2 ( ( ./( 0 +%(#(,* ( +%' 0 (/&)#* #&0 $#3)#* 02 "3$/( #,, 1 ( &$#,, 0)$& )%,#$%&$(#&"%(+ (& 3$&2(/&)#*#&0$#3)#* 02 ,2$1# $#$#' 1 &$ +%(#(,*$ ,,#$ 0
#*+ &$),,1 +#0 /&0 (-
$ +5:8
;:5 %( #3)#* &$ (,& 2$ &#' + &$ &$#,, 0 %&
#(%($"/(& 0;;42$4# &#' + &$ ( #!
$ +5:85
;:5#3)#* &$ (,& 2$&#' + &$&$#,, 0%&3$&2
;;42$4# U ( #!
$ +5:8<
, !$(!#, +%'#,U (,/+/+
$ +5:86
+%(#(*, !$(!#,%(=U (,/+/+
/((,/,2,(3/38*-
('65
!"#
()&!"%(
$"%&'
5:
$, /+1 ( :;
%&0/$ $#,20P#&0%/,&2,1%)#&0, , !$(!#,%&0/$-O&!%#$ 0
5:
$, /+1 ( :
@:<6::< (%($2$&2./+ &$ ($"!#$%&(%2(#+B!/(( &$
0$%&C
:
@:<6:65 !"!#$%&"%((%($2$4# #&0(#&"%(+ (%/&2
H/&!$%&4%3 #&0!! %( :
@:<6:6 !"!#$%&"%(/&)#*#&0#3)#*2$&2./+ &$
:
@:<6:68 %,#$%&(#&"%(+ ("%((%($2$&2./+ &$
5:
/((,/,2,(3/38*-
('6%
!"#
()&!"%(
$"%&'
$ +#,,&!,/0 $ ( +%'#,%" 3$&2 , !$(!#, ./+ &$#&0"#!,$ "%(#,,#( #
)$& $ ,+$ %" !%&$(/!$%& # (%'0 0 & $ !"!#$%& # %)& %& $ (#)&2%(#( ./( 01*$ 5
1D !$/("#! #&0$ +&!,/0&2$ /&0 (2(%/&0/$,$ 0 2&#$ 0$%( +#&#,,1 !#( "/,,* #'%0 0 #&0 , "$ /&0$/(1 0 &* 0#+#2 $% $ $ + #,, 1 ++ 0#$ ,*
!%(( !$ 01*$ %&$(#!$%($%$ #$"#!$%&%"$ 55
7
./+ &$/ 0&!%&D/&!$%&)$$)%(=#,,1 &"($!,#)%(=&2!%&0$%&#&0
#,,1 !##1, %"( +%'&2$ +#$ (#,&#& ""! &$+#&& (
5<
4
./+ &$+#$ (#,#&0!%+%& &$0 2&#$ 0$%1 #,'#2 0),,( +#&$ /$%($*9
(% ($* $ + #,, 1 !#( "/,,* ( +%' 0 #&0 #,, 1 0 ,' ( 0 $% $ (%($9
+#&$ &#&! *#(0#&0$%!=, 0&#& #$%(0 (,*"#%&#0( !$ 01*$ "$
0 $ (+& 0 $#$ $(%/2 $ %&$(#!$%(9 % (#$%& %" ( +%'&2 #&0 #&0,&2 $ $ +
#( 1 &20#+#2 0$ ( (' $ (2$$%)$%,0#*+ &$"(%+$ %&$(#!$%("%(
!%+ &#$%&%"$ $ +$ +$%1 #,'#2 0&!,/0 ,2$"3$/( #&0%$ ($ +#
0( !$ 01*
56
4
,,$ 3$&2!#1, $%1 ( +%' 01 !%+ $ (% ($*%"$ %&$(#!$%($%1 (%+$,*
( +%' 0 "(%+ $ #(%($ (% ($* +%(#(* $%(#2 %" $ $ + %& #(%($ (% ($*
#,,1 /1D !$$%$ #(%'#,%"$ 5:
4>4
3$&2!%&0/$#&00/!$1#&=#,,1 ( +%' 0%(#1#&0%& 0#%)&%&$ (#)&2#
( ./( 0 1* !%&$(/!$%& %( # 0( !$ 0 1* $ +%' 0 $ + #,, 1 !%+ $ (% ($*%"$ %&$(#!$%(#&0#,,1 (%+$,*( +%' 0"(%+#(%($(% ($* +%(#(*
$%(#2 %"$ $ +%&#(%($(% ($*#,,1 /1D !$$%$ #(%'#,%"$ %&0/$ $#$ ),, 1 #1#&0%& 0 & ,#! #,, 1 !# 0 %& #! &0 # #(%' 0 1* $ ( !%&0/$!%+ $%$ /("#! $ !%&0/$#,,1 !/$1#!=$%+&+/+%& BC"%%$1 ,%)2(%/&0B"&#,2(#0 C#&0!# 0
%&0/$ & $( &! !%&!( $ &!# 0 !%&& !$&2 $#3)#* ! &$ (,& ,2$ #,, 1 ( +%' 0
$(%/2$ & )#' + &$#( # +%'#,#,,1 /!#$%(%'0 #$( &!"%(&$#,,&2
& ) !%&!( $ &!# 0 !%&0/$ $% (' $ & ) ,2$&2 (%'0 # !, #& !/$ "#! "%(
*(*##(*-,+(
(
!"#
()&!"%(
$"%&'
!%&& !$%&$% 3$&2!%&0/$#$$ & )#' + &$&$ ("#! )$ 3$&2#' + &$
5
F
58
3$&2 &#' + &$ ,2$ "3$/( 1 &2 ( +%' 0 #&0 )! ),, &%$ 1 ( / 0 #,, 1 #,'#2 0&#!!%(0#&! )$#(#2(#5<%"$ !$%&/&, %$ () 0( !$ 01*$ %,#$%& $(#&"%(+ ( 1 &2 ( +%' 0 1 !%+ $ (% ($* %" $ %&$(#!$%( #&0
#,,1 (%+$,*( +%' 0"(%+$ #(%($(% ($* +%(#(*$%(#2 %"$ $ +%&
#(%($(% ($*#,,1 /1D !$$%$ #(%'#,%"$ $ +$%1 ( +%' 0&%$,$ 0#1%' #,,1 ( +%' 0"(%+#(%($(% ($*1*$ !%&$(#!$%(
/&, %$ () 0( !$ 0 1* $ &* ./ $%&#1, $ + #,, 1 1(%/2$ $% $ M#$$ &$%&)%),,$ &0( !$$ %&$(#!$%("%("&#,0%$%&%"$ $ +
G
<
+%,$%& #&0( +%'#, ( ,#$&2 $% , !$(!#, )%(= #,, 1 &!,/0 0 & $ #,!#1, $ +
/&0 ( !"!#$%&5:
<
*(*##(*-,+(
('
!"#
()&!"%(
$"%&'
5
7
U
5
<
(#)&2 #&0 2 & (#, (%'%& %" %&$(#!$ &!,/0&2 & (#, #&0 /, + &$#(*
%&0$%&#&0'%&
!"!#$%& !$%&#,*$%$ !$%&
G
!$%& 0 "& $ $&2 ( ./( + &$ "%( #,, (%0/!$ !" 0 & %$ ( , !$(!#,
!"!#$%& !$%&%"'%&5
,,& !$%&#&0$ $#,,1 &#!!%(0#&! )$$ "%,,%)&2!%0 #&0$#&0#(0
3! $#(%'0 0 ( &-
V
#$%&#,, !$(!#,#&/"#!$/( (9%!#$%&
V
+ (!#&%! $*"%( $&2#&0#$ (#,
V
&$$/$ %", !$(!#,#&0, !$(%&!&2& (
V
&$ (&#$%&#, , !$(!#, $&2 %!#$%& - !! $#&! $&2
!"!#$%&AA#&0#&$ &#&! $&2 !"!#$%&
V
+ (!#& #$%&#, $#&0#(0 &$$/$ 5- #$%&#, , !$(!#, #" $*
%0 V
$#$ #&0,%!#,!%0 #&0%(0&#&! V
&/,#$ 0#1, &2& (%!#$%&
V
%!#$%&%"0%&,,/+&#$&2%+#& V
!!/#$%&#,#" $*#&0 #,$0+&$(#$%&
V
#$%&#,( (%$ !$%&%!#$%&-
@8
-
#$%&#,, !$(!#,%0 @8
4-
, !$(!#,./+ &$#&$ &#&! 8
-
, !$(!#,#" $* ./( + &$"%(+,%* %(=,#! @8;-
2$&&2(%$ !$%&%0 @
-
" #" $*%0 4
,,& !$%&#&0$ $#,,/$,E $ "%,,%)&2( " ( &! -
V
(%D !$0 2& !"!#$%&
*(*##(*/3*9.*-*/
'0
!"#
()&!"%(
6
V
V
V
$"%&'
(%D !$0 2&0(#)&2
#&/"#!$/( (9&$(/!$%&+#&/#,
(%D !$,$%" ./+ &$$%1 & !$ 0#&0$ $ 0
7G
4
:
$&2 "(+ #,, 1 # &#$%&#,,* ( !%2&E 0 !%(%(#$ ,* #&0 "&#&!#,,*&0 &0 &$
$ $&2 %(2#&E#$%& $#$ !#& "/&!$%& # #& /&1# 0 $ $&2 #/$%($* (%" %&#,,*
&0 &0 &$ %" $ +#&/"#!$/( ( /, ( #&0 &$#,, ( %" ./+ &$ %( *$ +
'#,/#$ 01*$ $ $&2"(+
$ $&2"(+#,,1 ( 2/,#(,* &2#2 0&$ $ $&2%" , !$(!#, ./+ &$0 '! &$#,,#$%&#&0*$ + $ $&2"(+#,,#' #$, #$"' B:C* #( 3 ( &! &
$ $ $&2%" , !$(!#, ./+ &$%"$ $* (#$&2#&0'%,$#2 / 0%&$(%D !$
$ $&2"(+#,,+ $!($ (#"%(#!!( 0$#$%&%"$ $&2,#1%(#$%( $, 5A#($A
8#&0#,,1 #/,, +1 (!%+#&*%"$ &$ (&#$%&#,, !$(!#, $&2
%!#$%&BC
, #0 %&$ !&!#, ( &$#$' #,, 1 !/(( &$,* ! ($" 0 1* $ &$ (&#$%&#, , !$(!#, $&2 %!#$%& BC %( #$%&#, &$$/$ "%(
($"!#$%& & &2& (&2 !&%,%2 BC & , !$(!#, %) ( 0$(1/$%&
*$ +$ $&2
$ $&2 "(+ #,, /$,E &2& ( #&0 $ !&!#& )% #( ( 2/,#(,* +,%* 0 1*
$ "(+"%($ $&2 ('! $ (+ / 0 ( )$ /! # $ $ #2 &!* $ $ !%&$(#!$%( $ $&2 ,#1%(#$%(* %(
!%&$(#!$%($ $!%+#&*#,,1 !%&$(/ 0$%+ #&$ $ $&2"(+
4
4
,,/1+$$#,#,,1 %&;@5&!1*&!"%(+#$ 3! $$#$!#($2(##&0
$#1, +#* 1 %& &! 1* 8 &! $ "%,0 0 $% ;@5 &! 1* &! E /1+$$#, #,, 1 1%/&0 & $( (&2 1&0 ( #&0 !, #(,* $$, 0 $% &0!#$ (%D !$
&#+ ,%!#$%& 0#$ #&0 !% %" /1+$$#, & #00$%& #,, 0#$# #,, 1 (%'0 0
, !$(%&!#,,* )$ $ %"$)#( $% ' ) $ , !$(%&! ", (%'0 6 !% %" $ , !$(%&!", %& #(#$ !%+#!$0=BC
$ $&2"(+#,,/1+$(%%"%"$ ./#,"!#$%&0 &$" 0&6#1%' )$10
0%!/+ &$/1+$$#,#,,&!,/0 -
#+ %"%(2#&E#$%&#&01#!=2(%/&0
5
!&!#, ( &$#$' 9&#+ #&01#!=2(%/&0
<
$ %" $( !%+#(#1, D%1 ("%(+ 0 1* $ !&!#, ( &$#$' )$
!"!&#+ #&0$ , %& &/+1 ("%(( " ( &! 6
, &2$%"$+ $ !&!#, ( &$#$' #1 &/ ('&2&$#,,&2
#&0$ $&2*$ +%"$$* :
./#,"!#$%& %"$ !&!#, ( &$#$' #&0 %(2#&E#$%& ("%(+&2
$ ( ./( 0$ $&2 ('! *(*##(*/3*9.*-*/
'0'
!"#
()&!"%(
$"%&'
/1+$"%(#(%'#,$*!#,$ $#&0& !$%&( %($"%(+0#$# $!#($2(#
$ $(%! 0/( $!"%( #!$ $$%1 ("%(+ 0)$&
0#*%"&%$! $%(%! 0
/1+$$ $! 0/, $ +E&2 #!&0'0/#,$ $"%( #!&0'0/#,$ +$%1 $ $ 0
! 0/, #,,1 /0#$ 0) =,*/&$,#,,$ $#( !%+, $ 0
#$# $#,,#00( #!$ +%" ./+ &$&0'0/#,,*#&0#,,&!,/0 $ "%,,%)&2&"%(+#$%&-
#
(%D !$$$, 1
(%D !$,%!#$%&
!
* %" ./+ &$
0
2&#$%&%" ./+ &$
#&/"#!$/( (%" ./+ &$
"
%0 ,&/+1 (%" ./+ &$
2
(#,&/+1 (%" ./+ &$
#$ #&0$+ %"& !$%&#&0$ $
&'(%&+ &$#,!%&0$%&#$$ $$ #$0#$ #&0$+ %"& !$%&#&0
$ $
D
$#(#+ $ (B$ $'%,$#2 $!C
=
& !$%&#&0$ $(%! 0/( ! !=,$
,
/,$ %" #,, & !$%& #&0 $ $ (%! 0/( &!,/0&2P ( #0&2
+ #/( + &$&%$#$%&#@"#, $!
/1+$#,,$ $( %($"%(+",, 0%/$!%+, $ ,* 3! $"%($ $( /,$)$&
0#*
%" % 0(#)&2 #(%'#, "%( #! !%+%& &$ $ + %" ./+ &$ #&0 *$ + $% 1 $ $ 0
/1+$! ($"!#$%&%"$ $ ./+ &$!#,1(#$%&#&0!#,1(#$%&( !%(0
/1+$ !%+, $ 0 ! ($" 0 $ $ ( /,$ #&0 ( !%(0 #$ , #$ 0#* (%( $% & (2E&2
#! #($!/,#( $* %" ./+ &$ #! /1+$$#, #,, 1 1%/&0 # ( ./( 0 #1%' $( %($#,,&!,/0 P(%D !$$$, (%D !$,%!#$%&2 & (#,0 !($%&%" ./+ &$
#&0 *$ + & !$ 0 #&0@%( $ $ 0 !%+, $ 0 0#$# $ !%* %" " ,0 0#$# $
( !%++ &0#$%&#!! $#&! !($ (#%$%2(#2(#$(!#($( !%(0&2 $!
/1+$ ( %($ %" ./+ &$ "#,&2 $% # & !$%& #&0 $ $ (%! 0/( $% $ %&$(#!$&2 ""! (9 !&!#, ( &$#$' BC /1+$$#, #,, 0 &$"*
./+ &$ 1*P $* %" ./+ &$ 0 2&#$%& +#&/"#!$/( ( +%0 , &/+1 ( (#,
&/+1 ($ $#(#+ $ (!%*%"" ,00#$# $( #%&"%("#,/( ! 0/, "%(( #$%"
& !$%& #&0 $ $ (%! 0/( #&0 #&* %$ ( ($& &$ &"%(+#$%& !%&! (&&2 $ & !$%&#&0$ $(%! 0/( 5
5
*(*##(*/3*9.*-*/
'0
!"#
()&!"%(
55
7
/$#1,$*%" $./+ &$
5
6
:
8
4
,,$ $ ./+ &$#,,1 &2%%0+ !#&!#,#&0 , !$(!#,!%&0$%&
, !$%&%"+ $ (&2 ./+ &$#,,1 1# 0%&#=&%), 02 %"$ )#' "%(+
%" $ '#(#1, 1 &2 + #/( 0 2$#, +/,$+ $ ( +#* 1 #' (#2 %( (%%$
+ #&./#( BC &&2 #&0 +#* &!,/0 %( 3!,/0 $ 0! !%+%& &$
&$ '#(#1, !%&$#&#(+%&!%(0!%"" $#&0&2 & (#,#&*0 '#$%&
"(%+#/( & )#' #' (#2 &&2#' (#2 + #/(&2!#, 0+ $ (
+#*1 +, #0&2 %"+ #/(&2+ $ (( !%++ &0 0
,0$ $&$(/+ &$#$%&/ 0$%! !=+ $ (!#,1(#$%&+/$#' #&#!!/(#!*
2 ($#&$#$%"$ + $ (1 &2! != 0
!!/(#!*%"$ $ ./+ &$#,,1 #(%(#$ "%($ $ $1 &2 ("%(+ 0
#' # #&0 "( ./ &!* %" $ $ ./+ &$ %/$/$ )#' "%(+ #,, 1 #(%(#$ "%($ $ $#&0$ $ 0 ./+ &$
%&$#!$ ( $#&! + #/( + &$ #,, 1 ("%(+ 0 /&2 # 6)( +!(%
%++ $ (
%(./ $ $&2 #,, 1 ("%(+ 0 /&2 # !#,1(#$ 0 $%(./ )( &! %( $%(./ !( )0(' (
$&$(/+ &$$#&0#(0
$"%&'
$ $&2"(+#,,(%'0 #,,+#$ (#, ./+ &$,#1%(#&0$ !&!#,/ ('%&$%
("%(+#,,$ $& !$%&#&0$/0 !%' ( 01*$ !"!#$%&
<
,, ./+ &$ / 0 "%( $ $&2 #&0 !#,1(#$%& (%! 0/( #,, 31$ $ "%,,%)&2!#(#!$ ($!-
#
1
5
#&$#& 0&2%%0'/#,#&0+ !#&!#,!%&0$%&
#&$#& 0&#" % (#$&2!%&0$%&
$ ./+ &$ #,, #' % (#$&2 #!!/(#!* ./#, $% %( 1 $$ ( $#& $ "%,,%)&2,+$-
#
1
%($#1, +/,$+ $ (#,,1 $(/ + #/(&2
/,$+ $ (#,,#' $ "%,,%)&2#!!/(#!*,+$%(1 $$ (-
C
5C
!
0
<C
6C
:C
C
'%,$#2 (#&2 -8:?S@<,#$&2, 02$W
E
!/(( &$ (#&2 - A
? S@ < ,#$ &2, 02$ W E
&!,/0&2#0#$ (#&0$(#&0/! (
%,$#2 (#&2 -5:?S@,#$&2, 02$
/(( &$(#&2 -8:?S@,#$&2, 02$
$#&! (#&2 -:
?S@,#$&2, 02$
( ./ &!*(#&2 -
?S@,#$&2, 02$W
E
,#+%&#++ $ (-#!!/(( &$S@<?%"(#&2 S@,#$&2, 02$W
E
#$%&@%) ("#!$%(" ,0 ./+ &$-
*(*##(*/3*9.*-*/
'01
!"#
()&!"%(
"
2
D
=
,
+
&
$"%&'
C
S@
?%) ("#!$%("%(%) ("#!$%('#,/ /$%5
?
5C
:?%"$ ( #0&2"%(%) ("#!$%('#,/ #1%' 5
?
%)(#&2 0! ( $#&! ./+ &$- ? %" ( #0&2 S@ 5 ,#$ &2, 02$
(#&"%(+ ($/(&(#$%$ $ ./+ &$-
:?%(1 $$ (W
E
(%/&0 , !$(%0 $ $ ./+ &$-S@5?%"(#&2 &/,#$%&$ $ $-
5:
'%,$0!S@5?%"( #0&2#$+0!#, , !$(!#,,%#0/(' * ./+ &$-
C
5C
<C
6C
S@:?$%$#, ((%(&!,/0&2 &%(
?( %,/$%&
/(( &$$(#&"%(+ (S@5?%"(#&2 W
E
%,$#2 $(#&"%(+ (S@
:?%"(#&2 W
E
./00 , !$(!$( &2$$ $ ./+ &$-S@5?%"!#, # "$&2 ./+ &$-S@
?%' ( &$( (#&2 2!/(( &$$ $ ./+ &$-S@5?%"(#&2 2%$ &$#,$ $ ./+ &$-S@5?%""/,,!#, 2%$ &$#,$ $ ./+ &$B
EC-S@5?%""/,,!#, $&$(/+ &$#,1(#$%&
5
<
6
:
8
$ $&2 "(+ #,, #' # !#,1(#$%& (%2(#+ )! #/( $#$ #,,
#,!#1, $ $ &$(/+ &$ #( +#&$#& 0 )$& (#$ 0 #!!/(#!* (%'0 ! ($"!#$%& %" #,, $ $ &$(/+ &$ $% 1 / 0 %& $ (%D !$ /1+$ (%( $%
!%&0/!$&2#&*$ $
#!!/(#!*#,,1 0( !$,*$(#! #1, $%$ #$%&#,&$$/$ %"$#&0#(0#&0
!&%,%2*
&$(/+ &$ #,, 1 !#,1(#$ 0 & #!!%(0#&! )$ $ "%,,%)&2 "( ./ &!*
! 0/, -
#
1
!
,0&$(/+ &$-+%&$+#3+/+
#1%(#$%(*&$(/+ &$-5+%&$
# 0 !#,$* ./+ &$- 5 +%&$ B ( #!!/(#!* 2/#(#&$ 0
1*, %(C
#$ 0!#,1(#$%&,#1 ,#,,1 '1, %&#,,$ $ ./+ &$#&0 #!$ $( %($
#,, &!,/0 # $#1, %" $ $ $ &$(/+ &$ / 0 )$ $ $ $ &$(/+ &$
!#,1(#$%&$ $0#$ !%(0)!%)0#$ #&0( /,$%"&$(/+ &$!#,1(#$ 0%($ $ 0+/$1 = $/$%0#$ /1+$"%( #!$ $&$(/+ &$
$%0#$ &$(/+ &$!#,1(#$%&&$(/!$%&#&0(%! 0/( #,,1 +#&$#& 0
"%( #!$ $&$(/+ &$
#,1(#$&2 $#&0#(0 #,, 1 %" 2 ( #!!/(#!* $#& $#$ %" $ &$(/+ &$
$ $ 0
<UF
*(*##(*/3*9.*-*/
'06
!"#
()&!"%(
<
$"%&'
& !$%&#&0$ $(%! 0/( "%($ +&$#,, 0/&0 ($!%&$(#!$#&0#&0!#$ 01 ,%)#,,
1 ("%(+ 0 %& #,, , !$(!#, ./+ &$ %" $ $* &0!#$ 0 /&, %$ () &%$ 0 &
#00$%&#,,$ $( !%++ &0 0#&0@%(( ./( 01*$ +#&/"#!$/( (%"$ , !$(!#, ./+ &$
#,, 1 ("%(+ 0 /$%($* ( (' $ (2$ $% +%&$%( #&0 )$& #,, $ $ #&0
& !$%& %%(0&#$ #,, $ $ )$ $ #&0 (%'0 +&+/+ "%/( 1/& 0#*
#0'#&! &%$! $%"%( #!$ $( ./( 0% %"#&0)($$ &" ,00#$# $"%(#,,
$ $ #&0 & !$%& #,, 1 "%()#(0 0 0( !$,* "(%+ $ $ $&2 "(+ $% $ )$& 6;
%/( %"$ $ $ %(& !$%& !% +#* 1 $ , "#3 0 & $ !# ) ( ./+ &$
*$ +%($(/!$/( "#,$%+ $ !" 0!($ (#$ #,,1 &%$" 0)$&56%/(
%" $ $ $ %( & !$%&- ,0 0#$# $ #,, 1 (%'0 0 #&0 $ 0#$# )! 0 !(1 $ "#,/( #,,1 2,2$ 0,, ./+ &$"#,&2$%#& !$%&#&0$ $(%! 0/( #,,1 $(#!= 0 #&0 0 &$" 0 #$ ) =,* !%&$(/!$%& (%2( + $&2 ! 0/, "%( !%(( !$&2
0 "! &! #&0 ( #$ %" & !$%& #&0 $ $ (%! 0/( #,, 1 #00( 0 #$ #! ) =,*
!%&$(/!$%& (%2( + $&2 /&$, /! $+ # #,, 0 "! &! #( !%(( !$ 0 #&0 ./+ &$
# $ & !$%&#&0$ $(%! 0/( (%'0 $#2%& ./+ &$&0!#$&2"#,/( #1, -
(" ,02$&2 ( (!/$#1, B:=C-
#
("%(+'/#,#&0+ !#&!#,& !$%&#"%,,%)-
C
5C
<C
1
("%(+ , !$(!#,$ $#"%,,%)-
C
5C
<C
!
& !$ !#1, "%( *!#, 0#+#2 #&0 (% ( !%&& !$%& &
#!!%(0#&! )$&2, ,& 0#2(#+
%(./ !#1, $ (+&#$%& $% +#&/"#!$/( (9 ( !%++ &0 0
'#,/ /&2 # !#,1(#$ 0 $%(./ )( &! & $ #1 &! %"
+#&/"#!$/( (9 0#$# '#,/ #,, 1 & #!!%(0#&! )$ != !#1, !%,%( !%0&2 #2#&$ /$%($* #&0 &#$%&#,
, !$(!#,%0 $#&0#(0
("%(+&/,#$%&( $#&! $ $%& #!!%&0/!$%()$( !$
$% 2(%/&0 #&0 #0D#! &$ !%&0/!$%( , 0 %$ &$#, #,, 1 5:
'%,$0!"%(%& +&/$ ("%(+!%&$&/$*$ $$%&/( (% (!#1, !%&& !$%&
#$ #,, !(!/$ #( % (#1, $ #,, 1 !%&0/!$ 0 $#$
&!,/0 !%&$&/%/% (#$%&%" #!!(!/$"%(&%$, $#&@5
%/(
$'#,/ -
C
$ + ; #(#2(# <; "%( &/,#$%& ( $#&! $ $
'#,/ 6U4G
*(*##(*/3*9.*-*/
'00
!"#
()&!"%(
$"%&'
6
, !$(!#,$ $&2#,,&%$1 + #/( 0"%(#*+ &$1/$#,,1 &!0 &$#,$%$ )%(=)$&%
#(#$ #*+ &$
5
*(*##(*/3*9.*-*/
'07
!"#
()&!"%(
$"%&'
5
::<
(#)&2 #&0 2 & (#, (%'%& %" %&$(#!$ &!,/0&2 & (#, #&0 /, + &$#(*
%&0$%&#&0'%&
!"!#$%& !$%&#,*$%$ !$%&
5 G
!$%& !" , !$(!#, 0 &$"!#$%& +#$ (#, #&0 &!,/0 ( ./( + &$ "%(
, !$(!#,0 &$"!#$%&&!,/0&21/$&%$,+$ 0$%$ "%,,%)&2-
0 &$"!#$%&,#1 ,&2"%(+ 0/+'%,$#2 !#1, 4
" ( $% %$ ( '%& 5 !$%& "%( #00$%&#, !"! , !$(!#, 0 &$"!#$%&
#%!#$ 0)$ !"!$ +
< 4
& (#,-/1+$ $ "%,,%)&2 & #!!%(0#&! )$ %&0$%& %" %&$(#!$ #&0'%&
!"!#$%& !$%&
4
(%0/!$#$#"%( #!$* %"(%0/!$ !" 0
! 0/, %"#,,$#2+#(= ( $!
#+, (%0/!$"%( #!$* %"(%0/!$ !" 0
6 7G
, !$(!#,%+%& &$$#&0#(0-%+%& &$#&0&$#,,#$%&#,,!%+,*)$8
I#$%&#,, !$(!#,%0 I
4
%+,*)$+#&/"#!$/( (&$(/!$%&
5
5
#&/"#!$/( (- /1D !$ $% !%+,#&! )$ ( ./( + &$ (%'0 (%0/!$ 1* $ "%,,%)&2-
+ (!#&&2(#'&2%
5
$%&#+ ,#$ %
<
$#&0#(02&&!
6
4(#0*%
:
,+ $ =&0/$( *(*##(*/2#,/
'066
!"#
()&!"%(
5
5
8
;
$"%&'
!(%0/!$&!
,,#+(!=Q%+#&*
%+#Q4 $$
#1, - /&2/ & ($ ," 3$&2/&2 %& ! ," ,%!=&2 &*,%& !#1, $ ;&!+&+/+)0$:
,1+&+/+$ &, $( &2$#&0/$#1, "%(#$ + (#$/( (#&2 "(%++&/:
0 2$%<:
0 2
4
#(= ("%( 0/+%,$#2 #1, -(%'0 IO #2I#+#&/"#!$/( 01*,+ $ =
&0/$( &! %( ./'#, &$ $% 0 &$"* " 0 ( #$ #,, #!! 1, ,%!#$%& #2 #,,
!%&$%"
&!2&/+ (#,%(, $$ (,#! 0&#$#2%,0 (#2#&0%,0 (#,,
1 +#&/"#!$/( 0 "(%+ $#1,E 0 &%&!%&0/!$' &%&!%((%' %,* $*, & %(
./#,#2%,0 (#,,1 1,#!=#&0&/+ (#,#&0, $$ (#,,1 1,#!=%&* ,,%)1#!=
2(%/&0/+ (#,#&0, $$ (#,,1 %( &$ 0 $ (%(E%&$#,,*%(' ($!#,,*0 &0&2
%&%( &$#$%&%"!#1, <F
<
0 &$"!#$%& %,%( %0&2- (%'0 $ "%,,%)&2 !%,%( !%0&2 "%( 0 &$"!#$%&
,#1 ,&2@+#(= (-
%,$#&0#1%' -$ , $$ (&2%&( 01#!=2(%/&0
4
, !$(!#,./+ &$@ '! 0 &$"!#$%&-
(%'0 +#(= ( "%( + 0/+ '%,$#2 !#1, #$ #,, #!! 1, ,%!#$%& #&0
$ (+&#$%& %&$ &0!#$ '%,$#2 " 0 ( &/+1 ( #&0 # , $$ ( %& #!
!#1, &0 ./+ &$&0!#$ # , $$ (%& #!!#1, &+#&%, &$#,,
+#(= (%&!#1, #"$ (#(!(%%"&2#, 0$$#!)$!#1, $ $$ (&2#&0(#!-%%(0&#$ &#+ #11( '#$%&!%,%(#&0%$ (0 2&#$%&
)$ !%(( %&0&2 0 2&#$%& !" 0 %( &0!#$ 0 &$#,, &/+1 ( , $$ (&2 #&0
!%,%(##(%' 0&/1+$$#,#&0#( ./( 01*!%0 ,,,#1 ,&2#,,1 $* 0#&0)($$ &,#1 ,&2#,,&%$1 #!! $ 0
&$#,,0 &$"!#$%&(%0/!$&#!!%(0#&! )$+#&/"#!$/( (9)($$ &&$(/!$%&#&0
( ./( + &$%"
&$#,, ,#1 , $#2 #&0 +#(= ( #$ ,%!#$%& "%( 1 $ !%&' & &! %" ' )&2 )$%/$
&$ (" ( &! )$% (#$%&#&0+#&$ &#&! 6U4G
*(*##(*/2#,/
'066'
!"#
()&!"%(
$"%&'
6
, !$(!#,0 &$"!#$%&#,,&%$1 + #/( 0"%(#*+ &$1/$#,,1 &!0 &$#,$%$ )%(=
)$&% #(#$ #*+ &$
5
::<
*(*##(*/2#,/
'066
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SECTION 31 25 14 - STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
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.
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.
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.
STORM WATER POLLUTION PREVENTION PLAN
312514 - 1
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Payment will be made under:
Item 312514-1.1 – Stormwater Pollution Prevention – per lump sum.
1.3
DEFINITIONS
A.
CWA- Clean Water Act means the law passed by the Congress of the United States in 1972
controlling the Discharge of Pollutants into the Nation's waterways.
B.
BMP- Best Management Practices are defined as any one or group of management practices,
activities, policies, equipment, and structures that will: prevent pollutants from entering the
environment, minimize pollutants from entering the environment, and mitigate, reduce, and
treat prior to the pollutant entering the environment.
C.
NPDES- National Pollutant Discharge Elimination System is the national program for issuing,
modifying, revoking, reissuing, terminating, monitoring and enforcing permits pursuant to
sections 402, 318, and 405 of the CWA.
D.
VDEQ- Virginia Department of Environmental Quality is the agency of the Commonwealth of
Virginia that manages the Commonwealth of Virginia's environmental regulations.
E.
VPDES- Virginia Pollutant Discharge Elimination System is the Commonwealth of Virginia
program and regulations that describe the proper management of discharges of pollutants into
the waters of the Commonwealth
F.
DCR- The Commonwealth of Virginia Department of Conservation and Recreation, Division
of Soil and Water Conservation, regulates land disturbing activities and erosion and
sedimentation compliance.
1.4
Submittals
A.
Storm water Pollution Prevention Plan (SPPP) - Prepare and submit for written approval by the
Authority in accordance with the information provided below. Do not initiate grounddisturbing 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.
STORM WATER POLLUTION PREVENTION PLAN
312514 - 2
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
D.
IA1003
July 9, 2010
Plan Certification with Virginia Pollution Discharge Elimination System Regulation (9VAC
25-180) and DCR (4VAC50-30).
1.
Submit with Plan Certification the following certification statement signed by an officer
of the company of Contractor and signed by all its subcontractors:
"I certify under penalty of law that I understand the terms and conditions of the General
Permit for Discharges from Construction Activities that authorizes the storm water
discharges from construction activities associated with the site identified by the permit."
2.
The above certification shall be executed on the Contractor's letterhead. Include the
name, title, address, and telephone number of contractor and all subcontractors, and the
date the certification is made. The Certification shall be attached to the SPPP and
submitted to the COTR.
E.
Once the SPPP has been approved by the COTR, submit a Virginia Storm Water Management
Program (VSMP) permit application to the Virginia Department of Conservation and
Recreation (DCR) to obtain the VSMP permit. Submit payment of $500 with the permit
application. The Contractor shall include the cost of the VSMP in his proposal
F.
Be responsible for submitting the Notice of Project Termination (NPT) shown in Appendix II
for all construction activities within this particular construction project. Contractor shall notify
the Authority and provide a copy to the COTR upon completion of this construction project.
G.
Not Used.
H.
Submit the name, and a copy of the certificate of competence issued by the Department of
Conservation and Recreation for the person in charge of and responsible for carrying out the
land-disturbing activity prior to conducting any land-disturbing activities.
I.
Prepare the SPPP narrative and associated drawings in accordance with the following outline:
1.
Site Description: A detailed description of the construction activities, physical features of
the site, and other pertinent information shall be included in this Section.
a.
b.
c.
d.
e.
f.
g.
A description of the nature of the construction activities;
A description of the intended sequence of major activities which disturb soils for
major portions of the site (e.g. grubbing, excavation, grading);
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.
Describe the quality of any discharge water from the site;
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.
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.
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 POLLUTION PREVENTION PLAN
312514 - 3
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
2.
Potential Pollution Sources:
a.
Describe potential pollution sources.
limited to, the following:
1)
2)
3)
4)
5)
6)
7)
3.
IA1003
July 9, 2010
Description should include, but not be
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).
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.
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.
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.
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.
Concrete Batch Plants: Provide a maintenance plan for the concrete
washout area. The plan shall include inspection and pumping procedures, as
well as water, solid disposal, and recycling procedures. All batch plants
shall have a valid VDEQ air permit. Obtain a General Virginia Pollutant
Discharge Elimination System Permit (GVPDES) in accordance with 9
VAC 25-193-10 for the batch plant. Submit both the GVPDES and the
VDEQ air permits with the Storm Water Pollution Prevention Plan (SPPP).
The SPPP shall include a drum and container management plan. The plan
shall describe the methods and location for the containment, protection, and
storage of all solvents, chemicals, petroleum products, and all toxic material
as defined by the EPA brought on site. All drums and containers shall be
stored within a secondary containment system and shall be covered to
prevent rainwater from entering the secondary containment.
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
STORM WATER POLLUTION PREVENTION PLAN
312514 - 4
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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)
b)
c)
d)
e)
f)
g)
h)
i)
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/nonhazardous materials. Structural BMPs include, but are not limited to the
following list:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
3)
Vegetative buffer strips
Sod stabilization
Geotextile
Mulching
Temporary Seeding
Permanent Seeding
Protection of trees
Preservation of mature vegetation
Other measures/stabilization practices
Silt fences
Earth dikes
Drainage swales
Sediment traps
Subsurface drains
Secondary containment for ASTs and containers
Pipe slope drains
Coverage for ASTs and containers
Level spreaders
Storm drain inlet protection
Reinforced soil retaining systems
Rock outlet protection/wheel washers
Gabions
Construction rock entrance
Temporary or permanent sediment basins
Other BMPs and structural controls.
The installation of these structural BMPs may be subject to the CWA
Section 404 "Permitting Requirements". Be responsible for determination
STORM WATER POLLUTION PREVENTION PLAN
312514 - 5
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
4)
5)
whether the above-permitting requirements apply to any of the structural
BMPs.
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.
Temporary or Permanent Sediment Basins
a)
b)
4.
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.
To prevent the movement and erosion of soils, structural measures
should be placed on all upland areas.
`Operational Practices (Good Housekeeping Practices). This Section shall include
measures and BMPs including good housekeeping practices that address the following
sources of pollution:
a.
b.
5.
IA1003
July 9, 2010
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.
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.
Inspection And Maintenance of BMPs
a.
b.
c.
d.
e.
f.
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."
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:
Every seven calendar days: Under the normal circumstances.
Every 24 hours: After a rainfall of 0.5 inches or greater, of intensity.
Every 30 days: for the areas where final stabilization has been accomplished.
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
STORM WATER POLLUTION PREVENTION PLAN
312514 - 6
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
7.
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.
Detailed Composite SPPP Map. Prepare the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
1.5
Drainage pattern and approximate slopes anticipated after completing major
grading activities on site
Soil disturbance areas
Location of all Best Management Practices (BMPs), structural controls, nonstructural controls, good housekeeping practices (GHP) and other erosion and
sediment (E&S) control measures to be used during the course of construction
activities
Locations where stabilization is expected to be used, including the types of
vegetative cover which will be employed on site
Location of all receiving waters, including their tributaries and the ultimate
receiving waters (including wetlands/sensitive habitats)
Location of all points of discharge to existing storm sewers and outfalls
Existing and planned paved areas, impervious surfaces, and buildings
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.
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.
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.
Quality Assurance
A.
Prepare and submit the SPPP with input from each subcontractor.
STORM WATER POLLUTION PREVENTION PLAN
312514 - 7
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
PART 2 - PRODUCTS
2.1
General
A.
Provide erosion and sediment control devices and products as indicated, in accordance with the
SPPP and in accordance with the latest updated version of the Virginia Erosion and Sediment
Control Handbook.
PART 3 - EXECUTION
3.1
Implementation
A.
Implement and maintain the approved SPPP throughout the life of the contract in accordance
with provisions of the Virginia Erosion and Sediment Control Handbook and applicable
contract documents.
B.
Exercise every reasonable precaution, including temporary and permanent measures,
throughout the duration of the project to control erosion and prevent or minimize pollution of
rivers, streams, lakes and other receiving waters. Apply siltation and stabilization control
measures to material, subject to erosion, exposed by any activity associated with construction
including but not limited to local material sources, stockpiles, disposal areas, and haul roads.
C.
Initiate stabilization measures as soon as practicable in portions of the site where construction
activities have temporarily or permanently ceased but no later than 14 days after the
construction activities have temporarily or permanently ceased. Except as provided in the
following paragraphs:
1.
2.
D.
3.2
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.
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.
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.
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.
STORM WATER POLLUTION PREVENTION PLAN
312514 - 8
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
B.
IA1003
July 9, 2010
Maintenance: Maintain erosion and siltation control devices and measures in a functional
condition at all times. Inspect temporary and permanent erosion and sedimentation control
measures after each rainfall and at least daily during periods of prolonged rainfall. Correct
deficiencies immediately. Make a daily review of the location of erosion and sediment control
devices to ensure that they are properly located for effectiveness. Where deficiencies exist,
make corrections immediately as approved or directed by the COTR.
PART 4 - CONTRACTOR’S QUALITY CONTROL
4.1
Field Quality Control
A.
Conform to all applicable provisions of Division 01 Section “Quality Requirements". Be
responsible for periodic inspections for conformance with the approved SPPP. The results of
the periodic inspections shall be submitted to the COTR upon completion.
STORM WATER POLLUTION PREVENTION PLAN
312514 - 9
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
APPENDIX I
STORM WATER POLLUTION PREVENTION PLAN
312514 - 10
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SPPP INSPECTION CHECKLIST
BMP
1.
Drainage
Swale
2.
Gabion
3.
Silt Fence
4.
Dry Pond
5.
Cattle Grate
6.
Earth Dike
7.
Sediment
Trap
8.
Hay Bale
9.
Subsurface
Drains
10.
11.
Proper
Installation
Yes, No. or
NA
Proper
Operation
Yes or No
Housekeeping
Practices
Good-Poor
Potential
Hazard
Yes or
No
Discharge:
Storm water
Non-storm
water
Effectiveness
of BMP
Observations
Comme
nts
Pipe Slope
Drains
Level
Spreaders
12.
Storm Drain
Inlet
Protection
13.
Reinforced
Soil
Retaining
Basins
STORM WATER POLLUTION PREVENTION PLAN
312514 - 11
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
SPPP INSPECTION CHECKLIST
BMP
14.
Temporary
or Permanent
Sediment
Basins
15.
Construction
Rock
Entrance
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
Proper
Installation
Yes, No. or
NA
Proper
Operation
Yes or No
Housekeeping
Practices
Good-Poor
Potential
Hazard
Yes or
No
STORM WATER POLLUTION PREVENTION PLAN
Discharge:
Storm water
Non-storm
water
Effectiveness
of BMP
Observations
Comments
312514 - 12
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Please list any discrepancies or items that are not in compliance in the space provided below.
Please list the corrective actions necessary to abate the above-listed discrepancies.
Note: All corrective actions must take place within 7 days of the discovery of the above
discrepancies and non-compliance item(s).
Inspector:
Signature:
Date: ________________
STORM WATER POLLUTION PREVENTION PLAN
312514 - 13
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
APPENDIX II
STORM WATER POLLUTION PREVENTION PLAN
312514 - 14
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Metropolitan Washington Airports Authority
Notice of Project Termination
For
Storm water Discharges from Construction Activities
This form shall be completed by the construction contractors upon final stabilization of the site,
Note:
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 POLLUTION PREVENTION PLAN
312514 - 15
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
Contract Number:
Contractor Information:
Contractor's name and mailing address:
Subcontractor(s) name and mailing address:
Location of Construction Site:
Project Name
Address
State
Zip Code ____________
City
Latitude
Longitude ______________________
If there is a change in the contractor(s) please provide the new contractor's information here:
Certification:
"I certify under penalty of law that disturbed soils at the identified project have been finally
stabilized and temporary erosion and sediment control measures have been removed or will be
removed at an appropriate time and that all storm water discharges associated with construction
activities in this project have been eliminated, or that I am no longer the contractor for this
construction site."
Print name:
Title:
Signature:
Date:
(This certification shall be signed by an officer of the company)
STORM WATER POLLUTION PREVENTION PLAN
312514 - 16
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
APPENDIX III
STORM WATER POLLUTION PREVENTION PLAN
312514 - 17
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
STORM WATER POLLUTION PREVENTION PLAN
IA1003
July 9, 2010
312514 - 18
Washington Dulles International Airport
Repair In-Pavement High Speed Taxiway Centerline
Light Trench, Runway 1R-19L
IA1003
July 9, 2010
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.
2.
3.
4.
5.
6.
7.
8.
Tenant Name:
Facility location within IAD where spill occurred:
Facility Environmental Manager, Foreman, or person in charge:
Time and date of release:
Amount of release material:
Description of how the release occurred and whether material reached a floor drain (if
this situation occurred, describe amount of material that entered drain):
Type of material released (include common and chemical name; attach MSDS and/or
Waste Manifest):
In the event of a release, verbal notification to IAD Fire Department and IAD
Environmental Coordinator must be made immediately as follows:
Fire Department:
(703) 572-2970
IAD Government
Programs Engineer
(703) 572-0210
END OF SECTION 312514
STORM WATER POLLUTION PREVENTION
31 25 14 - 19
Download