SPECIFICATIONS TAXIWAY JULIET 1 REHABILITATION

SPECIFICATIONS
RONALD REAGAN WASHINGTON NATIONAL AIRPORT
Washington, D.C.
TAXIWAY JULIET 1 REHABILITATION
PROJECT DA1103
Prepared for:
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
Washington, D.C. 20001
Prepared by
CRAWFORD, MURPHY & TILLY, INC.
In association with
ROY D. MCQUEEN & ASSOCIATES, LTD.
BURNS ENGINEERING, INC.
December 2, 2011
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE OF CONTENTS
DIVISION 00 - CONDITIONS OF THE CONTRACT
00 45 16
00 73 00
Proposer’s Qualifications
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 71 80
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
Field Data Collection and GIS Conversion
Execution
Project Closeout
Project Record Documents
DIVISION 20 – FAA SPECIFICATIONS
P-101
P-160
P-202
P-401
P-603
P-605
P-620
L-125
Pavement Marking Removal
Bituminous Pavement Removal (Performance Planing)
HMA Crack Sealing
Plant Mix Bituminous Pavements
Bituminous Tack Coat
Joint Sealing Filler
Pavement Marking
Installation of Airport Lighting Systems
DIVISION 31 – _EARTHWORK
31 25 14
Storm Water Pollution Prevention Plan
TABLE OF CONTENTS
TOC - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
RONALD REAGAN WASHINGTON NATIONAL AIRPORT
Washington, D.C.
TAXIWAY J1 REHABILITATION
CRAWFORD, MURPHY & TILLY, INC.
Crawford, Murphy & Tilly Responsibility for Specifications Include:
DIVISION 00 - CONDITIONS OF THE CONTRACT
00 45 16
00 73 00
Proposer’s Qualifications
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 71 80
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
Field Data Collection and GIS Conversion
TABLE OF CONTENTS
000110-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
01 73 00
01 77 00
01 78 39
DA1103
December 2, 2011
Execution
Project Closeout
Project Record Documents
DIVISION 20 – FAA SPECIFICATIONS
P-101
P-160
P-202
P-401
P-603
P-605
P-620
Pavement Marking Removal
Bituminous Pavement Removal (Performance Planing)
HMA Crack Sealing
Plant Bituminous Pavements
Bituminous Tack Coat
Joint Sealing Filler
Pavement Marking
DIVISION 31 – EARTHWORK
31 25 14
Storm Water Pollution Prevention Plan
TABLE OF CONTENTS
000110-2
!"!
!"
"
"#$$#%&%'()*$%&+*+
+(#,&-
.
/012
2
#$%&'(&%)
*
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 004516 – PROPOSER’S QUALIFICATIONS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
(1)
Section V, Solicitation Provisions
(2)
Section VII, Contract Provisions
(3)
Section 007300, Supplementary Provisions
(4)
Section 014000, Quality Requirements
SUMMARY
A.
1.3
Related Work Described Elsewhere:
This section provides for submittals of corporate experience and qualifications of
key personnel, project management information and project schedule. The
information required of this section shall be submitted with the price proposal as
specified herein. Elaborate format is not necessary; however, timeliness, clarity
and completeness of the information presented are essential.
CORPORATE EXPERIENCE
A.
The Contractor shall have experience on similar airfield pavement projects.
1.
Minimum requirements – GC shall have completed five or more projects
in excess of $1,000,000 with similar daily work value with characteristics
listed below. Additionally, each GC shall have at least 5 years of
experience from projects of similar scope and complexity to that described
in this RFP. Documentation shall address the following:
(a)
Construction
Phasing
and
Management;
Demonstrated
management expertise necessary to maintain uninterrupted airfield
operations throughout major multi-phased construction on and
around an active airfield. Show experience with computer based
schedule systems on projects of similar scope and complexity.
(b)
Airfield Bituminous Pavements; Bituminous pavement utilizing
FAA’s P-401 specifications.
PROPOSER’S QUALIFICATIONS
004516 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.4
DA1103
December 2, 2011
PROJECT MANAGEMENT AND CONTROL
A.
Project Management:
1.
The Contractor shall provide a proposed project organization chart
including names of key personnel to be assigned to this contract and limits
of their authority. Show how this project management structure fits into
the Contractor’s corporate management structure.
2.
The Contractor shall delineate the role of each project management staff
member. The information shall show in detail the lines of authority,
communication and organization, and the role each member of the team
will provide in completion of this contract.
3.
Resumes of Contractor’s Key/Principal Staff Members.
a.
Provide resumes of the following key project management
personnel: Project Manager, Project Superintendent/Quality
Control Manager, Pavement Superintendent, and alternates if
appropriate, to be assigned to the overall project management
team. Resumes shall include relevant construction experience on
comparable major projects, as well as education necessary for this
project.
b.
The Authority has the right to reject persons proposed who do not
have adequate qualifications or for other reasonable and lawful
causes. Failure to meet one particular element of an overall
qualification may or may not, at the Authority’s discretion, result in
disqualification.
(1)
Project Manager: Ten years of experience, with five years
of relevant project management experience on Bituminous
concrete paving projects of similar size, type and
complexity to this project in which the individual had
overall project responsibility.
(2)
Project Superintendent: Ten years of experience, with five
years of experience in a supervisory role coordinating
various trades in multiple work areas. Provide resumes
documenting the qualifications of the Project
Superintendent.
(3)
Quality Control Manager: Requirements for this position
shall be as specified in section 014000 of these
specifications.
PROPOSER’S QUALIFICATIONS
004516 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
(4)
Paving Superintendent: Five years of Bituminous concrete
paving experience of similar size and type to this project.
(5)
Safety Engineer: Requirements for this position shall be as
specified in section 007300 of these specifications.
c.
1.5
(1)
Project Engineer/Scheduler: Three years of experience in
developing and maintaining a schedule on projects of
similar size and complexity.
(2)
Paving Shift Superintendent(s): Provide resumes
documenting the qualifications of the Paving Shift
Superintendents, one per shift, if applicable. Paving shift
superintendents shall have five years of Bituminous
concrete paving experience of similar size and type to this
project.
SCHEDULES
A.
1.6
Key Field Personnel: Submit resumes of the Project
Engineer/Scheduler and Pavement Shift Superintendents,
demonstrating experience with construction similar to that required
for this project.
Preliminary Master Program Schedule: Submit a project schedule for the work of
this contract utilizing a calendar-day time-scaled bar graph with sufficient detail to
identify major contract activities and to show the planned start and finish of major
work categories. Highlight the number of shifts per day and the number of days
per week that Contractor plans to work for various phases of this contract work to
meet the project schedule. All submittals shall meet the requirements of section
013200.
SUBSTITUTIONS
A.
The personnel approved by the Authority as part of the above specified process
shall be actively employed or engaged by the Contractor. Should the Contractor
find it necessary to replace any of the personnel approved by the Authority
through the process as defined in this section, the Contractor shall propose a
suitable replacement, meeting the requirements for the position being replaced, for
approval by the Authority. For an elective replacement, the Contractor shall have
the Authority approved replacement on site prior to the departure of the individual
to be replaced. In the event a replacement is required as a result of situations
PROPOSER’S QUALIFICATIONS
004516 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
beyond the control of the Contractor, the Contractor shall submit the
qualifications of an acceptable replacement as soon as possible but in no event
later than five days after the departure of the individual to be replaced. Such
substitution shall only become effective upon receipt of written approval from the
Authority’s Contracting Officer.
1.7
OTHER QUALIFICATIONS
A.
All other qualifications required to be submitted as part of the technical
specifications, other than those referenced herein, shall be submitted subsequent
to award as required by those technical specifications.
PART 2 - PRODUCTS (Not Used)
PART 3 – EXECUTION (NOT USED)
END OF SECTION 004516
PROPOSER’S QUALIFICATIONS
004516 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 007300 — SUPPLEMENTARY CONDITIONS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
SUMMARY
A.
1.3
Drawings, Contract Provisions, Special Provisions, and other Division 01 Specification
Sections, apply to this Section.
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.
1.4
PERMITTING
A.
1.5
Pavement Maintenance
Runway 1-19 Safety Area Improvements and Hold Apron 1 General
Construction Package
Runway Rubber Removal
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 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”.
SUPPLEMENTARY CONDITIONS
007300 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.6
DA1103
December 2, 2011
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, 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.
AIRFIELD AND TERMINAL BUILDING OPERATIONAL REQUIREMENTS
A.
The Work, or a portion thereof, will be performed in proximity to the Air Operations
Area (AOA), including, active runways, taxiways, and aprons. Normal airport operations
will continue adjacent to the Work during all phases of the Project. These activities
include:
1.
2.
3.
4.
5.
B.
Aircraft movement on runways, taxiways, aprons; aircraft landing and takeoff
operations.
Aircraft parking, refueling and other aircraft servicing.
Baggage handling.
Routine aircraft maintenance.
Apron maintenance, snow removal and ice control.
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.
5.
6.
Passenger enplaning and deplaning.
Passenger baggage deposit/retrieval.
Passenger ticketing operations.
Food/Concession services.
Ground transportation arrivals/departures.
Maintenance, custodial and support activities.
SUPPLEMENTARY CONDITIONS
007300 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
C.
1.7
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.
TENANT OPERATIONAL REQUIREMENTS
A.
1.8
DA1103
December 2, 2011
The Work of this Project will be performed in close proximity to tenant-occupied areas.
Coordinate and conduct work activities in such fashion that public circulation, tenant
operations, and access to the tenant spaces will not be impaired in any manner except as
detailed on Contractor's Work Plans. COTR will review and approve in writing all Work
Plans.
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 leadbased 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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.9
ARCHAEOLOGICAL AND HISTORICAL FINDINGS
A.
1.10
1.11
DA1103
December 2, 2011
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.
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 Ronald Reagan
Washington National Airport. Contractor can expect possible short delays clearing
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
E.
Provide escort for delivery vehicles transporting materials and supplies to or from the
Contractor's staging or work areas into the AOA, in accordance with requirements stated
in "Airport Orders and Instructions" attached as part of the Contract.
F.
Do not park within 300 feet of a terminal building unless specifically authorized by
Airport Operations.
G.
All workers in the sterile areas, which are defined as areas accessible to ticketed
passengers only, may utilize tools in their work provided that:
1.
2.
3.
4.
1.12
DA1103
December 2, 2011
Tools are essential and necessary to the Work.
Keep tools controlled at all times.
Do not leave tools unattended.
Store tools in locked boxes.
H.
No knives will be permitted in the sterile areas.
I.
No firearms or weapons of any type are allowed on the airport.
J.
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.
K.
Conform to all Orders and Instructions pertaining to vehicle inspection.
MATERIAL HAULING
A.
Access and egress to and from the Airport for hauling operations shall be through the
entrances indicated. Conduct hauling operations between the hours of 11:00 pm and 6:00
am through Gates A and A-5.
B.
The designated haul routes for hauling operations will require vehicles crossing and/or
utilizing existing taxi lanes or taxiways. Haul routes for this project are as indicated in
the plans.
C.
Schedule, phase, and sequence work operations as shown in the phasing plans. 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.
D.
For taxiway closures of short duration, provide flagmen, with radio contact with
the FAA Airport Traffic 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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.13
E.
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.
F.
Use load covers on all dump trucks. Load dump trucks so that no spillage occurs during
transit on the State, municipal, or Airport roadways, runways, 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.
G.
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.
H.
Provide 2 continuously operating and 1 backup sweeper/vacuum trucks 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.
PORTABLE LIGHTING
A.
1.14
DA1103
December 2, 2011
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 the "Ground" frequencies for work
adjacent to or affecting taxiways and runways. Such radios shall be either a handheld
programmable type capable of operating off of vehicle power and antenna or a vehiclemounted type, which operates solely off of the vehicle’s power, and antenna. Provide
SUPPLEMENTARY CONDITIONS
007300 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
radios that provide a minimum of 3 watts transmitting power.
sufficient power to communicate with the appropriate controller.
D.
1.15
Provide radios of
Cellular telephones are an acceptable alternative at Ronald Reagan Washington National
Airport. For information purposes the Authority currently uses the Nextel system.
SPECIAL AUTHORITY CONSULTANT
A.
The Contractor is hereby advised of the involvement of Parsons Management Consultants
(PMC) as Program Management Support Services Consultant to the Authority for the
capital construction programs at Ronald Reagan Washington National Airport and
Washington Dulles International Airport. PMC will have a continuing role in this project
by assisting the Authority in specialized areas.
1.
2.
3.
4.
5.
B.
1.16
DA1103
December 2, 2011
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,
SUPPLEMENTARY CONDITIONS
007300 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
memberships in professional associations, professional certifications, professional
registrations and professional references confirming the qualifications and personal
references of contacts for verification shall also be required.
D.
Provide safe and healthful working conditions on each operation at all times during
execution the work of this Contract. Conduct the various operations connected with the
Work so that they will not be injurious to safety or health. Comply with all provisions,
regulations and recommendations issued pursuant to the Occupational Safety and Health
Act of 1970 and the Construction Safety Act of 1969, as well as amendments to these
laws. Comply with laws, rules and regulations of other authorities having jurisdiction,
with regard to all matters relating to the safety and health of workers and the general
public. Compliance with government requirements is mandated by law and considered
only a minimum level of safety performance. Perform all work in accordance with best
safe work practices recognized by the construction industry. Stop work whenever a work
procedure or a condition at a work site is deemed unsafe by the either of the following
individuals: COTR, Program Safety Manager (PSM), the Contractor’s Project Manager,
the Contractor’s Foreman, or the Contractor’s Safety Engineer(s).
E.
Provide the services of at least one full-time on-site Contractor Safety Engineer per
construction work shift, 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. Résumé submission and interview by the
Program Safety Manager is required and if approved, the Safety Supervisor reports
directly to and is supervised by the contractors approved Safety Engineer. The Safety
Supervisor shall be experienced in the craftwork being performed. The contractor shall
submit the resumes of all proposed safety and health professionals who shall serve in
the role of Contractor’s Safety Engineers 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. +
F.
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".
G.
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.
H.
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.
I.
Fire Safety: Conform to the following requirements:
1.
2.
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.
SUPPLEMENTARY CONDITIONS
007300 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.
4.
5.
6.
DA1103
December 2, 2011
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.
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.
J.
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.
K.
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.
L.
All motorized equipment and vehicles working on or entering MWAA
construction project work areas shall be equipped with functional audible backup alarms.
M.
Crane Operators. On Airports Authority projects, Crane Operators shall be certified to
operate the equipment by an approved independent certifying agency.
N.
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.
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.
SUPPLEMENTARY CONDITIONS
007300 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
22.
23.
24.
25.
26.
27.
28.
29.
O.
1.17
1.18
1.19
DA1103
December 2, 2011
Obstacle-free zones (OFZ).
Approach clearance to runways.
Runway and taxiway safety areas.
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.
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.
EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK
A.
The offeror is expected to examine carefully the site of the proposed work, the proposal,
plans, specifications, solicitation provisions, contract provisions, special provisions and
contract forms before submitting a proposal. The submission of a proposal will be
SUPPLEMENTARY CONDITIONS
007300 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
considered conclusive evidence that the offeror has made such examination and is
satisfied as to the conditions to be encountered in performing the work as to the
requirements of the Contract.
1.20
AIRPORT SECURITY/VEHICLE INSPECTION PROCEDURE
A.
The number of vehicular access points into secure areas at Ronald Reagan Washington
National Airport has been reduced to an operational minimum. There are two gates
available for all vehicular traffic. Gate A and A5.
B.
The contractor shall provide the COTR the work days and hours in which Gate A5 will
be needed for their operations. The COTR will coordinate with the Airport to provide a
security guard for Gate A5 during the contractor’s operations.
C.
Not Used.
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.
1.21
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 asphalt or concrete trucks with resulting
delays estimated to be 20 minutes. To receive priority consideration, schedule
asphalt or 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.
AIRPORT SAFETY AND TRAFFIC CONTROL PROCEDURE
A.
Construction trucks used to haul materials will be allowed on the AOA only under
official escort. Security Gate guards will ensure only escort vehicles are opening gates to
allow trucks on/off the AOA for while escorting. Also, any construction vehicles that are
SUPPLEMENTARY CONDITIONS
007300 - 11
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
staging or moving equipment on the AOA during non-working construction hours must
be pre-coordinated with Airport Operations and escorted.
B.
One or two dump trucks or oversized loads will require one lead escort vehicles at all
times. If three or more dump trucks are to be escorted, both a lead escort and follow-on
vehicle will be required.
C.
Contractor shall conduct nightly formal safety briefs as part of nightly kick-off meetings
with work force drivers. At the nightly safety, coordination meeting, lead PMC Inspector
will verbally discuss haul routes, off limit areas and escort procedures with all escorts.
D.
Prior to any construction activity on the AOA a nightly face-to-face Operations and
construction crew meeting on-site, PMC personnel will cover ground vehicle operations
as part of the brief to include placement of lighted barriers adjacent to Rwy 1/19 and
Rwy 4/22. During daylight hours, PMC & OPS will conduct formal in-person safety
briefs with each shift change of PMC & Ops personnel on-site. Require contractor safety
reps on-site nightly during AOA work periods. ‘On call’ status is not acceptable.
E.
Contractor shall conduct pre-construction safety briefing with AOA work force to include
escort drivers and hired drivers by Airport, PMC and contractor management personnel.
F.
Contractor shall provide approved haul route maps to PMC and to all escort drivers to
ensure safe compliance with routes and reduce likelihood of rogue driver.
G.
Airport Operations and PMC personnel will utilize airport maps to ensure haul routes and
closed work areas are clearly understood by all concerned. Haul maps will be provided to
Contractor, PMC, and Operations personnel and faxed nightly to FAA Tower prior to
construction.
H.
In the event no signage will be placed on non-construction side of the runway, the
Contractor will position a manned vehicle operator where the barriers would have been
placed to act as a deterrent to stray vehicles. Once it is determined the barriers will be put
into position, the driver and vehicle requirement will no longer be required.
I.
All truck rally points shall be manned streetside where escorts will pick-up vehicles for
escorts. Manned rally point(s) will have a contractor representative present to ensure all
vehicle drivers stop and wait for escort vehicles. Contractor will provide an on-site
vehicle rally coordinator.
J.
Semi-annual driver IET safety training is required for all designated ‘DM’ drivers from
active driving groups – Fire Department, Airport Maintenance, PMC, select tenants,
FAA, PMC and contractors. Annual safety briefings conducted by an Airport Operations
rep for the aforementioned groups will be designed to ensure movement area drivers
know of the serious nature of runway incursions.
K.
All barricades placed on DCA runways should extend across the runway(s) from
pavement to pavement (200’) whenever feasible.
L.
Do not use Levee Road to transit from South end of airfield to the North end of the
airfield unless specifically approved by Airport Operations and with prior coordination.
SUPPLEMENTARY CONDITIONS
007300 - 12
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 007300
SUPPLEMENTARY CONDITIONS
007300 - 13
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
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.
Authority-furnished products.
Use of premises.
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 the rehabilitation of portions of Taxiway C.
1.
Project Location: Ronald Reagan Washington National Airport.
B.
Architect/Engineer Identification: The Contract Documents, dated November 14, 2011
were prepared for Project by Crawford, Murphy & Tilly Inc., 2750 West Washington
Street, Springfield, IL 62702
C.
Construction Manager: Parsons Management Consultants has been engaged as
D.
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.
SUMMARY
For additional functions of Parsons Management Consultants, see "Supplementary
Conditions."
011000 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
E.
The Work consists of bituminous airfield pavement milling, overlay and partial depth
replacement. Work also consists of airfield temporary electrical including covering of
edge lighting and signage.
1.
2.
1.4
The Work includes demolition, bituminous pavement milling, bituminous pavement
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
DA1103
December 2, 2011
Project will be constructed under a general construction contract.
WORK PHASES
A.
Conduct the Work in 2 primary phases within 93 consecutive calendar days from the
Notice to Proceed. Phases may run concurrently and/or consecutively, see proposed
schedule outline in plan sheets.
1.
2.
3.
4.
Mobilize & Submittal Review: This includes the contractor’s mobilization and
submittal of required documentation for review. Complete within 45 consecutive
calendar days of the Notice to Proceed.
Phase 1: The Phase 1 work area includes the milling, overlay and partial depth
replacement of Taxiways C between Taxiway J and Runway 1-19. Work in this
phase shall be accomplished during an extended closure. Work of this phase shall
be substantially complete and ready for occupancy within 12 consecutive calendar
days of the Notice to Proceed for this phase.
Phase 2: The Phase 2 work area includes the milling and overlay of Taxiway C
from Taxiway J to Runway 4-22. Work in this phase shall be accomplished during
nightly closures. Work of this phase shall be substantially complete and ready for
occupancy within 6 calendar days of the Notice to Proceed for this phase.
Demobilize: The work consists of the contractor’s final clean up, punch list and
removal of equipment from the airport. Work of this phase shall be substantially
complete and ready for occupancy within 5 consecutive calendar days of the Notice
to Proceed.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.6
WORK UNDER OTHER CONTRACTS
A.
Concurrent Work: Authority has awarded separate contract(s) for the following
construction operations at Project site.
Those operations will be conducted
simultaneously with work under this Contract.
1.
1.7
Runway 1-19 Runway Safety Area Improvements and Hold Apron 1 General
Construction Package: A separate contract has been awarded to ArcherWestern Contractors, LTD for Extension of Runway 1 and improvements of
the Safety Area including relocation of approach aids.
AUTHORITY-FURNISHED PRODUCTS
A.
1.8
DA1103
December 2, 2011
Authority furnished products:
1.
The Authority will furnish pavement marking templates for all painted Taxiway
and Hold Position signs. Templates will be turned over to the contractor upon
request. The Contractor and the Authority are required to note the condition of
the templates at the time they are delivered to the contractor. The contractor will
return the templates in the same condition which they received them. Any
templates damaged by the contractor’s storing handling or use will be replaced
by the contractor at no additional cost to the contract.
2.
The Authority will furnish two (2) lighted portable runway markers for use
during the contract when a runway closure is required to complete work. The
Contractor and the Authority are required to note the condition of the portable
runway markers at the time they are delivered to the contractor. The contractor
will return the portable runway markers in the same condition which they
received them. Any portable runway markers damaged by the contractor’s
storing handling or use will be replaced by the contractor at no additional cost to
the contract.
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.
4.
SUMMARY
Limits: Confine constructions operations to the areas indicated in the contract
documents.
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.
Driveways and Entrances: Keep driveways and entrances serving premises clear
and available to the Authority, the Authority's employees, tenants, air carriers,
011000 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
and emergency vehicles at all times. Do not use driveways and entrances for
parking or storage of materials.
a.
b.
B.
1.9
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.
Partial Authority Occupancy: The Authority reserves the right to occupy and to place
and install equipment in completed areas of building, before Substantial Completion,
provided such occupancy does not interfere with completion of the Work. Such
placement of equipment and partial occupancy shall not constitute acceptance of the total
Work. Partial Authority occupancy requirement are as follows:
1.
2.
3.
C.
1.10
COTR will prepare and obtain a Certificate of Substantial Completion for each
specific portion of the Work to be occupied before Authority occupancy.
Before partial Authority occupancy, mechanical and electrical systems shall be
fully operational, and required tests and inspections shall be successfully
completed. On occupancy, the Authority will operate and maintain mechanical
and electrical systems serving occupied portions of building.
On occupancy, the Authority will assume responsibility for maintenance and
custodial service for occupied portions of building.
For additional requirements for tenant operational requirements, see Section
"Supplementary Conditions."
CONTRACTOR HOURS OF OPERATION
A.
1.11
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.
Contractor Working Hours: The Authority anticipates that the Contractor may be
required to work multiple shifts with multiple crews and equipment 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
A.
SUMMARY
Specification Format: With the exception of Federal Aviation Administration (FAA)
standard specifications and Virginia Department of Transportation standard specifications
011000 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
the Specifications are organized into Divisions and Sections using the 33-Division format
using the CSI/CSC's "MasterFormat 2004" numbering system.
1.
B.
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 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.
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.
1.12
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.
MARKING UTILITY SERVICES
A.
Employ underground utilities location subcontractor to locate and mark the horizontal
location of all utility lines, that might be impacted by construction activities, including
but not limited to the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
SUMMARY
Electric power lines.
Natural gas lines.
Sanitary Sewers.
Storm Sewers.
FAA communications, signal, and security lines.
Runway lighting lines
Water supply piping.
530 KHz AM radio line - Parking Lot Availability Notification System -buried
cable parallel to the Airport access road. The system utilizes antennas on the
Airport thus there are no buried cables for this system within the fenced portion
of the Airport property.
Fuel Lines.
Telephone lines.
Data lines.
Underground Storage Tanks.
011000 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
13.
DA1103
December 2, 2011
High Temperature Hot Water (HTHW) and chilled water lines.
B.
Contact the Airport Communications System (ACS) Help Desk at (703) 417-8300 a
minimum of 72 hours prior to starting activities that include but are not limited to
location and marking of horizontal locations of telephone and telecommunications lines
belonging to the Authority as part of the Airport Communication System. Contact the
Airport Communications System (ACS) Help Desk a minimum of 72 hours prior to
beginning operations, that include but are not limited to excavating, boring, pile-driving,
digging or planting. Note the ACS does not locate utilities. Location is the responsibility
of the Contractor’s underground utilities location subcontractor.
The Airport
Communications System (ACS) is merely notified as indicated previously.
C.
The information in the Contract Documents concerning the type and location of
underground utilities is neither guaranteed nor inclusive. The Contractor is responsible
for determining the 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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.13
DA1103
December 2, 2011
UTILITY OUTAGES
A.
Prior to any utility outage/interruption, prepare a schedule of such outage. Include in
outage schedule duration, identification of the service affected, temporary utility service
to be provided, identification of available service alternative, and the action to be taken in
any emergency. Apply for all outages of utility systems in writing. Fully coordinate
outage requests with COTR. Obtain approval in writing by COTR. Schedule all outages
at least three (3) weeks in advance with a 96-hour notification provided by the Contractor
confirming date, time, and duration. Outages will normally be scheduled to occur
between the hours of 11:00 pm and 5:30 am, Tuesday through Thursday.
B.
Provide a suction/pump truck during all sanitary sewer line outages to support the
disabled lift stations. Transport sewage to alternate lift stations located on the Airport
and dispose of in accordance with Airport procedures. Provide a suction/pump truck with
a capacity of 3,000 gallons or greater.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
END OF SECTION 011000
SUMMARY
011000 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 012200 - UNIT PRICES
PART 1 - GENERAL
1.1
1.2
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”.
SUMMARY
A.
This Section includes administrative and procedural requirements for unit prices.
B.
Related Sections include the following:
1.
1.3
for
procedures
for
DEFINITIONS
A.
1.4
Division 01 Section "Measurement and Payment"
measurement and payment for unit-price items.
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."
PROCEDURES
A.
Unit prices include all necessary material, plus cost for delivery, installation, insurance,
applicable taxes, overhead, and profit. The sum of all extended unit prices in the
Section III, "Schedule," shall be deemed to include all work described in the Contract
Documents including Drawings and Specifications.
B.
Measurement and Payment: Refer to individual Specification Sections for work that
requires establishment of` unit prices. Methods of measurement and payment for unit
prices are specified in those Sections and in Division 01 Section "Measurement and
Payment."
C.
The Authority reserves the right to reject Contractor's measurement of work-in-place that
involves use of established unit prices and to have this work measured, at the Authority's
expense, by an independent surveyor acceptable to Contractor.
UNIT PRICES
012200 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 012210 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
1.3
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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
DA1103
December 2, 2011
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.
H.
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.
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
MEASUREMENT AND PAYMENT
012210 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
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
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.
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 weighing-accuracy 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
MEASUREMENT AND PAYMENT
012210 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
this Section for the weighing of materials for proportioning or payment shall be included
in the unit Contract prices for the various items of Project.
1.5
PAYMENT FOR MATERIALS ON HAND
A.
Partial payments may be made to the extent of the delivered cost of materials to be
incorporated into the Work, provided that such materials meet the requirements of the
Contract, Drawings, and Specifications and are delivered to acceptable sites on the
Airport property or at other sites in the vicinity that are acceptable to COTR. Such
delivered costs of stored or stockpiled materials may be included in the next partial
payment application after the following conditions are met:
1.
2.
3.
4.
5.
6.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
Related Sections include the following:
1.
2.
3.
4.
5.
1.3
Division 01 Section "Unit Prices" for administrative requirements governing use
of unit prices.
Division 01 Section "Measurement and Payment" for administrative
requirements governing methods of measurement and determination of quantities
of materials for use with unit prices.
Division 01 Section "Construction Progress Documentation" for administrative
requirements governing preparation and submittal of Contractor's Construction
Schedule and Submittals Schedule.
Division 01 Section “Project Closeout” for submittal of items required before
final payment.
Division 01 Section “Project Record Documents” for procedural requirements
governing the submission of Project Record Documents.
DEFINITIONS
A.
1.4
Coordinate the Schedule of Values and Applications for Payment with Contract
CPM Schedule, List of Subcontracts, and Submittal Log.
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.
b.
c.
d.
Application for Payment forms with Continuation Sheets.
Submittals Schedule.
Contract CPM Schedule.
List of products.
APPLICATION FOR PAYMENT
012900 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
e.
2.
B.
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.
3.
DA1103
December 2, 2011
On projects requiring cost-loaded CPM Schedules, the accepted cost
loading will satisfy the requirements for the Schedule of Values.
Sub schedules: Where the Work is separated into phases requiring separately
phased payments, provide sub schedules showing values correlated with each
phase of payment.
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.
Testing and commissioning activities.
Operation and Maintenance manuals.
Punch list activities.
Project Record Documents.
APPLICATION FOR PAYMENT
012900 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
e.
f.
4.
5.
7.
1.5
Differentiate between potential items stored on-site and items stored offsite. 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.
Bonds and warranties.
Demonstration and training.
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.
DA1103
December 2, 2011
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.
Entries shall match data on the Schedule of Values and Contractor's Construction
Schedule. Use updated schedules if revisions were made.
APPLICATION FOR PAYMENT
012900 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.
E.
2.
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.
10.
11.
12.
13.
14.
15.
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.
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.
1.
F.
DA1103
December 2, 2011
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.
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
012900 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
I.
Application for Payment at Substantial Completion: After issuance of the Certificate of
Substantial Completion, submit an Application for Payment showing 100 percent
completion for portion of the Work claimed as substantially complete.
1.
2.
3.
J.
DA1103
December 2, 2011
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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
field-engineering 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 that, where specific dimensions are not
PROJECT MANAGEMENT AND COORDINATION
013100 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
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.
DA1103
December 2, 2011
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:
"Summary."
Comply with requirements in Division 01 Section
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
PROJECT MANAGEMENT AND COORDINATION
013100 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.
4.
5.
B.
other requirements. Provide alternate sketches for resolution of such conflicts to
COTR for review. Minor dimension changes and difficult installations shall not
be considered changes to the Contract.
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 Manager, Safety Engineer, Quality
Control Manager, Project Scheduler, Soil Excavation Engineers, and other personnel in
attendance at Project site along with alternates. Identify individuals and their duties and
responsibilities; list addresses and telephone numbers, including home and office
telephone numbers. Provide names, addresses, and telephone numbers of individuals
assigned as standbys in the absence of individuals assigned to Project.
1.
1.5
DA1103
December 2, 2011
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.
2.
B.
RFIs shall originate with Contractor. RFIs submitted by entities other than
Contractor will be returned with no response.
Coordinate and submit RFIs in a prompt manner so as to avoid delays in
Contractor's work or work of subcontractors.
Content of the RFI: Include a detailed, legible description of item needing interpretation
and the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Contract Name
Contract Number
Date.
Name of Contractor.
Name of Resident Engineer
Name of Task Manager
RFI number, numbered sequentially.
Specification Section number and title and related paragraphs, as appropriate.
Drawing number and detail references, as appropriate.
Field dimensions and conditions, as appropriate.
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.
Contractor's signature.
PROJECT MANAGEMENT AND COORDINATION
013100 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
13.
Attachments: Include drawings, descriptions, measurements, color photos,
Product Data, Shop Drawings, and other information necessary to fully describe
items needing interpretation.
a.
C.
Identify each page of attachments with the RFI number and sequential page
number.
Software-Generated RFIs: Software-generated form with substantially the same content
as indicated above.
1.
2.
3.
E.
Supplementary drawings prepared by Contractor shall include
dimensions, thicknesses, structural grid references, and details of
affected materials, assemblies, and attachments.
Hard-Copy RFIs:
1.
D.
DA1103
December 2, 2011
Attachments shall be electronic files in Adobe Acrobat PDF format.
RFI must be signed and scanned for electronic transmission.
Hard-Copy RFI shall follow Software-Generated RFI for the record.
COTR’s Action: COTR will review each RFI, determine action required, and return it.
Allow seven calendar days for COTR's response for each RFI. RFIs received after 1:00
p.m. will be considered as received the following working day.
1.
The following RFIs will be returned without action:
a.
b.
c.
d.
e.
f.
2.
3.
Requests for approval of submittals.
Requests for approval of substitutions.
Requests for coordination information already indicated in the Contract
Documents.
Requests for adjustments in the Contract Time or the Contract Sum.
Requests for interpretation of Architect's actions on submittals.
Incomplete RFIs or RFIs with numerous errors.
COTR's action may include a request for additional information, in which case
COTR's time for response will start again.
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:
PROJECT MANAGEMENT AND COORDINATION
013100 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
2.
3.
4.
5.
6.
7.
8.
9.
1.6
Project name.
Name and address of Contractor.
Name of COTR.
RFI number including RFIs that were dropped and not submitted.
RFI description.
Date the RFI was submitted.
Date COTR’s response was received.
Identification of related Minor Change in the Work, Construction Change
Directive, and Proposal Request, as appropriate.
Identification of related Field Order, Work Change Directive, and Proposal
Request, as appropriate.
ADMINISTRATIVE AND SUPERVISORY PERSONNEL
A.
1.7
DA1103
December 2, 2011
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.
Minutes: COTR will record and distribute meeting minutes to all
attendees and all relevant parties.
2.
Attendees: Contracting Officer, COTR, Authority Design Project Manager,
Architect/Engineer, Contractor and its key personnel nominated for assignment
to the Contract, and major subcontractors if so requested by the Contracting
Officer. Concerned parties shall each be represented by persons thoroughly
familiar with and authorized to conclude matters relating to the work described in
the Contract Documents. The Contracting Officer will chair the pre-award
meeting.
3.
Agenda: Significant discussion items that could affect award include, but are not
limited to, the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
j.
k.
l.
4.
B.
DA1103
December 2, 2011
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.
a.
Minutes: COTR will record and distribute meeting minutes to all
attendees and relevant parties.
2.
Attendees: Contracting Officer, COTR, Architect/Engineer, and their subconsultants; Contractor and its superintendent; major subcontractors;
manufacturers; suppliers; and other concerned parties. All participants at the
conference shall be familiar with Project and authorized to conclude matters
relating to the Work.
3.
Agenda: Discuss items of significance that could affect progress, including the
following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
t.
u.
v.
w.
x.
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
y.
4.
C.
DA1103
December 2, 2011
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.
Minutes: COTR will record and distribute meeting minutes.
2.
Attendees: Contractor, Installer, and representatives of manufacturers and
fabricators involved in or affected by the installation and its coordination or
integration with other materials and installations that have proceeded, or will
follow.
3.
Agenda: Review progress of other construction activities and preparations for
the particular activity under consideration, including requirements for the
following:
a.
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.
Contract Documents.
Options.
Related Contract Modifications.
Purchases.
Deliveries.
Submittals.
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
DA1103
December 2, 2011
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 preinstallation meetings. Additionally, discussions will address administrative and
technical issues of concern, determining resolutions, and development of
deadlines for resolution within allowable time frames.
a.
Minutes: COTR will record and distribute meeting minutes.
2.
Attendees: As may be required by COTR, in addition to representatives of the
Authority and Contractor, each subcontractor, supplier, Contractor’s Project
Scheduler, and other entities concerned with current progress or involved in
planning, coordination, or performance of future activities. All participants at the
conference shall be familiar with Project and authorized to conclude matters
relating to the Work.
3.
Agenda: Review and correct or approve minutes of previous progress meeting.
Review other items of significance that could affect progress. Include topics for
discussion as appropriate to status of Project.
a.
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)
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.
PROJECT MANAGEMENT AND COORDINATION
013100 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
20)
21)
22)
E.
DA1103
December 2, 2011
Contract Modifications.
Documentation of information for payment requests.
Preparation of Record Documents.
4.
Submit at the weekly progress meeting, a two-week look-ahead schedule. This
schedule shall include a three-week period, one week showing actual progress
from the previous week and two weeks showing planned work for the two weeks
after the meeting date. Include in the schedule all activities in sufficient detail as
approved by COTR. A two-week look-ahead schedule form will be distributed at
the pre-construction conference. Submit a list of subcontractors identifying dates
of when subcontractors will be on-site or off-site. A form for this information
will be provided by COTR.
5.
Schedule Updating: Revise Contractor's Construction Schedule after each
progress meeting where revisions to the schedule have been made or recognized.
Issue revised schedule concurrently with the report of each meeting.
Schedule Update Meetings:
1.
2.
3.
4.
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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
5.
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
Preliminary 90-day, CPM cost-loaded Schedule and related narrative.
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 task. Each activity is assigned a unique description, activity number,
activity codes, and dollar value.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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- and resource-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.
Preliminary Schedule: A CPM schedule covering all Contractor activities to be started
and/or completed within the first 90 days of the Contract Duration.
I.
Resource Loading: The allocation of manpower and equipment necessary for the
completion of an activity as scheduled.
J.
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.
K.
Successor Activity: An activity that follows another activity in the network.
L.
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
DA1103
December 2, 2011
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-and
resource-loaded CPM schedule in Precedence Diagram Method (PDM) format for the
Work.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.5
1.6
DA1103
December 2, 2011
C.
Failure to include any work item required for performance of this Contract shall not
excuse Contractor from completing all work within applicable completion dates,
regardless of COTR approval of the Schedule.
D.
Failure of Contractor to comply with requirements of this Section may be considered
cause for withholding progress payments or termination for default.
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 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.
Preliminary Schedule: The Preliminary Schedule and its related narrative as described in
this Section shall be submitted at the pre-construction meeting. Within 14 calendar days,
COTR will respond with approval or direction to change and Contractor shall resubmit
within 7 calendar days, if required.
C.
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.
D.
Daily Progress Report: Submit duplicate copies to COTR by noon on the day following
the date of actual progress.
E.
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.
F.
Record As-Built CPM Contract Schedule: A Record Contract 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.
G.
Qualification Data: For Project Scheduler.
QUALITY ASSURANCE
A.
Project Scheduler Qualifications: Minimum of three 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 will be classified as one
of Contractor's key personnel.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
PROJECT SCHEDULER
A.
Engage a project scheduler, either as Contractor's employee or as Contractor's consultant,
to provide planning, evaluation, and reporting using CPM scheduling, and to prepare
required schedules.
1.
3.2
Project Scheduler shall be an active participant at all meetings related to Project
progress, alleged delays, and time impact.
PRELIMINARY SCHEDULE
A.
Contractor shall prepare a Preliminary Cost-Loaded Schedule covering the first 90
calendar days of the Contract Duration. The Preliminary Schedule format shall be the
critical path method.
1.
B.
The Preliminary Schedule shall show all significant work activities that occur in the first
90 days, including planning, mobilization, procurement, fabrication, submittals, and
construction. A comprehensive log of all submittals required by Contract shall
accompany the Preliminary Schedule. The Preliminary Schedule shall also include
Contractor's conceptual plan for completion within the Contract Duration.
1.
C.
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.
Acceptance of cost-loaded Preliminary Schedule by COTR shall not constitute
acceptance of Schedule of Values for any cost-loaded activities.
A narrative describing Contractor's approach to mobilization, procurement, and
construction during the first 90 days shall accompany the Preliminary Schedule. The
narrative shall elaborate on the basis for durations, production rates, major equipment to
be used, and shall identify all major assumptions used to develop the 90-day schedule.
1.
2.
Contractor shall assign cost to construction activities on the Preliminary 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.
Activities shall be cost coded as directed by COTR.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.3
DA1103
December 2, 2011
CONTRACT CPM SCHEDULE
A.
Scheduling Requirements: The Contract CPM Schedule shall be a computerized costand resource-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 and resource loaded to show the direct craft man-days and
major equipment 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 and resource 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 non-working
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 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
3.4
DA1103
December 2, 2011
By activity identification.
By total float x early start.
By early start x early finish x total float.
The narrative described in Subparagraph 3.3-A-7 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.
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.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.5
MATERIAL LOCATION REPORTS
A.
3.6
At weekly intervals, prepare a comprehensive list of materials delivered to and stored at
the site. List shall be cumulative, showing materials previously reported plus items
recently delivered. Include with list a statement of progress on and delivery dates for all
materials or items of equipment being fabricated or stored away from the building site.
Submit copies of list to COTR at weekly intervals.
FIELD CORRECTION REPORT
A.
3.7
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.
3.8
DA1103
December 2, 2011
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 problem(s) encountered
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.
3.
4.
3.9
DA1103
December 2, 2011
and proposed solution(s) thereof, delays experienced and proposed recovery
measures, a monthly reconciliation of weather impact, the status and impact of
contract modifications, documentation of any logic changes, and any other
changes made to the schedule since the previous monthly update.
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 3.3-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.
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.
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.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
C.
DA1103
December 2, 2011
Time Extensions for Unusually Severe Weather:
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.
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.
CONSTRUCTION PROGRESS DOCUMENTATION
013200 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
Required Submittals:
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.
3.10
DA1103
December 2, 2011
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, AS-BUILT CPM 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 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
3.
1.3
Preconstruction photographs.
Periodic construction photographs.
Final Completion construction photographs.
Division 01 Section "Unit Prices" for procedures for unit prices for extra
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 commercialgrade 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 3ring 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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
c.
d.
e.
f.
g.
3.
1.4
B.
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.
USAGE RIGHTS
A.
1.7
Negatives: Submit a complete set of photographic negatives in protective
envelopes with each submittal of prints. Identify date photographs were taken.
Photographer Qualifications:
1.
1.6
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.
QUALITY ASSURANCE
A.
1.5
DA1103
December 2, 2011
Obtain and transfer copyright usage rights from photographer
unlimited reproduction of photographic documentation.
to the Authority for
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.
B.
Videotape Format: Digital mini-DV. Finished product shall be an authored DVD.
PART 3 - EXECUTION
3.1
PHOTOGRAPHS, GENERAL
A.
Photographer:
photographs.
Engage a qualified commercial photographer to take construction
PHOTOGRAPHIC DOCUMENTATION
013233 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.2
DA1103
December 2, 2011
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.
CONSTRUCTION PHOTOGRAPHS
A.
Preconstruction Photographs: Before starting construction, take color photographs of
Project site and surrounding properties from different vantage points, as directed by
COTR.
1.
Take a minimum of 30 photographs to show existing conditions adjacent to the
project before starting the Work.
B.
Periodic Construction Photographs: Take a minimum of 10 color photographs monthly,
coinciding with the cutoff date associated with each Application for Payment. The
COTR will select vantage points to best show status of construction and progress since
the last photographs were taken.
C.
Final Completion Construction Photographs: Take 30 color photographs after date of
Substantial Completion for submission as Project Record Documents. COTR will direct
photographer for desired vantage points.
D.
Additional Photographs: COTR may issue requests for additional photographs, in
addition to periodic photographs specified. Additional photographs will be paid for by
Contract Modification and are not included in the Contract Price.
1.
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 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
2.
3.
1.3
1.4
Division 01 Section "Project Closeout" for submitting warranties.
Division 01 Section "Project Record Documents" for submitting Record
Drawings, Record Specifications, and Record Product Data.
Divisions 02 through 33 Sections for specific requirements for submittals in
those Sections.
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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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 resubmittals, 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.
F.
Initial Review: Allow 15 calendar days for initial review of each submittal.
Allow additional time if coordination with subsequent submittals is required.
COTR will advise Contractor when a submittal processed must be delayed for
coordination. Allow an additional 45 calendar days for submittals related to fireprotection systems.
Intermediate Review: If intermediate submittal is necessary, process it in same
manner as initial submittal.
Re-submittal Review: Allow 15 calendar days for review of each re-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-
013300 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
001 or 070150.19-001).
Re-submittals shall include an
alphabetic suffix after another dash (e.g., 061000-001-A or
070150.19-001-A).
i.
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 15 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.
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.
K.
Additional copies submitted for Operations and Maintenance manuals will be
marked with action taken and will be returned.
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.
SUBMITTALS
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.
013300 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
L.
1.5
DA1103
December 2, 2011
Use for Construction: Use only final submittals with mark indicating “approved” by
COTR in connection with construction.
SUBMITTAL LOG
A.
Prepare a log that contains a complete listing of all submittals required by Contract.
Submit the log at the preconstruction meeting along with Contractor's 90-day
preliminary 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.
SUBMITTALS
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.
013300 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
m.
n.
4.
5.
6.
C.
Application of testing agency labels and seals.
Notation of coordination requirements.
Submit Product Data before or concurrent with Samples.
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 fireprotection 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.
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.
DA1103
December 2, 2011
Both the reproducible transparency and the prints shall bear Contractor's
approval stamp on each sheet.
Coordination Drawings:
1.
SUBMITTALS
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."
013300 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.
E.
DA1103
December 2, 2011
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.
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.
Disposition: Maintain sets of approved Samples at Project site, available for
quality-control comparisons throughout the course of construction activity.
Sample sets may be used to determine final acceptance of construction associated
with each set.
a.
b.
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.
SUBMITTALS
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.
Number of Samples: Submit three sets of Samples. COTR will retain
two Sample sets; remainder will be returned.
013300 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1)
2)
F.
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.
3.
4.
Type of product. Include unique identifier for each product.
Number and name of room or space.
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: Comply with requirements in Division 01 Section "Application for
Payment."
J.
Subcontract List: Prepare a written summary identifying individuals or firms proposed
for each portion of the Work, including those who are to furnish products or equipment
fabricated to a special design. Include the following information in tabular form:
1.
2.
3.
2.2
DA1103
December 2, 2011
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.
INFORMATIONAL SUBMITTALS
A.
General: Prepare and submit Informational Submittals required by other Specification
Sections.
SUBMITTALS
013300 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
2.
3.
DA1103
December 2, 2011
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.
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
SUBMITTALS
013300 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
1.
Limitations of use.
N.
Maintenance Data: Prepare written and graphic instructions and procedures for operation
and normal maintenance of products and equipment. Comply with requirements in
Division 01 Section "Operation and Maintenance Data."
O.
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.
P.
Manufacturer's Instructions: Prepare written or published information that documents
manufacturer's recommendations, guidelines, and procedures for installing or operating a
product or equipment. Include name of product and name, address, and telephone
number of manufacturer. Include the following, as applicable:
1.
2.
3.
4.
5.
6.
Q.
Manufacturer's Field Reports: Prepare written information documenting factoryauthorized service representative's tests and inspections. Include the following, as
applicable:
1.
2.
3.
4.
5.
6.
7.
R.
Preparation of substrates.
Required substrate tolerances.
Sequence of installation or erection.
Required installation tolerances.
Required adjustments.
Recommendations for cleaning and protection.
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.
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.
SUBMITTALS
013300 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.3
DA1103
December 2, 2011
S.
Manufacturers' warranties.
T.
Construction Photographs:
Comply with requirements in Division 01 Section
"Photographic Documentation."
U.
Material Safety Data Sheets: Submit information directly to COTR.
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.
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
SUBMITTALS
013300 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
1.
2.
3.
4.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.3
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 qualitycontrol 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.
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.
METROPOLITAN WASHINGTON AIRPORT AUTHORITY
a.
1.4
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.5
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.
CONFLICTING REQUIREMENTS
A.
1.6
DA1103
December 2, 2011
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.
1.
Submit at this time résumés of key personnel to be assigned to this contract and
the limits of their authority. Show how this project management structure fits
into the Contractor’s corporate management structure.
QUALITY REQUIREMENTS
014000 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
1.7
DA1103
December 2, 2011
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 OFFICERS TECHNICAL REPRESENTATIVE
A.
Provide a sample copy set of report forms to the Contracting Officers Technical
Representative (COTR) during the Pre-Construction Conference. The report forms shall
consist of the Quality Control Daily Report, Preparatory Phase Report, Initial Phase
Report, and Project Quality Control Monthly Summary. These forms may be edited to
support the project. Other reports referenced below may be in formats customarily used
by the Contractor, Testing Laboratories, etc. and shall contain the information required
by this specification.
B.
Deliver the following listed items to the COTR at the times specified:
1.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.8
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
1.9
DA1103
December 2, 2011
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.
Project Superintendent
a.
3.
To enhance the effectiveness of the Quality Control Organization Project
Manager shall be intimately involved in Quality Control. To this end, the
Project manager shall have successfully completed the Army Corps of
Engineers/NAVFAC Contractor Quality Control Course (details in
Paragraph “Construction Quality Management Training” below).
Qualifications: Ten years of experience, with five years experience in a
supervisory role coordinating various trades at multiple work areas.
Quality Control Manager (QCM)
a.
Duties
1)
QUALITY REQUIREMENTS
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
except for those phases of control designated to be performed
by QC specialists, 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 the QC specialists Testing
Laboratory personnel and any other inspection and testing
personnel required by this Contract.
014000 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
b.
Qualifications
1)
c.
An individual with a minimum of 5 years experience as a
superintendent, inspector, QCM, project manager, project
engineer or construction manager on similar size and type
construction contracts which included the major trades that are
part of this Contract. The individual shall be familiar with the
requirements of the Construction Safety Manual, and have
experience in the areas of hazard identification and safety
compliance. The QCM shall be interviewed and approved by
COTR.
Construction Quality Management Training
1)
4.
DA1103
December 2, 2011
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), 410321-7870; [email protected] and by (2) the Virginia Chapter,
Associated Builders and Contractors (ABC), 703-968-6205,
[email protected]; [email protected]. 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.
Alternate QCM Duties and Qualifications
a.
Designate an alternate for the QCM at the work site to serve in the event
of the designated QCM's absence. The period of absence may not
exceed two weeks at one time, and not more than 30 workdays during a
calendar year. The qualification requirements for the Alternate QCM
shall be the same as for the QCM.
5.
Not Used.
6.
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 may perform production related duties but shall be allowed
sufficient time to perform 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.
QUALITY REQUIREMENTS
014000 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
Qualification/Experience in Area of
Responsibility
Airfield Bituminous Paving
7.
Bituminous Concrete Mix Production, Pavement Placement and Finishing.
During any Paving Operation
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.
Qualifications: Refer to Division 01 Section “Construction Progress
Documentation”.
QC PLAN MEETING
A.
1.11
[Frequency]
Project Engineer/Scheduler
a.
1.10
Area of Responsibility
Erosion and Sediment Control Inspector
a.
8.
DA1103
December 2, 2011
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.
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
QUALITY REQUIREMENTS
014000 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
9.
10.
11.
12.
13.
14.
15.
16.
17.
DA1103
December 2, 2011
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.
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
QUALITY REQUIREMENTS
014000 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
1.12
M.
Procedures for Performing the Phases of Control. The contractor shall develop a plan for
incorporating each of the control phases into the work. The plan shall detail who shall be
responsible for scheduling the phases, conducting the phase as well as documenting the
phase. The use of project specific forms may be helpful. However, the entire plans and
specifications establish the quality and not just the checklists. The Preparatory and Initial
Phases and meetings shall be conducted with a view towards obtaining quality
construction by planning ahead and identifying potential problems for each definable
feature of work.
N.
Include all activities for which this specification requires QC specialists or Specialty
Inspection Personnel, and for any specific definable features of work as identified in the
QC Plan.
O.
Documentation procedures, including proposed report formats.
P.
Procedures to identify, record, track and complete rework items.
Q.
Procedures for Identifying and Documenting the Completion Inspection process. Include
in these procedures the responsible party for punch out inspection, pre-final inspection,
and final acceptance inspection.
R.
A complete set of report forms to be utilized on this project.
S.
All applicable subcontractors and suppliers Quality Control Plans complete with
Contactor’s CQC planned involvement.
COORDINATION AND MUTUAL UNDERSTANDING MEETING
A.
1.13
After submission of the QC Plan, and prior to the start of any physical construction, meet
with the COTR to present the QC Program required by this Contract. The purpose of this
meeting is to develop a mutual understanding of the QC details, including documentation,
administration for on-site and off-site work, and the coordination of the Contractor's
management, production and QC personnel. At the meeting, the Contractor shall be
required to explain in detail how Phases Control shall be implemented for each definable
feature of work. As a minimum, the Contractor's personnel required to attend shall
include an officer of the firm, the project manager, project superintendent, QCM,
Alternate QCM QC specialists, and subcontractor representatives. Each subcontractor
who shall be assigned QC responsibilities shall have a principal of the firm at the
meeting. Minutes of the meeting shall be prepared by the QCM and signed by the
Contractor. The Contractor shall provide a copy of the signed minutes to all attendees.
QC MEETINGS
A.
After the start of construction, the QCM shall conduct weekly QC meetings at the work
site with the project superintendent and QC specialists. The QCM shall prepare the
minutes of the meeting and provide a copy to the COTR within 2 working days after the
QUALITY REQUIREMENTS
014000 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
c.
d.
e.
f.
6.
1.14
Establish completion dates for rework items
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.
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.
b.
5.
Work or testing accomplished since last meeting
Rework items identified since last meeting
Rework items completed since last meeting;
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.
QUALITY REQUIREMENTS
014000 - 11
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
9.
D.
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.
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.
2.
3.
4.
5.
E.
DA1103
December 2, 2011
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.
Ensure the work is in compliance with Contract requirements.
Maintain the quality of workmanship required.
QUALITY REQUIREMENTS
014000 - 12
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.
4.
5.
F.
2.
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
A.
1.16
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.
Notification of Phases of Control for Off-Site Work
1.
1.15
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
code-required inspections. COTR should be apprised in advance of every
preparatory and initial inspection. All preparatory, initial, and follow-up
inspections shall be made a matter of record in Contractor's quality-control
documentation.
Additional Preparatory and Initial Phases
1.
H.
Ensure that testing is performed by the approved laboratory.
Ensure that rework items are being corrected.
Perform safety inspections.
Code-Required Inspections:
1.
G.
DA1103
December 2, 2011
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
QUALITY REQUIREMENTS
014000 - 13
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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. ASNT-TC-1A certifications shall be by an ASNT-TC-1A ACCP Level III.
F.
Construction Materials Testing Laboratory Requirements: Provide an independent
construction material testing laboratory accredited by an acceptable laboratory
accreditation authority to perform sampling and tests required by this Contract. Testing
laboratories that have obtained accreditation by an acceptable laboratory accreditation
authority listed in the paragraph entitled "Laboratory Accreditation Authorities" submit
with the Quality Control Plan, a copy of the Certificate of Accreditation and Scope of
Accreditation. The scope of the laboratory's accreditation shall include the test methods
required by the Contract. On-site testing facilities shall submit a certified statement by
the Supervising Professional Engineer, licensed in the Commonwealth of Virginia, as
meeting the requirements of the following minimum ASTM standards listed below as
appropriate to the testing field.
1.
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.
QUALITY REQUIREMENTS
014000 - 14
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
G.
Laboratory Accreditation Authorities: Laboratory Accreditation Authorities are the
National Voluntary Laboratory Accreditation Program (NVLAP) administered by the
National Institute of Standards and Technology, the American Association of State
Highway and Transportation Officials (AASHTO) program, ICBO Evaluation Service,
Inc. (ICBO ES), and the American Association for Laboratory Accreditation (A2LA)
program and the Washington Area Council of Engineering Laboratories (WACEL).
Furnish to the COTR, a copy of the current Certificate of Accreditation and Scope of
Accreditation. The scope of the laboratory's accreditation shall include the test methods
required by the Contract.
H.
Capability Check: The COTR retains the right to check laboratory equipment in the
proposed laboratory and the laboratory technician's testing procedures, techniques, and
other items pertinent to testing, for compliance with the standards set forth in this
Contract.
I.
Capability Recheck: If non-conformities are discovered during the capability check or
any succeeding recheck, Contractor shall be assessed a charge of $750.00 to reimburse
the Authority for each recheck of the laboratory or the checking of a subsequently
selected laboratory. These charges shall be deducted from the total amount due
Contractor.
J.
Test Results: Cite applicable Contract requirements, tests or analytical procedures used.
Provide actual results and include a statement that the item tested or analyzed conforms
or fails to conform to specified requirements. If the item fails to conform, notify COTR
immediately. Conspicuously stamp the cover sheet for each report in large red letters
"CONFORMS" or "DOES NOT CONFORM" to the specification requirements,
whichever is applicable. A testing laboratory representative authorized to sign certified
test reports shall sign test results. Furnish the signed reports, certifications, and other
documentation to the COTR via the QCM. Furnish a summary report of field tests at the
end of each month
K.
Test Reports and Monthly Summary Report of Tests:
1.
L.
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.
QUALITY REQUIREMENTS
014000 - 15
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.17
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.
QC CERTIFICATIONS
A.
Quality Control Daily Report Certification
1.
Each Quality Control Daily Report shall contain the following statement:
a.
B.
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.”
Application for Payment Certification
1.
Refer to Division 01 Section "Application for Payment" for address to which the
Applications shall be sent.
Completion Certification:
1.
1.18
DA1103
December 2, 2011
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."
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
QUALITY REQUIREMENTS
014000 - 16
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
work or any particular increment thereof if the project is divided into increments by
separate completion dates.
C.
1.19
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".
DOCUMENTATION
A.
Contractor shall maintain current quality control records, on approved forms, of all
control activities, production, tests and inspections performed. These records shall
include factual evidence that required tests or inspections have been performed, including
type and number of tests or inspections involved; results of tests or inspections; nature of
defects, causes for rejection, etc.; proposed remedial action; and corrective actions taken.
These records shall cover both conforming and defective or deficient features (nonconforming) and shall include a statement that all supplies and materials incorporated
into the Work are in full compliance with terms of the Contract. Legible copies of these
records shall be furnished to COTR daily. The records shall cover all work placed
subsequent to the previously furnished records and shall be verified by Contractor's
QCM. Contractor shall document tests and inspections as specified in the technical
provisions of the Specifications, and these records shall be available for review by COTR
throughout the life of the Contract.
B.
Maintain current and complete records of on-site and off-site QC Program operations and
activities. Establish and maintain the following in a series of 3 ring binders. Binders shall
be divided and tabbed as shown below. These binders shall be readily available to the
Authority's Quality Assurance Team during normal business hours.
1.
2.
3.
4.
5.
C.
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
QUALITY REQUIREMENTS
014000 - 17
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
h.
i.
j.
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: 0025P01, 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 off-site work), including Schedule Activity Number, location of
definable feature of work, Specification Sections, etc. Indicate in the
report for this definable feature of work that the work complies with the
Contract as approved in the Initial Phase, work complies with safety
requirements, and that required testing has been performed. Include a
list of who performed the tests.
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)
QUALITY REQUIREMENTS
Directions received.
Quality control problem areas.
Deviations from the QC plan.
Construction deficiencies encountered.
014000 - 18
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
5)
6)
7)
8)
k.
2.
DA1103
December 2, 2011
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.
i.
j.
k.
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.
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.
QUALITY REQUIREMENTS
014000 - 19
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
l.
m.
3.
DA1103
December 2, 2011
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.
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.
QUALITY REQUIREMENTS
014000 - 20
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
1.20
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.
NOTIFICATION ON NON-COMPLIANCE
A.
The COTR will notify the Contractor of any detected non-compliance with the foregoing
requirements. The Contractor shall take immediate corrective action after receipt of such
QUALITY REQUIREMENTS
014000 - 21
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
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.
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.
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 - 22
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 014200 - REFERENCES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
1.3
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.
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 photo I.D. credential. Drivers in this area are required to
obtain an Airport Vehicle Operator's Permit for the Air Operations Area.
REFERENCES
014200 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
H.
Beneficial Use:
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
Use by the Authority prior to 100 percent completion and final
014200 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
1.4
DA1103
December 2, 2011
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 qualitycontrol requirements.
Z.
Roadway: General term denoting a public way for purposes of vehicular travel, including
the entire area within the right-of-way.
AA.
Special Provisions: For the purpose of this Contract, the directions and requirements
provided for in Section VI of the Contract Documents.
BB.
Shop Drawings: Refer to Division 01 Section "Submittals."
CC.
Specifications: General term comprising all directions, provisions and requirements
contained herein, together with any other contractual requirements such as may be added
or adopted as the Contract Provisions, Special Provisions, or Supplementary Conditions,
all of which are necessary for the proper performance of the Contract.
DD.
Substantial Completion: Refer to Division 01 Section "Project Closeout."
EE.
Factory-Authorized Service Representative: An authorized representative of a
manufacturer who is trained and approved by the manufacturer to inspect and approve the
installation of manufacturer’s products and that are similar in material, design, and extent
to those indicated for this Project and who is authorized by the manufacturer to confirm
the issuance of appropriate warranties.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
DA1103
December 2, 2011
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 up-to-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.
REFERENCES
(215) 697-6257
014200 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
www.dodssp.daps.mil
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
(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
AI
Asphalt Institute
http://www.asphaltinstitute.org
(859) 288-4960
ANSI
American National Standards Institute
(202) 293-8020
REFERENCES
014200 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
www.ansi.org
API
American Petroleum Institute
www.api.org
(202) 682-8000
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
CFFA
Chemical Fabrics & Film Association, Inc.
http://www.asphaltroofing.org
(216) 241-7333
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
EIA
Electronic Industries Alliance
www.eia.org
(703) 907-7500
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
IEC
International Electrotechnical Commission
www.iec.ch
41 22 919 02 11
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
REFERENCES
014200 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
LPI
Lightning Protection Institute
www.lightning.org
MH
Material Handling Industry of America
(See MHIA)
MHIA
Material Handling Industry of America
www.mhia.org
(800) 345-1815
(704) 676-1190
MPI
Master Painters Institute
www.paintinfo.com
(888) 674-8937
NCMA
National Concrete Masonry Association
www.ncma.org
(703) 713-1900
NCTA
National Cable & Telecommunications Association
www.ncta.com
(202) 775-3550
NEBB
National Environmental Balancing Bureau
www.nebb.org
(301) 977-3698
NECA
National Electrical Contractors Association
http://www.necanet.org/
(301) 657-3110
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
NSSGA
National Stone, Sand & Gravel Association
www.nssga.org
(800) 342-1415
(703) 525-8788
PDCA
Painting & Decorating Contractors of America
www.pdca.com
(800) 332-7322
(314) 514-7322
SAE
SAE International
www.sae.org
(724) 776-4841
TIA/EIA
Telecommunications Industry Association/Electronic
Industries Alliance
www.tiaonline.org
(703) 907-7700
TMS
The Masonry Society
www.masonrysociety.org
(303) 939-9700
REFERENCES
(800) 488-6864
(847) 577-7200
014200 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
UL
Underwriters Laboratories Inc.
www.ul.com
(800) 285-4476
(847) 272-8800
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
(703) 931-4533
ICC-ES
ICC Evaluation Service, Inc.
www.icc-es.org
(800) 423-6587
(562) 699-0543
C.
Federal Government Agencies: Where abbreviations and acronyms are used in
Specifications or other Contract Documents, they shall mean the recognized name of the
entities in the following list. Names, telephone numbers, and Web site addresses are
subject to change and are believed to be accurate and up-to-date as of the date of the
Contract Documents.
CE
Army Corps of Engineers
www.usace.army.mil
CPSC
Consumer Product Safety Commission
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
REFERENCES
014200 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
FCC
Federal Communications Commission
www.fcc.gov
(202) 225-5322
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
www.nas.edu/trb
(202) 334-2934
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
USBC
The Virginia Statewide Building Code (USBC)
The Commonwealth of Virginia – Uniform Statewide
Building Code
(804) 371- 7160
REFERENCES
014200 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.6
DA1103
December 2, 2011
VDHCD
Virginia Department of Housing and Community
Development
Division of Building and Fire Regulation
501 North 2nd Street
Richmond, VA 23219-1321
VDOT
Virginia Department of Transportation
www.virginiadot.org
(703) 383-8368
VDEQ
Virginia Department of Environmental Quality
www.deq.state.va.us
1-800-592-5482
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.
2.
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.
Standards that influence the construction of the project include, but are not
limited to, all applicable federal and Commonwealth laws, all applicable codes,
rules, regulations and standards applicable to this project.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 014200
REFERENCES
014200 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
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.
3.
4.
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.
Environmental protection.
Storm water control.
Barricades, warning signs, and lights.
Temporary enclosures.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.3
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.
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.
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
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.6
QUALITY ASSURANCE
A.
Regulations: Comply with industry standards and applicable laws and regulations of
authorities having jurisdiction, that include but are not limited to, the following:
1.
2.
3.
4.
5.
B.
2.
C.
Building Code requirements.
Health and safety regulations.
Police and Fire Department regulations.
Environmental protection regulations.
ADA Compliance: All temporary facilities shall be ADA compliant.
Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and
NFPA 241.
1.
Trade Jurisdictions: Assigned responsibilities for installation and operation of
temporary utilities are not intended to interfere with trade regulations and union
jurisdictions.
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.
1.7
DA1103
December 2, 2011
Obtain permits from the Authority's Building Codes/Environmental Department
for temporary construction and temporary utilities.
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.
5.
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.
Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances
to develop or persist on-site.
TEMPORARY FACILITIES AND CONTROLS
015000 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.8
DA1103
December 2, 2011
CONTRACTOR PERSONNEL PARKING
A.
The Contractor's personnel will not be allowed to park their personal vehicles in staging
areas. An area for personal vehicle parking has been designated outside the AOA and is
shown in the plans. Such designated parking areas are not necessarily fenced or otherwise
protected.
B.
Contractor is limited to the construction area as defined in the contract documents the
parking and staging of both company-owned and personal vehicles will be limited to the
construction areas as defined in the contract documents. There is no other area available
for contractor parking at Ronald Reagan Washington National Airport. Contractors are
allowed to use “Employee Only” shuttle busses. Control and enforce these limitations for
all personnel including Subcontractor's personnel.
C.
Contractor will be responsible for the maintenance, security, safety and operation of the
designated parking area. The cost will be considered part of the Contractor’s general
conditions. Transportation of materials, equipment, and personnel to the Work site is the
responsibility of the Contractor.
D.
Contractor is responsible for busing his employees from the off airport parking lot to the
Contractor's Staging areas or work areas.
PART 2 - PRODUCTS
2.1
2.2
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.
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 Mobile units 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: Drinking-water fountains or Containerized, tap-dispenser,
bottled-water drinking-water units, including paper cup supply.
TEMPORARY FACILITIES AND CONTROLS
015000 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
E.
DA1103
December 2, 2011
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.
2.
Use of gasoline-burning space heaters, open-flame heaters, or salamander-type
heating units is prohibited.
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 groundfault 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 nonmetallicsheathed 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
3.2
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.
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.
TEMPORARY FACILITIES AND CONTROLS
015000 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.3
DA1103
December 2, 2011
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.
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.
G.
Bituminous millings may be temporarily stored at the location(s) shown on the plans. The
contractor may store the millings at this location(s) during the nighttime portion of the
construction with hauling of the millings off the airport property occurring the following
day.
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 FACILITIES AND CONTROLS
015000 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
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.
Drinking-Water Facilities: Provide bottled-water, drinking-water units.
a.
5.
F.
G.
Provide safety showers, eyewash fountains, and similar facilities for
convenience, safety, and sanitation of personnel.
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
200 feet horizontally 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.
Electrical Distribution: Provide receptacle outlets adequate for connection of power tools
and equipment.
TEMPORARY FACILITIES AND CONTROLS
015000 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
2.
3.
4.
5.
H.
2.
3.
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.
Install lighting for Project identification signs.
Telephone Service: Provide temporary telephone service for key personnel engaged in
construction activities, throughout the construction period. Install telephones on separate
lines for each temporary office and first aid station. Where an office has more that two
occupants, install a telephone for each additional occupant or pair of occupants. Provide
telephones with exchanges within the Metropolitan Washington service area. The
Authority owns and operates an airport-wide Airport Communication System (ACS).
This system accommodates all normal telecommunications service requirements, i.e.,
local, long distance, fax, data, etc. The Contractor may obtain information about and
choose to utilize this service by contacting the ACS Help Desk at (703) 417-8300.
1.
2.
3.
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.
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.
DA1103
December 2, 2011
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.
At the present time the Authority uses cell phones to communicate. The
Authority uses Nextel service.
SUPPORT FACILITIES INSTALLATION
A.
General: Comply with the following:
1.
2.
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.
TEMPORARY FACILITIES AND CONTROLS
015000 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
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 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
DA1103
December 2, 2011
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.
TEMPORARY FACILITIES AND CONTROLS
015000 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
B.
Storm water Control: Provide earthen embankments and similar barriers in and around
excavations and sub grade construction, sufficient to prevent flooding by runoff of storm
water from heavy rains.
C.
Barricades, Warning Signs, and Lights: Comply with standards and code requirements
for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and
warning signs to inform personnel and public of possible hazard. Where appropriate and
needed, provide lighting, including flashing red or amber lights. See the Authority's
Construction Safety Manual for additional requirements.
D.
Temporary Enclosures: Provide temporary enclosures for protection of construction, in
progress and completed, from exposure, foul weather, other construction operations, and
similar activities. Provide temporary weather tight enclosure for building exterior.
1.
2.
3.
4.
5.
E.
3.6
DA1103
December 2, 2011
Where heating or cooling is needed and permanent enclosure is not complete,
provide insulated temporary enclosures. Coordinate enclosure with ventilating
and material drying or curing requirements to avoid dangerous conditions and
effects.
Vertical Openings: Close openings of 25 sq. ft. or less with plywood or similar
materials.
Horizontal Openings: Close openings in floor or roof decks and horizontal
surfaces with load-bearing, wood-framed construction.
Install tarpaulins securely using fire-retardant-treated wood framing and other
materials.
Use fire-retardant-treated wood and plywood for temporary enclosures. Use fireretardant-treated material for framing and main sheathing.
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.
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.
Termination and Removal: Remove each temporary facility when need for its service has
ended, when it has been replaced by authorized use of a permanent facility, or no later
than Substantial Completion. Complete or, if necessary, restore permanent construction
that may have been delayed because of interference with temporary facility. Repair
damaged Work, clean exposed surfaces, and replace construction that cannot be
satisfactorily repaired.
1.
Properly recondition and restore those portions of the site occupied by temporary
facilities and controls to condition acceptable to COTR, at least equal to
condition at time of start of Work, unless otherwise authorized in writing by
COTR.
END OF SECTION 015000
TEMPORARY FACILITIES AND CONTROLS
015000 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
Related Sections include the following:
1.
2.
1.3
This Section includes substitutions made for "or as approved by the Authority"
items.
Division 01 Section "References" for applicable industry standards for products
specified.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.4
DA1103
December 2, 2011
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.
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
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 pre-construction 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:
a.
Statement indicating why specified material or product cannot be
provided.
PRODUCT REQUIREMENTS
016000 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
3.
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.
DA1103
December 2, 2011
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 REQUIREMENTS
016000 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
a.
b.
1.5
QUALITY ASSURANCE
A.
1.6
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.
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.
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.
Storage:
1.
2.
3.
4.
5.
6.
7.
8.
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 REQUIREMENTS
016000 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.7
DA1103
December 2, 2011
PRODUCT WARRANTIES
A.
Warranties specified in other Sections shall be in addition to, and run concurrent with,
other warranties required by the Contract Documents. Manufacturer's disclaimers and
limitations on product warranties do not relieve Contractor of obligations under
requirements of the Contract Documents.
1.
2.
B.
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.
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:
1.
2.
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.
PRODUCT REQUIREMENTS
016000 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.
4.
5.
6.
7.
2.2
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
2.3
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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, primary equipment, standby 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 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
1.3
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.
Payment for mobilization and demobilization will be made on a lump sum basis wherein
no measurement will be made.
B.
Pay items and quantities have been established for the maintenance of the existing
airfield perimeter road that will be used during construction. Payment will be measured
and made on a per square yard basis for haul road milling and per ton basis for haul road
overlay.
PAYMENT
A.
Mobilization will be paid for at the contract lump sum price which 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. The
total cost for mobilization shall not exceed 6% of the total contract proposal price
excluding mobilization.
B.
Payment for mobilization will be made in three installments. The first payment of 50%
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
MOBILIZATION AND DEMOBILIZATION
017113-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
the last estimate upon completion of the project, or upon completion of demobilization as
determined by the COTR.
C.
Haul road milling will be paid for at unit price per square yard, per specification P-1608.1, which shall be full compensation for performing the work specified and furnishing of
all materials, labor, tools, equipment and incidentals necessary to mill existing haul roads.
D.
Haul road Bituminous Surface Course will be paid for at unit price per ton, per
specification P-401, which shall be full compensation for performing the work specified
and furnishing of all materials, labor, tools, equipment and incidentals necessary to
supply, place and finish the surface course. Any re-painting of pavement markings on the
haul road will be paid under Item P-620.
E.
Payment will be made under:
Item 017113-1.1 – Mobilization - per lump sum.
Item 017113-1.2 – Haul Road Milling – per square yard.
Item 017113-1.3 – Haul Road Overlay with Bituminous Pavement (PG 64-22) – per ton.
PART 2 – PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
HAUL ROAD DUST CONTROL AND MAINTENANCE
3.1.1
DUST CONTROL
3.1.2
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.
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 at the direction of COTR shall
MOBILIZATION AND DEMOBILIZATION
017113-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
mill and overlay those sections damaged by the Contractor’s hauling operations. Repairs
will be paid for under the previous mention pay items.
3.2
LIGHTED BARRICADES
A.
3.3
PERSONNEL
A.
3.4
Barricades shall be furnished as discussed in Division 01, Section “Maintenance and
Protection of Air Traffic during Construction.”
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.”
STANDBY EQUIPMENT
A.
The Contractor shall have standby equipment (i.e. pavers, rollers, sweeper, etc.) and
repair parts on site at all times. This equipment must be complete, in working condition,
and ready for service in case there is a mechanical breakdown of the primary equipment.
END OF SECTION 017113
MOBILIZATION AND DEMOBILIZATION
017113-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 017114- MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING
CONSTRUCTION
PART 1 - GENERAL
1.1
1.2
1.3
SUMMARY
A.
Carry out operations in a manner that will cause a minimum of interference with air
traffic as indicated in the phasing plans, and shall be required to cooperate with the FAA,
the Authority, the airlines, and Contractors involved in work on other projects. All work
shall be completed in accordance with FAA Eastern Region Order Number EA-5210-1C
and FAA Advisory Circular 150/5370-2F.
B.
Supply barricades and place, maintain, move, and store barricades as indicated in the
plans or by the COTR.
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.
B.
The quantity of closed taxiway markers shall be the number of closed taxiway markers
delivered to the site, placed, maintained by the Contractor and ready for operation, and
accepted by the COTR.
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, 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.
The accepted quantity of closed taxiway markers shall be paid for at the contract price
per each, which price and payment shall be full compensation for furnishing and
maintaining the closed taxiway markers and for all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
D. 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
Item 017114-1.5 – Taxiway Closure Markers--per each
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 and bucket barricades shall be steady-burn,
omni-directional, 6 or 12 Volt, with Red Lenses. 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.
E.
Place and maintain portable lighted runway closure markers, provided by the Authority,
at the ends of runways when closed to warn the air and ground traffic to stay clear of the
closed runway. Place markers as detailed in the plans or as designated by the COTR.
F.
Place and maintain taxiway closure markers on taxiways when closed to warn the air and
ground traffic to stay clear of the closed taxiway. Place markers as detailed in the plans
or as designated by the COTR.
BARRICADES
A.
Beam Barricades. Beam barricades shall be as indicated in the drawings. Mark beams
with alternating orange and white striping and two battery operated, steady-burn
omnidirectional red warning lights (see paragraph 2.1.B). Mount lights on each end of
the beam barricade as indicated. At the completion of the Contract beam barricades shall
become property of the Contractor and removed from the site.
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.3
DA1103
December 2, 2011
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 omnidirectional 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.
TAXIWAY CLOSURE MARKER
A.
Taxiway closure markers shall be provided by the contractor. The taxiway closure
marker shall be bright yellow in color and shall be made of plywood or other lightweight
material as detailed in the plans. The marker shall be adequately secured to withstand jet
blast of 100 MPH. At the completion of the Contract the taxiway closure markers shall
become property of the Contractor and removed from the site.
PART 3 - EXECUTION
3.1
CONTROL REQUIREMENTS: The Contractor’s responsibility for work areas and marking
equipment is as follows:
A.
Place nothing upon runways, taxiways, taxilanes, or aprons without written approval of
the COTR.
B.
No vehicle shall enter a paved surface except at predetermined locations.
C.
Provide and install barricades, flag lines and other warning markers as indicated or as
directed by the COTR.
D.
No private vehicles shall be allowed on the runways or taxiways at any time unless
approved by the COTR.
E.
Throughout the duration of the job, immediately rectify any practice or situation that the
COTR determines to be unsafe or a hindrance to regular Airport traffic.
F.
The responsibility for controlling of Contractor’s employees, subcontractors and their
employees with regard to traffic movement rests with the Contractor.
G.
Rebuild, repair, restore and make good at the Contractor’s expense all injuries or
damages to any portion of the work occasioned by the Contractor’s use of these facilities
before completion and acceptance of his work.
H.
Submit to COTR in writing a plan for controlling construction equipment and vehicular
movements in the air operations area. This plan shall be submitted before notice to
proceed is given. Include material haul roads in the plan.
MAINTENANCE AND PROTECTION OF AIR TRAFFIC DURING CONSTRUCTION 017114-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.2
DA1103
December 2, 2011
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. 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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 017180 – FIELD DATA COLLECTION AND GIS CONVERSION
PART 1 - GENERAL
1.1
1.2
RELATED DOCUMENTS
A.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions, and Division 01 Specification Sections, apply to this Section.
B.
Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5300-16A, “General
Guidance and Specifications for Aeronautical Surveys: Establishment of Geodetic
Control and Submission to the National Geodetic Survey.”
C.
FAA AC 150/5300-17C, “Standards for Using Remote Sensing Technologies in Airport
Surveys.”
D.
FAA AC 150/5300-18B, “General Guidance and Specifications for Submission of
Aeronautical Surveys to NGS: Field Data Collection and Geographic Information System
(GIS) Standards.”
SUMMARY
A.
This Section includes requirements for providing aeronautical data collection and
conversion associated with the Work. This includes, but is not limited to:
1.
2.
3.
4.
B.
Related Sections include the following:
1.
1.3
Conversion of as-built project data to GIS format
Data attributing and creation of metadata documentation
Completion of an Airport Airspace Analysis as required by FAA AC 150/530018B
Preparation of deliverables
Division 01 Section “Project Record Documents” for submitting Record
Drawings, Record Specifications, and Record Product Data.
SUBMITTALS
A.
Qualifications Data: Submit qualification data in accordance with the paragraph entitled
“PERSONNEL QUALIFICATIONS.”
B.
Project Status Reports: Bi-weekly project status reports shall be mailed to the Authority.
C.
Final GIS Data: The Contractor shall submit GIS data for the Work (including all asbuilt information), in Environmental Systems Research Institute (ESRI) Shapfile (SHP)
format, on CD or DVD (disk should be branded with the Airport Name, Date, Contract
Number, and Company Contact Information). The Contractor shall also submit two hardcopy plots (in a format acceptable to the COTR) depicting the converted data in 3D
format.
FIELD DATA COLLECTION AND GIS CONVERSION
017180 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
Quality Control Plan: Submit a quality control plan prior to beginning work. This plan
should at minimum:
1.
2.
3.
4.
1.4
DA1103
December 2, 2011
Describe quality control measures that will be in place to ensure that all data will
be checked, complete, reliable, and meet the accuracy requirements defined in
FAA AC 150/5300-18B.
Provide information on the tools, techniques, and processes used to process,
reduce, and collate the data to produce the final deliverable.
Describe and explain the method used to check all file formats and a summary of
the file-naming convention for all electronic files
Describe how field and office data are combined into a final data set for delivery.
This should include details on the software used to develop the data set and how
the data, features, and feature attribution will be compiled.
PERSONNEL QUALIFICATIONS
A.
This Work shall be performed by a registered licensed surveyor or professional engineer
in the Commonwealth of Virginia.
B.
The Contractor shall provide the COTR with a written summary of:
1.
2.
3.
4.
5.
6.
Experience in survey projects, especially those utilizing Global Positioning
System (GPS) collection methods.
Experience with National Geodetic Survey (NGS) specifications, standards, and
software. Provide examples of using required data submission formats and
required survey accuracies.
Knowledge of the National Spatial Reference System (NSRS), NGS
Continuously Operating Reference Stations (CORS), horizontal and vertical
controls, and the High Accuracy Reference Network (HARN).
Experience using CORS data to establish geodetic ties to NSRS.
Experience in establishing aerial photography, photo control points, reading and
annotating information on aerial photography.
Experience in recovering marks, setting marks, and writing station descriptions
of survey marks to NGS standards.
PART 2 - PRODUCTS
2.1
SOFTWARE
A.
Deliverables shall be compatible with ESRI ArcGIS software, version 9.2 or later.
PART 3 - EXECUTION
3.1
EXISTING DATA
A.
Existing CADD files (including as-built project data in accordance with Section 01 78 39
“Project Record Documents”) shall be provided by the Authority in Microstation V8
(DGN) format. The Contractor shall assume all sub-surface utility data and shall meet
the requirements of FAA AC 150/5300-18B for Quality Level (QL) D. All existing data
is located in the Ronald Reagan Washington National Airport Coordinate System (ACS).
The Contractor shall coordinate with the COTR for the Ronald Regan Washington
FIELD DATA COLLECTION AND GIS CONVERSION
017180 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
National Airport ACS survey data to facilitate converting existing data from ACS to
Virginia State Plane Feet, Latitude/Longitude, or Universal Transverse Mercator (UTM)
as required by FAA AC 150/5300-18B.
3.2
CONVERSION TO GIS FORMAT
A.
3.3
3.4
The Contractor shall ensure that all relevant layer/levels in the existing data files are
converted/ correlated to the appropriate GIS features in accordance with Chapters 3 and 4
of FAA AC 150/5300-18B. After associating all layer information to the correct GIS
features, the Contractor shall extract the layers and convert them to ERSI Shapefile
format.
DATA ATTRIBUTION AND METADATA DOCUMENTATION
A.
Feature attributes shall be created in accordance with the airport feature descriptions and
specifications defined in Chapter 5 of FAA AC 150/5300-18B. Attributes shall then be
populated based on the information provided in the existing CADD files by automated
and or manual conversion. The Contractor shall take care to ensure that all annotations
and object tags provided in the CADD files are identified and transferred to the
appropriate attribution feature classes within the GIS database. Attributes that are unable
to be populated from the files provided shall be left blank. The Contractor shall provide a
spreadsheet of all the feature attributes (separated by feature class) that were unable to be
populated as a part of the deliverable to the Authority.
B.
Metadata shall be created for each unique Shapefile created in Paragraph 3.2. Metadata
shall be required, at a minimum, at the collection level. The metadata documentation
shall be structured using the metadata elements specified in Table 3-1 of FAA AC
150/5300-18B.
PREPARATION OF DELIVERABLES
A.
The Contractor shall submit all converted data (in ESRI Shapefile format), and associated
required deliverables specified in FAA AC 150/5300-18B, by the COTR, and herein.
This includes, but is not limited to:
1.
2.
3.
4.
5.
6.
Survey Quality Control Plan (completed before the Work begins)
Weekly Project Status Reports
Final Project Report
Documentation required for each feature as defined by Chapter 5 of FAA AC
150/5300-18B
All final processing, adjustment, or reduction files used to produce the final data.
This includes the results of independent software files produced during the
reduction of the final data, and any other product necessary to recreate the data.
An airport point of contact list for use by the independent verification and
validation team.
FIELD DATA COLLECTION AND GIS CONVERSION
017180 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
PART 4 - METHOD OF MEASUREMENT
A.
Measurement for GIS Conversion shall be per one (1) lump sum.
measurement will be made for incidentals necessary to complete the work
No separate
PART 5 - BASIS OF PAYMENT
A.
Payment will be made for GIS conversion on a lump sum basis. This price shall be full
compensation for furnishing all materials, labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Item 017180-5.1
Field Data Collection and GIS Conversion – per lump sum
END OF SECTION 017180
FIELD DATA COLLECTION AND GIS CONVERSION
017180 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
1.4
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."
QUALITY ASSURANCE
A.
EXECUTION
Land Surveyor Qualifications: A professional land surveyor who is legally qualified to
practice in the Commonwealth of Virginia and who is experienced in providing landsurveying services of the kind indicated.
017300 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
B.
DA1103
December 2, 2011
Professional Engineer Qualifications: A professional engineer who is legally qualified to
practice in the Commonwealth of Virginia experienced in the area for which he is
utilized.
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.
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.
Proceed with installation only after unsatisfactory conditions have been
corrected. Proceeding with the Work indicates acceptance of surfaces and
conditions.
017300 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.2
3.3
DA1103
December 2, 2011
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.
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.4
FIELD ENGINEERING
A.
Identification: Existing control points and property line corner stakes are as identified on
the Contract Documents.
B.
Reference Points: Locate existing permanent benchmarks, control points, and similar
reference points before beginning the Work. Preserve and protect permanent benchmarks
and control points during construction operations.
1.
2.
C.
2.
3.
D.
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.
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.
3.5
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.6
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.
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.
AUTHORITY-INSTALLED PRODUCTS
A.
Site Access: Provide access to Project site for the Authority's construction forces.
B.
Coordination: Coordinate construction and operations of the Work with work performed
by the Authority's construction forces.
1.
2.
3.7
DA1103
December 2, 2011
Construction Schedule: Inform COTR of Contractor's preferred construction
schedule for the Authority's portion of the Work. Adjust construction schedule
based on a mutually agreeable timetable. Notify COTR if changes to schedule
are required due to differences in actual construction progress.
Pre-installation Conferences: Include the Authority's construction forces at preinstallation conferences covering portions of the Work that are to receive the
Authority's work.
Attend pre-installation conferences conducted by the
Authority's construction forces if portions of the Work depend on the Authority's
construction.
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.
B.
EXECUTION
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.
Site: Maintain Project site free of waste materials and debris.
017300 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom
from damage and deterioration at time of Substantial Completion.
F.
Cutting and Patching: Clean areas and spaces where cutting and patching are performed.
Completely remove paint, mortar, oils, putty, and similar materials.
1.
3.8
DA1103
December 2, 2011
Thoroughly clean piping, conduit, and similar features before applying paint or
other finishing materials. Restore damaged pipe covering to its original
condition.
G.
Waste Disposal: Burying or burning waste materials on-airport property will not be
permitted. Washing waste materials down sewers or into waterways will not be
permitted.
H.
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.
I.
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.
J.
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.
K.
Grass Mowing: Mow grass areas contained in Project site, or made inaccessible to the
Authority's mowing contractors.
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.
EXECUTION
Remove
017300 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.9
3.10
DA1103
December 2, 2011
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."
PROTECTION OF INSTALLED CONSTRUCTION
A.
Provide final protection and maintain conditions that ensure that installed Work is
without damage or deterioration at time of Substantial Completion.
B.
Comply with manufacturer's written instructions for temperature and relative humidity.
CORRECTION OF THE WORK
A.
Repair or remove and replace defective construction. Restore damaged substrates and
finishes. 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.
components that cannot be repaired.
E.
Remove and replace chipped, scratched, and broken glass or reflective surfaces.
Remove and replace operating
END OF SECTION 017300
EXECUTION
017300 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
B.
Related Sections include the following:
1.
2.
3.
4.
1.3
Inspection procedures.
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.
4.
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.
Submit warranties required by Contract Documents, workmanship bonds,
maintenance service agreements, final certifications, and similar documents.
PROJECT CLOSEOUT
017700 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
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.
Complete final cleaning requirements, including touchup painting.
Touch up and otherwise repair and restore marred exposed finishes to eliminate
visual defects.
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
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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
DA1103
December 2, 2011
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
pavement, electrical, pavement marking, and cleanup..
Include the following information at the top of each page:
a.
b.
c.
d.
e.
f.
PROJECT CLOSEOUT
Contract name and number.
Date.
Name of COTR.
Name of Architect/Engineer.
Name of Contractor.
Page number.
017700 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.6
DA1103
December 2, 2011
WARRANTIES
A.
Submittal Time: Submit one draft copy of proposed Warranty Manual Specified below
within 90 days of Notice to Proceed. COTR will return comments to the Contractor no
later than 30 calendar days after receipt.
1.
2.
Provide Manufacturer’s Standard Warranties, made out to the Authority, and
statement of willingness to provide any applicable Special Warranties required
by the Contract Documents 14 calendar days prior to shipping of materials and
equipment. Products and Equipment shall not be considered delivered (for
payment purposes) until the approved warranties have been received.
Submit written warranties on request of COTR for designated portions of the
Work where commencement of warranties other than date of Substantial
Completion is indicated.
B.
Partial Occupancy: Submit properly executed warranties within 15 days of completion of
designated portions of the Work that are completed and occupied or used by the
Authority during construction period by separate agreement with Contractor.
C.
Warranty Manual: Organize warranty documents into an orderly sequence based on the
table of contents of the Contract Specifications. Warranty documents include Contractor
and major subcontractors warranty letters, special warranty documents, and
manufacturer's warranties.
1.
Binders:
Heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness
necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with
clear plastic sleeve on spine to hold label describing contents. Binders shall not
be filled beyond 75 percent of their rated capacity. Binders shall also have
boomerang plastic sheet lifters, metal backbone, concealed rivet construction,
and three-trigger position locking mechanism (lock, unlock, open) on top and
bottom. Binder color shall be black unless another color is selected by COTR.
a.
b.
2.
Provide maximum 3-inch binder thickness.
Identify each binder on front and spine, with printed title "PROJECT
WARRANTIES," Contract number and name, and subject matter of
contents. If identification cannot be attached to the front include it as the
first page in the manual. Indicate volume number for multiple-volume
sets. The use of business labels is prohibited.
Dividers: Provide three-hole, heavyweight, plastic tabbed dividers, (, or as
approved by the Authority) for each separate section. Provide laser printed
description for each tabbed section on the front and back of tabs. Tabs shall
indicate the appropriate Specification Section. Provide a description of the
warranty or heading for sub tabs using the same laser printed format on the
dividers. Provide an index of the contents in each section on the first page
behind each section divider. The index shall be generated using a word processor
and printed on a laser printer. Include a matching master table of contents for
each volume using the same indexing system. Install a colored sheet between
each different warranty within a tabbed section.
PROJECT CLOSEOUT
017700 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
D.
DA1103
December 2, 2011
Provide additional copies of each warranty that shall be included in Operation and
Maintenance Manuals.
PART 2 - PRODUCTS
2.1
MATERIALS
A.
Cleaning Agents: For final cleaning, use cleaning materials and agents recommended by
manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that
are potentially hazardous to health or property or that might damage finished surfaces.
PART 3 - EXECUTION
3.1
FINAL CLEANING
A.
General: Provide final cleaning. Conduct cleaning and waste-removal operations to
comply with Authority requirements, local laws and ordinances and Federal and local
environmental and antipollution regulations. General cleaning during construction is
included in Division 01 Section "Execution."
B.
Cleaning: Employ experienced workers or professional cleaners for final cleaning.
Clean each surface or unit to condition expected in an average commercial building
cleaning and maintenance program. Comply with manufacturer's written instructions.
1.
Complete the following cleaning operations before requesting inspection for
certification of Substantial Completion for entire Project or for a portion of
Project:
a.
b.
c.
d.
e.
f.
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, eventextured 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.
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.
1.
Where extra materials of value remaining after completion of associated Work
have become the Authority's property, arrange for disposition of these materials
as directed by COTR.
PROJECT CLOSEOUT
017700 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
END OF SECTION 017700
PROJECT CLOSEOUT
017700 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
b.
DA1103
December 2, 2011
Final Submittal: After construction is complete and changes are
recorded, submit six complete, full-sized, printed sets of CADD Record
Drawings. Include each sheet, whether or not changes and additional
information were recorded. Submit two copies of the CADD Record
drawings in the approved electronic format. In addition, submit the
original set of marked-up record drawings onto which the mark-ups were
made.
B.
Record Specifications: Submit two copies of Project Specifications, including addenda
and contract modifications.
C.
Record Product Data: Submit one copy of each Product Data submittal at the direction of
the COTR.
1.
Where Record Product Data is required as part of operation and maintenance
manuals, submit marked-up Product Data as an insert in the manual instead of
submittal as Record Product Data.
D.
Record Schedule: Submit three copies of Record Schedule.
E.
Miscellaneous Record Submittals: Submit miscellaneous Record Submittals as specified.
PART 2 - PRODUCTS
2.1
RECORD DRAWINGS
A.
Record Prints: During construction, maintain one complete, full sized, set of blue- or
black-line prints of the Drawings, applicable shop drawings, and coordination drawings
for record purposes. These drawings shall be updated periodically, by the contractor, in
CADD to replace the hand mark-ups. The mark-ups shall be preserved for the record. A
complete set of Conformed Drawings in CADD will be provided to the Contractor for
his use in maintaining the CADD Record Drawings. The CADD files will be provided in
Bentley Microstation v8 .
1.
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.
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.
PROJECT RECORD DOCUMENTS
017839 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
3.
Content: Types of items requiring marking include, but are not limited to, the
following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
4.
5.
6.
7.
B.
Dimensional changes to Drawings.
Revisions to details shown on Drawings.
Depths of foundations below first floor.
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 crossreferences 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.
DA1103
December 2, 2011
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:
PROJECT RECORD DOCUMENTS
017839 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.
2.
3.
a.
b.
4.
D.
DA1103
December 2, 2011
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:
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.
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)
5.
Organization of Newly Prepared Project Record Drawing Prints:
Organize newly prepared Record Drawings into manageable sets.
Include any contract required coordination drawings and applicable shop
drawings. Bind each set with durable paper cover sheets. Include
identification on cover sheets.
ADDITIONAL REQUIREMENTS FOR RECORD DRAWINGS
1.
2.
3.
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 mark-up is due to a field adjustment, it shall be indicated as
such.
PROJECT RECORD DOCUMENTS
017839 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
4.
5.
6.
2.2
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.
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.
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
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 inclusion
requirements in the Operation and Maintenance Manuals that are a separate item
Include contract required coordination drawings in the record drawing set.
RECORD SPECIFICATIONS
A.
2.3
DA1103
December 2, 2011
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 SCHEDULE
PROJECT RECORD DOCUMENTS
017839 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.5
DA1103
December 2, 2011
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.
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.
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.
Final inspection and correction procedures.
Summary letter from Special Inspector indicating structural work was
completed in accordance with applicable standards.
PART 3 - EXECUTION
3.1
RECORDING AND MAINTENANCE
A.
Recording: Maintain one copy of each submittal during the construction period for
Project Record Document purposes. Post changes and modifications to Project Record
Documents as they occur.
B.
Maintenance of Record Documents and Samples: Store Record Documents and Samples
in the field office apart from the Contract Documents used for construction. Do not use
Project Record Documents for construction purposes. Maintain Record Documents in
good order and in a clean, dry, legible condition, protected from deterioration and loss.
Repair or reproduce torn or dirty sheets. Provide access to Project Record Documents for
COTR's reference during normal working hours.
END OF SECTION 017839
PROJECT RECORD DOCUMENTS
017839 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION P-101 - PAVEMENT MARKING REMOVAL
DESCRIPTION
101-1.1
This item consists of furnishing all labor, materials, and equipment required for the
necessary removal of existing taxiway markings and temporary markings as shown in the
plans. All paint to be removed is located on Bituminous concrete surfaces.
101-1.2
This removal operation shall be accomplished by high pressure waterblasting. 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
101-3.1
The existing pavement marking may contain levels of lead which may be considered
hazardous under RCRA. The contractor shall immediately collect and properly dispose
of the eradicated paint markings at an offsite disposal facility. The contractor shall ensure
the waste the waste does not enter the Authority’s storm water system. The Contractor
shall characterize the waste prior to disposal and then dispose of it in accordance with all
local, state and federal regulations.
The drums used to store the waste shall be properly labeled and stored until the waste has
been characterized and disposed of offsite. All waste manifests shall be signed by the
Authority or Authority’s Representative.
101-3.2
The high pressure water system shall have the capability of removing the paint and
restoring bituminous concrete surfaces to a natural surface. The treatment of the surface
shall not be damaging to the bituminous 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.
101-3.3
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.
101-3.4
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 shall be accompanied by independent vacuum/sweeper devices or
shall have an internal vacuum device.
PAVEMENT MARKING REMOVAL
P-101-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
101-3.5
DA1103
December 2, 2011
The Contractor shall not follow the outside edge of the pavement marking to be removed,
but shall waterblast in a wavy pattern, scarring both painted and non-painted bituminous
concrete pavement.
METHOD OF MEASUREMENT
101-4.1
The quantity of Pavement Marking Removal to be paid for under this item shall be the
number of square feet of existing paint removed, measured in place, completed and
accepted. Removal of temporary pavement markings will not be measured as Pavement
Marking Removal, but shall be included in Item P-620-5.2.
BASIS OF PAYMENT
101-5.1
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-101-5.1 – Pavement Marking Removal - per square foot
END ITEM P-101
PAVEMENT MARKING REMOVAL
P-101-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION P-160 - BITUMINOUS PAVEMENT REMOVAL (PERFORMANCE PLANING)
DESCRIPTION
160-1.1
GENERAL
This item shall consist of removing and disposing of existing runway and taxiway
bituminous surface course pavement to variable depths. The surface left open to aircraft
traffic shall be derived from a performance pavement methodology that will produce a
mean texture depth which shall be specified herein. Where called out in the plans the
initial removal depth shall be an average of 3 inches, while additional removal depths up
to 5 inches of bituminous surface/base course may further be specified to facilitate the
installation of the new Hot Mix Asphalt Concrete pavement in accordance with these
specifications and at the locations shown in the plans.
EQUIPMENT
160-2.1
GENERAL
The pavement planing equipment shall be power operated capable of removing in one
pass a layer of asphalt pavement not less than 7 feet wide. It shall be capable of cutting
the pavement to an average depth of approximately 3 inches. The machine shall be
equipped with electronic grade control devices on both sides that will cut the surface to
the grade and tolerances specified within the contract documents. The machine shall
leave a uniformly cut surface. It shall cut vertical edges without chipping or spalling the
edges of the pavement to remain. The ground speed of the machine and the cutting
equipment shall be independent of each other.
The machine shall be equipped with a positive method of dust control and capable of
discharging the millings in a truck or leaving them in a defined windrow for pickup and
removal.
MATERIALS
160-3.1
GENERAL
The types of materials to be removed along with approximate depths and typical
pavements are shown in the plans. The existing pavement structure information was
taken from airport records and core data. The initial three (3) inch average removal depth
for the pavement has locations that may lie between the interface of two layers. The
contractor may be required to make an adjustment to the operation and remove an
additional one-half (1/2) inch to prevent scabbing and provide a safe operating surface for
the aircraft. This removal shall be performed at no additional cost.
BITUMINOUS PAVEMENT REMOVAL
P-160-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
CONSTRUCTION METHODS
160-4.1
REMOVAL
The existing pavement areas to be removed shall be removed in such a manner as to
prevent damage to the adjacent vertical edges and pavements. The initial average 3 inch
depth of pavement shall be removed by milling and cold planing machines capable of
meeting the requirements in section 2.1. This milling shall include the temporary ramp(s)
necessary to open the taxiway as necessary. All deeper removals shall have the removal
limits marked. Removal below the average 3 inches may be accomplished by other
approved methods or as directed by the COTR. If a cement treated base course is
encountered, it shall be considered part of the pavement structure and removed by the
appropriate means to control the uniformity of the established subgrade elevations. The
removal will be considered incidental to the measurement and payment listed in
paragraph 160-8.2.
160-4.2
HAULING
The Contractor shall provide hauling equipment similar to the type used to transport
waste materials on public roads. The hauling equipment shall be equipped with covers
adequate to prevent any spillage of waste material on the pavement. Hauling routes shall
be clearly identified to prevent equipment from inadvertently traveling on restricted areas
of the airport. Runways, aprons, taxilanes, or taxiways, and all roads delineated for use
in hauling waste material shall be kept clean by continuous vacuum sweeping.
160-4.3
DISPOSAL OF MATERIALS
All materials resulting from bituminous pavement removal shall become the property of
the Contractor and disposed of off the airport property at an approved facility (i.e hot mix
asphalt producing plant permitted to receive recycled asphalt pavement (RAP)) for
recycling purposes. The Contractor may store bituminous millings on site at the locations
shown on the plans for not more than 24 hours.
160-4.4
TRANSITION RAMPS
The Contractor shall provide temporary transition ramps for aircraft to operate on during
daily operations. The transitional ramps shall be constructed as detailed in the project
drawings and provide a uniform operational surface that meets the requirements herein.
Removal of all transitional ramps will meet the lines and grades required to meet the
necessary thicknesses established by the plan documents.
BITUMINOUS PAVEMENT REMOVAL
P-160-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ACCEPTANCE CRITERIA
160-5.1
ACCEPTANCE TESTING
All acceptance testing necessary to determine conformance with the requirements
specified in this section will be performed by the COTR at no cost to the Contractor,
except as specifically noted.
The test procedure performed by the COTR will measure the mean texture depth of the
resultant macrotexture surface after milling operations have been performed. The
measurement for the performance planed surface texture shall be conducted in
accordance with the requirements of ASTM E965 as modified herein, using a volumetric
technique. The calculation of the texture depth will not be required. Ten (10) randomly
selected locations from each day’s production shall be randomly selected using ASTM D
3665. A circle diameter of twelve (12) inches shall be created when 140 ml of glass paint
beads (conforming to 90% roundness in accordance with ASTM D 1155 and graded to
have a minimum of 90% by weight passing a No. 60 sieve and retained on a no. 80
sieve.) Use of a hockey puck is recommended for spreading of the glass paint beads.
CONTRACTOR QUALITY CONTROL
160-6.1
GENERAL
The Contractor shall develop a Quality Control Program in accordance with Division 20
“Quality Requirements” of the General Provisions. The program shall address all
elements which affect the quality of the performance pavement milling including, but not
limited to:
(1)
Smoothness. The finished surfaces for each lift of the pavement shall not vary
more than 1/4 (0.25) inch. Each lot shall be evaluated with a 16-foot straightedge.
The lot size shall be 2000 square yards. Measurements will be made
perpendicular and parallel to the centerline at distances not to exceed 50 feet.
When more than 15 percent of all measurements within a lot exceed the specified
tolerance, the Contractor shall repair the deficient area and replace with hot mix
asphalt concrete pavement meeting the requirements of P-401, if necessary.
Sufficient material shall be removed to allow at least two (2) inches of asphalt
concrete to be placed. Skin patching shall not be permitted. High points shall be
milled off.
(2)
Grade. The finished surface and cross section of the pavement shall not vary
from the established gradeline elevations and cross sections shown on the plans
by more than 1/2 (0.5) inch. The finished grade of each lot will be determined by
running levels at intervals of 50 feet or less longitudinally and transversely to
determine the elevation of the completed pavement. The lot size shall be 2000
square yards. When more than 15 percent of all the measurements within a lot
are outside the specified tolerance, the Contractor shall repair the deficient area
and/or replace with hot mix asphalt concrete pavement material meeting the
requirements of P-401. Sufficient material shall be removed to allow at least two
(2) inches of asphalt concrete to be placed. Skin patching for correcting low areas
shall not be permitted. High points shall be milled off.
BITUMINOUS PAVEMENT REMOVAL
P-160-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
METHOD OF MEASUREMENT
160-7.1
depth)
BITUMINOUS PAVEMENT PERFORMANCE-MILLING (Depth 3 inch average
The quantity of bituminous performance pavement milling shall be measured in square
yards, on a horizontal plane for the actual material removed as marked in the field by the
COTR, to a depth up to three (3) inches below the proposed finish grade. Removal
outside of the limits shown on the plans as marked by the COTR will be at the
Contractor’s expense.
160-7.2
BITUMINOUS PAVEMENT REMOVAL (Depth 5 inches)
The quantity of bituminous pavement removal shall be measured in square yards, on a
horizontal plane of the actual material removed as marked in the field by the COTR. An
additional depth of five (5) inches of material shall be removed below the initial 3 inch
average depth of performance milling. Removal outside of the limits shown on the plans
as marked by the COTR will be at the Contractor’s expense unless otherwise required. It
is anticipated that a cement treated base course (CTBC) may be encountered in sporadic
locations under the bituminous pavements. Removal of the CTB to the established
elevations shall not be measured separately, and shall be considered incidental.
160-7.3
TRANSITION RAMPS
There shall be no measurement for payment of the transitional ramps. This includes no
additional measurement and payment for the removal of the P-401 paved transitions back
to the location where the finished surface meets the final plan elevations.
BASIS OF PAYMENT
160-8.1
BITUMINOUS PERFORMANCE PAVEMENT MILLING
The accepted quantity of bituminous performance pavement milling shall be paid for at
the contract unit price per square yard, for an average depth of (3) inches for performance
milling below the proposed finished grade. This price shall be full compensation for
furnishing all equipment and for all preparation, removal of bituminous concrete, hauling
and disposing; and for all labor, equipment, tools and incidentals necessary to complete
the bituminous pavement removal.
BITUMINOUS PAVEMENT REMOVAL
P-160-4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
160-8.2
DA1103
December 2, 2011
BITUMINOUS PAVEMENT REMOVAL
The accepted quantity of bituminous pavement removal shall be paid for at the contract
unit price per square yard. This price shall be full compensation for furnishing all
equipment and for all preparation, sawcutting, excavating, removal of bituminous
concrete and cement treated base course material to a depth of five (5) inches below the
initial three (3) inch average thickness, dewatering, hauling and disposing; and for all
labor, equipment, tools and incidentals necessary to complete the bituminous pavement
removal.
Payment will be made under:
Item P-160-8.1 – Bituminous Performance Pavement Milling, 3” Average Depth - per
square yard
Item P-160-8.2 – Bituminous Pavement Removal, 5” Depth - per square yard.
TESTING REQUIREMENTS
ASTM D 1155 Test Method for Roundness of Glass Spheres
ASTM D 3665 Random Sampling of Construction Materials
ASTM E 965
Measuring Pavement Macrotexture Depth Using a Volumetric Technique
END ITEM P-160
BITUMINOUS PAVEMENT REMOVAL
P-160-5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION P-202 – HMA CRACK SEALING
DESCRIPTION
202-1.1
GENERAL
This item consists of cleaning, routing, removal of vegetation and sealing of joints and cracks in
existing HMA pavements prior to being overlaid. All joints and cracks to be sealed shall be
designated by the COTR.
MATERIALS
202-2.1
Crack Sealant
The crack sealant shall meet the requirements of ASTM D 5329 and ASTM D 6690.
CONSTRUCTION METHODS
202-3.1
GENERAL
The cracks or joints to be sealed shall be a minimum of 1/4” and not exceed 3/4" in width. The
cracks shall be routed and/or cleaned to provide a sealant reservoir of a width to depth ratio of 1:1
with a minimum width of 3/8” and a depth equal to the width plus 1/4”. No crack sealer material
shall be placed until the cracks have been cleaned of all loose dirt and material. Following the
initial routing and cleaning operation, all cracks will be blown out with compressed air. The
cracks shall be inspected and approved prior to placing the sealer material. Any and all loose
materials shall be disposed of by the Contractor off site. Contractor shall use any combination of
joint/crack rakes, plows, routers, wire wheels and air compressors to clean the crack/joint of all
laitance, sealant debris and dust film.
202-3.2
APPLICATION OF CRACK SEALING MATERIAL
Final cleaning will not proceed in advance of sealing by more than one (1) working day, except as
otherwise approved by the COTR.
The crack routing shall provide a width to depth ratio of 1:1 for sealant material.
The crack sealant shall be applied uniformly solid from bottom to top and shall be filled without
formation of entrapped air or voids. The heating kettle shall be an indirect heating type,
constructed as a double boiler. A positive temperature control and mechanical agitation shall be
provided. The sealant shall not be heated to more than 20° F above the safe heating temperature.
The safe heating temperature can be obtained from the manufacturer's shipping container. A
direct connecting pressure type extruding device with nozzles shaped for insertion into the joint
shall be provided. Sealing material should be used sparingly. Only enough material shall be
poured into the opening to fill the crevice to within 1/8" below the pavement surface. Overfilling
will not be permitted. Any excess joint or crack sealer on the surface of the pavement shall be
removed from the pavement surface.
HMA CRACK SEALING
P-202-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
METHOD OF MEASUREMENT
202-4.1
The linear feet of cleaning and sealing of cracks to be paid for shall be the number of linear feet of
each crack or joint routed, cleaned, sealed and accepted by the COTR.
BASIS OF PAYMENT
202-5.1
Payment will be made at the contract unit price per linear feet of each crack or joint routed,
cleaned, sealed and accepted as complete. Measurement of linear feet of crack cleaning and
sealing for payment shall be to the nearest foot.
Payment will be made under:
Item P-202-5.1 – HMA Crack Sealing - per linear foot
END ITEM P-202
HMA CRACK SEALING
P-202-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS
DESCRIPTION
401-1.1
This item shall consist of a surface and base course composed of mineral aggregate and
bituminous material mixed in a central mixing plant and placed on a prepared course in
accordance with these specifications and shall conform to the lines, grades, thicknesses, and
typical cross sections shown on the plans. Each course shall be constructed to the depth,
typical section, or elevation required by the plans and shall be rolled, finished, and approved
before the placement of the next course.
MATERIALS
401-2.1
AGGREGATE
Aggregates shall consist of crushed stone or crushed gravel with or without sand or other inert
finely divided mineral aggregate. The portion of materials retained on the No. 4 sieve is
coarse aggregate. The portion passing the No. 4 sieve and retained on the No. 200 sieve is
fine aggregate, and the portion passing the No. 200 sieve is mineral filler. Slag will not be
permitted as aggregate for bituminous pavements.
A.
Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free
from adherent films of matter that would prevent thorough coating and bonding with the
bituminous material and be free from organic matter and other deleterious substances that has
a specific gravity of 2.950 or higher. The percentage of wear shall not be greater than 40
percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss
shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 13
percent, after five cycles, when tested in accordance with ASTM C88.
Aggregate shall contain at least 70 percent by weight of individual pieces having two or more
fractured faces and 85 percent by weight having 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. Fractured faces shall be obtained by crushing.
The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces,
when tested in accordance with ASTM D 4791 when tested in accordance with a 5:1 ratio.
B.
Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped
particles produced by crushing stone or gravel that meets the requirements for wear and
soundness specified for coarse aggregate. The aggregate particles shall be free from coatings
of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate,
including any blended material for the fine aggregate, shall have a plasticity index of not more
than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318.
Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend
or to improve the workability of the mix. The amount of sand to be added will be adjusted to
produce mixtures conforming to requirements of this specification. The fine aggregate shall
not contain more than 10 percent natural sand by weight of total aggregates. If used, the
PLANT MIX BITUMINOUS PAVEMENTS
P-401-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of
not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM
D 4318. The aggregate shall have sand equivalent values of 45 or greater when tested in
accordance with ASTM D 2419.
C.
401-2.2
Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C
183 shall be used in sampling mineral filler.
MINERAL FILLER
If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the
requirements of ASTM D 242.
401-2.3
BITUMINOUS MATERIAL
Bituminous material shall conform to the following requirements of AASHTO M320
conforming to PG 76-22 for the final surface mix used on the Taxiway (5 inch depth to be
used, where the removal depth is greater than 3 inches as detailed on the plans) and Apron.
PG 64-22 shall be used in the base material. .
TABLE 1 – Requirements for Performance Graded Asphalts
Property
Elastic Recovery *
Minimum
Value
75%
Standard
AASHTO T 301
* The binder (RTFO) aged residue shall be tested in accordance with AASHTO T
301 for Elastic Recovery at 25 degrees Celsius.
The Contractor shall furnish vendor's certified test reports for each lot of bituminous material
shipped to the project. The vendor's certified test report for the bituminous material can be
used for acceptance or tested independently by the COTR.
401-2.4
PRELIMINARY MATERIAL ACCEPTANCE
Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to
the COTR for the following materials:
A.
Coarse Aggregate.
(1)
(2)
(3)
B.
Percent of wear.
Soundness.
Unit weight
Fine Aggregate.
(1)
(2)
(3)
Liquid limit.
Plastic index.
Sand equivalent.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
C.
Mineral Filler.
D.
Bituminous Material. Test results for bituminous material shall include temperature/ viscosity
charts for mixing and compaction temperatures. The certification(s) shall show the
appropriate ASTM and AASHTO test(s) for each material, the test results, and a statement
that the material meets the specification requirement.
The COTR may request samples for testing, prior to and during production, to verify the
quality of the materials and to ensure conformance with the applicable specifications.
401-2.5
ANTI-STRIPPING AGENT.
Any anti-stripping agent or additive if required shall be heat stable, shall not change the
asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall
be added in recommended proportion by approved method, and shall be a material
approved by the Virginia Department of Transportation (VDOT).
COMPOSITION
401-3.1
COMPOSITION OF MIXTURE
The bituminous plant mix shall be composed of a mixture of well-graded aggregate, filler and
or anti-strip agent if required, and bituminous material. The several aggregate fractions shall
be sized, handled in separate size groups, and combined in such proportions that the resulting
mixture meets the grading requirements of the job mix formula (JMF).
401-3.2
JOB MIX FORMULA
Two job mix formulas are required for this project, one for each type material used
(base and surface mixes). No bituminous mixture for payment shall be produced until a job
mix formula has been approved by the COTR. The bituminous mixture shall be designed
using procedures contained in Chapter 5, MARSHALL METHOD OF MIX DESIGN, of the
Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete,
sixth edition.
The design criteria in Table 1 are target values necessary to meet the acceptance requirements
contained in paragraph 401-5.2B. The criteria is based on a production process which has a
material variability with the following standard deviations:
Stability (lbs.) = 270
Flow (0.01 inch) = 1.5
Air Voids (%) = 0.65
If material variability exceeds the standard deviations indicated, the job mix formula and
subsequent production targets should be based on stability greater than shown in Table 1, and
the flow and air voids should be targeted close to the mid-range of the criteria in order meet
the acceptance requirements.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D
4867, is less than 80 with a minimum dry tensile strength of 150 psi, the aggregates shall be
rejected or the asphalt treated with an anti-stripping agent approved for use in mixtures
provided to the Commonwealth of Virginia. The amount of anti-stripping agent added to the
asphalt shall be sufficient to produce a TSR of not less than 80. If an anti-strip agent is
required, it will be provided by the Contractor at no additional cost.
The job mix formula for each material shall be submitted in writing by the Contractor to the
COTR at least 30 calendar days prior to the start of paving operations and shall include
statistical information on the mix and as a minimum:
A..
Percent passing each sieve size for total combined gradation, individual gradation of all
aggregate stockpiles and percent by weight of each stockpile used in the job mix formula.
Individual aggregate gradations used from the same quarry in the blending of separate mix
designs shall not vary between the mix designs but shall be consistent throughout.
B.
Percent of asphalt cement.
C.
Asphalt performance graded binder.
D.
Number of blows of hammer compaction per side of molded specimen.
E.
Mixing temperature.
F.
Compaction temperature.
G.
Temperature of mix when discharged from the mixer.
H.
Temperature-viscosity relationship of the asphalt cement.
I.
Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power
gradation curve. The Contractor shall evaluate the gradation plots for sensitivity to voids in
the mineral aggregate (VMA) and tenderness.
J.
Graphical plots of stability, flow, air voids, voids in the mineral aggregate, film thickness, and
unit weight verses asphalt content.
K.
Percent natural sand.
L.
Percent fractured faces.
M.
Percent by weight of flat and elongated particles.
N.
Tensile Strength Ratio (TSR).
O.
Anti-strip agent (if required).
p.
Dry Tensile Strength
PLANT MIX BITUMINOUS PAVEMENTS
P-401-4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Q.
Asphalt film thickness
R.
Dust to asphalt ratio (using effective asphalt content)
S.
Ignition furnace calibration for each JMF submitted in accordance with section 401-6.3 A.
The Contractor shall submit to the COTR the results of verification testing of three (3)
asphalt samples prepared at the optimum asphalt content. The average of the results of
this testing shall indicate conformance with the job mix formula requirements specified in
Tables 1, 2 and 3.
When the project requires asphalt mixtures of differing aggregate gradations, a separate
job mix formula and the results of job mix formula verification testing must be submitted
for each mix.
The job mix formula for each mixture shall be in effect until a modification is approved in
writing by the COTR. Should a change in sources of materials be made, a new job mix
formula must be submitted within 30 days and approved by the COTR in writing before
the new material is used. After the initial production job mix formula(s) has/have been
approved by the COTR and a new or modified job mix formula is required for whatever
reason, the subsequent cost of the COTR’s approval of the new or modified job mix
formula will be borne by the Contractor. There will be no time extension given or
considerations for extra costs associated with the stoppage of production paving or restart
of production paving due to the time needed for the COTR to approve the initial, new or
modified job mix formula.
TABLE 2. MARSHALL DESIGN CRITERIA
TEST PROPERTY
Number of blows
Stability, pounds
Flow, 0.01 in.
Air voids (percent)
Percent voids in mineral aggregate,
minimum
VALUE OR RANGE
75
2,150
10-14
2.8-4.2
See Table 3
Film Thickness, minimum
8 Microns
Voids Filled with Asphalt
65-78
Note: The film thickness shall be calculated at each asphalt content from the asphalt content and
surface area of aggregate, using computational methods described in the National Center for Asphalt
Technology (NCAT) Report 98-1, “A Critical Review of VMA Requirements in Superpave”, except
that the effective asphalt content shall be used in the computation.
TABLE 3. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE
PLANT MIX BITUMINOUS PAVEMENTS
P-401-5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
MAXIMUM PARTICLE
SIZE
DA1103
December 2, 2011
MINIMUM VOIDS IN MINERAL
AGGREGATE, PERCENT
in.
Percent
½
16
¾
15
1
14
1-1/4
13
The mineral aggregate shall be of such size that the percentage composition by weight, as determined
by laboratory screens, will conform to the gradation or gradations specified in Table 4 when tested in
accordance with ASTM Standard C 136 and C 117.
The gradations in Table 4 represent the limits which shall determine the suitability of aggregate for use
from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation
within the limits designated in Table 4 and shall not vary from the low limit on one sieve to the high
limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine.
Deviations from the final approved mix design for bitumen content and gradation of aggregates shall
be within the action limits for individual measurements as specified in paragraph 401-6.5A. The
limits still will apply if they fall outside the master grading band in Table 4.
The maximum size aggregate used shall not be more than one-half of the thickness of the course being
constructed except where otherwise shown on the plans or ordered by the COTR.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE 4. AGGREGATE - BITUMINOUS PAVEMENTS
Sieve Size
Surface and Base Course
Gradation
RW and TW (PG 76-22)
and Base (PG 64-22)
Passing Sieve
1” Max
1 in.
100
3/4 in.
76-98
½ in.
66-86
3/8 in.
57-77
No. 4
40-60
No. 8
26-46
No. 16
17-37
No. 30
11-27
No. 50
7-19
No. 100
6-16
No. 200
3-6
Asphalt percent
4.5-7.0
Note: (1) The Job Mix formula shall follow a smooth “S” shaped curve within the specified limits
for all sieve sizes of Table 4, and shall not fall on the maximum density line. The “S” shaped curve
should not cross the maximum density line below the No. 4 sieve. The maximum density line will
be determined by plotting the gradations on a 0.45 power graph paper, and drawing a straight line
between the amount passing the No. 200 sieve and the amount which is retained on the largest
sieve.
Note: (2) The specific gravities and absorption of both coarse and fine aggregates will be
determined in accordance with ASTM C 127 and ASTM C 128. The bulk specific gravity of the
aggregate blend shall be submitted with the mix design.
401-3.3
RECYCLED ASPHALT CONCRETE
Recycled asphalt concrete will not be permitted in the surface course used on the taxiway
pavement. It will be allowed in the base course mix.
Recycled HMA shall consist of reclaimed asphalt pavement (RAP), coarse aggregate, fine
aggregate, mineral filler, and asphalt cement. The RAP shall be of a consistent gradation
PLANT MIX BITUMINOUS PAVEMENTS
P-401-7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
and asphalt content and properties. When RAP is fed into the plant, the maximum RAP
chunk size shall not exceed 2 inches. The recycled HMA mix shall be designed using
procedures contained in AI MS-02. The recycled asphalt concrete mix shall be designed
using procedures contained in the Asphalt Institute's Manual Series Number 2 (MS-2).
The percentage of asphalt in the RAP shall be established for the mixture design according
to ASTM D 2172 using the appropriate dust correction procedure. The job mix shall meet
the requirements of paragraph 401-3.2. The amount of RAP shall be limited to 15 percent.
In addition to the requirements of paragraph 401-3.2, the job mix formula shall indicate the
percent of reclaimed asphalt pavement and the percent and viscosity grade of new asphalt.
The Contractor shall submit documentation to the COTR, indicating that the mixing
equipment proposed for use is adequate to mix the percent of RAP shown in the job mix
formula and meet all local and national environmental regulations.
The blend of new asphalt cement and the RAP asphalt binder shall meet the requirements
in paragraph 401-2.3. The virgin asphalt cement shall not be more than two standard
asphalt material grades different than that specified in paragraph 401-2.3
401-3.4
TEST SECTION.
Prior to full production, the Contractor shall prepare and place a quantity of bituminous
mixture according to the job mix formula for each type of material (base, binder and surface).
The amount of mixture should be sufficient to construct a test section 300 feet long and 37.5
feet wide placed in two lanes, with a longitudinal cold joint, and shall be of the same depth
specified for the construction of the course which it represents. A cold joint is an exposed
construction joint at least 4 hours old or whose mat has cooled to less than 160° F. The
underlying grade or pavement structure upon which the test section is to be constructed shall
be the same as the remainder of the course represented by the test section. The equipment
used in construction of the test section shall be the same type and weight to be used on the
remainder of the course represented by the test section.
THE TEST SECTION SHALL BE EVALUATED FOR ACCEPTANCE AS A
SINGLE LOT IN ACCORDANCE WITH THE ACCEPTANCE CRITERIA IN
PARAGRAPH 401-5.1 AND 401-6.3. THE TEST SECTION SHALL BE DIVIDED
INTO EQUAL SUBLOTS.
AS A MINIMUM THE TEST SECTION SHALL
CONSIST OF 3 SUBLOTS.
The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids,
and joint density are 90 percent or more within limits, 2) gradation and asphalt content are
within the action limits specified in paragraphs 401-6.5A and 5B, 3) the voids in the mineral
aggregate is within the limits of Table 3 and 4) the film thickness is within the limits of Table
2.
If the initial test section should prove to be unacceptable, the necessary adjustments to the job
mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. A
second test section shall then be placed. Additional test sections, as required, shall be
constructed and evaluated for conformance to the specifications. Any additional sections that
PLANT MIX BITUMINOUS PAVEMENTS
P-401-8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
are not acceptable shall be removed at the Contractor's expense. Full production shall not
begin until an acceptable section has been constructed and accepted by the COTR. A test
section will only be paid for if the meets the specification requirements and shall be paid for
in accordance with paragraph 401-8.3.
Job mix control testing shall be performed by the Contractor at the start of plant production
and in conjunction with the calibration of the plant for the job mix formula. It should be
recognized that the aggregates produced by the plant may not satisfy the gradation
requirements or produce a mix that exactly meets the JMF. In those instances, it will be
necessary to reevaluate and redesign the mix using plant-produced aggregates. Specimens
should be prepared and the optimum bitumen content determined in the same manner as for
the original design tests.
Contractor will not be allowed to place the test section until the Contractor Quality
Control Program, showing conformance with the requirements of Paragraph 401-6.1, has
been approved, in writing, by the COTR.
401-3.5
TESTING LABORATORY.
The laboratory used to develop the job mix formula shall meet the requirements of ASTM D
3666 including the requirement to be accredited by a national authority such as the National
Voluntary Laboratory Accreditation Program (NVLAP), the American Association for
Laboratory Accreditation (AALA), or AASHTO Accreditation Program (AAP). Laboratory
personnel shall meet the requirements of Division 20 “Quality Requirements” of the General
Provisions. A certification signed by the manager of the laboratory stating that it meets these
requirements shall be submitted to the COTR prior to the start of construction. The
certification shall contain as a minimum:
A.
Qualifications of personnel; laboratory manager, supervising technician, and testing
technicians.
B.
A listing of equipment to be used in developing the job mix.
C.
A copy of the laboratory's quality control system.
D.
Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
CONSTRUCTION METHODS
401-4.1
WEATHER LIMITATIONS
The bituminous mixture shall not be placed upon a wet surface or when the surface
temperature of the underlying course is less than specified in Table 5. The temperature
requirements may be waived by the COTR, if requested; however, all other requirements
including compaction shall be met.
TABLE 5. BASE TEMPERATURE LIMITATIONS
Mat Thickness
401-4.2
Base Temperature Deg. F
(Minimum)
3 in. or greater
40
Greater than 1 in. but
less than 3 in.
45
1 in. or less
50
BITUMINOUS MIXING PLANT
Plants used for the preparation of bituminous mixtures shall conform to the requirements of
ASTM D 995 with the following changes:
A.
Requirements for All Plants.
1.
Truck Scales. The bituminous mixture shall be weighed on approved scales
furnished by the Contractor, or on certified public scales at the Contractor's expense.
Scales shall be inspected and sealed as often as the COTR deems necessary to assure
their accuracy. Scales shall conform to the requirements of Division 20 “Scales” of
the General Provisions.
In lieu of scales, and as approved by the COTR, asphalt mixture weights may be
determined by the use of an electronic weighing system equipped with an automatic
printer that weighs the total paving mixture. Contractor must furnish calibration
certification of the weighing system prior to mix production and as often thereafter as
requested by the COTR.
a.
2.
Plant Scales. All Plant scales are to be tested and sealed while in production.
This includes all belt feeder scales and asphalt meters on dryer drum plants.
Testing Facilities. The Contractor shall provide laboratory facilities at the plant for
the use of the COTR's acceptance testing and the Contractor's quality control testing.
The COTR will always have priority in the use of the laboratory. The lab shall have
sufficient space and equipment so that both testing representatives (COTR’s and
Contractor’s) can operate efficiently. The lab shall also meet the requirements of
PLANT MIX BITUMINOUS PAVEMENTS
P-401-10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ASTM D 3666.
The plant testing laboratory shall have a floor space area of not less than 150
square feet, with a ceiling height of not less than 7-½ feet. The laboratory shall be
weather tight, sufficiently heated in cold weather, air-conditioned in hot weather
to maintain temperatures for testing purposes of 70 degrees F +/- 5 degrees F.
The plant testing laboratory shall be located on the plant site to provide an
unobstructed view, from one of its windows, of the trucks being loaded with the
plant mix materials.
Laboratory facilities shall be kept clean, and all equipment shall be maintained in
proper working condition. The COTR shall be permitted unrestricted access to
inspect the Contractor’s laboratory facility and witness quality control activities.
The COTR will advise the Contractor in writing of any noted deficiencies
concerning the laboratory facility, equipment, supplies, or testing personnel and
procedures. When the deficiencies are serious enough to be adversely affecting
the test results, the incorporation of the materials into the work shall be suspended
immediately and will not be permitted to resume until the deficiencies are
satisfactorily corrected.
As a minimum, the plant testing laboratory shall have:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
Adequate artificial lighting
Electrical outlets sufficient in number and capacity for operating the
required testing equipment and drying samples.
Fire extinguishers (2), Underwriter’s Laboratories approved
Work benches for testing, minimum 2-½ feet by 10 feet.
Desk with 2 chairs
Sanitary facilities convenient to testing laboratory
Exhaust fan to outside air, minimum 12 inch blade diameter
A direct telephone line and telephone including a FAX machine operating
24 hours per day, seven days per week
File cabinet with lock for COTR
Sink with running water, attached drain board and drain capable of
handling separate material
Metal stand for holding washing sieves
Two element hot plate or other comparable heating device, with dial type
thermostatic controls for drying aggregates
Mechanical shaker and appropriate sieves (listed in JMF, Table 3)
meeting the requirements of ASTM E-11 for determining the gradation of
coarse and fine aggregates in accordance with ASTM C 136
Marshall testing equipment meeting ASTM D 6926, ASTM D 6927,
automatic compaction equipment capable of compacting three specimens
at once and other apparatus as specified in ASTM C 127, D 2172, D
2726, and D 2041
Oven, thermostatically controlled, inside minimum 1 cubic foot
Two volumetric specific gravity flasks, 500 cc
Other necessary hand tools required for sampling and testing
Library containing contract specifications, latest ASTM volumes 4.01,
PLANT MIX BITUMINOUS PAVEMENTS
P-401-11
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
s.
t.
u.
v.
DA1103
December 2, 2011
4.02, 4.03 and 4.09, AASHTO standard specification parts I and II, and
Asphalt Institute Publication MS-2.
Equipment for Theoretical Specific Gravity testing including a 4,000 cc
pycnometer, vacuum pump capable of maintaining 30 ml mercury
pressure and a balance, 16-20 kilograms with accuracy of 0.5 grams
Extraction equipment, Ignition Oven
A masonry saw with diamond blade for trimming pavement cores and
samples
Telephone
Approval of the plant and testing laboratory by the COTR requires all facilities
and equipment to be in good working order during production, sampling and
testing. Failure to provide the specified facilities shall be sufficient cause for
disapproving bituminous plant operations.
The COTR shall have access to the lab and the plant whenever Contractor is in
production.
3.
Inspection of Plant. The COTR, or COTR's authorized representative, shall have
access, at all times, to all areas of the plant for checking adequacy of equipment;
inspecting operation of the plant: verifying weights, proportions, and material
properties; and checking the temperatures maintained in the preparation of the
mixtures.
4.
Storage Bins and Surge Bins. Use of surge bins or storage bins for temporary storage
of hot bituminous mixtures will be permitted as follows:
a.
The bituminous mixture may be stored in surge bins for period of time not to
exceed 3 hours.
b.
The bituminous mixture may be stored in insulated storage bins for a period
of time not to exceed 24 hours.
The bins shall be such that mix drawn from them meets the same requirements as mix loaded
directly into trucks.
If the COTR determines that there is an excessive amount of heat loss, segregation or
oxidation of the mixture due to temporary storage, no overnight storage will be allowed.
Currently approved plants are listed in Commonwealth of Virginia. If a plant is proposed for
use that is not included in that Bulletin it will be necessary for the Contractor to furnish
documentation acceptable to the COTR as to the plant’s conformance with these
specifications. The Contractor shall have an approved back-up plant and job mixes available
for the project.
The plant shall be an approved automated plant with an approved recordation feature. The
feature shall be used in the production of material for this project. If the automation or
recordation fails during a day’s production, the plant shall stop production until repaired.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-12
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Sufficient storage shall be provided for each size aggregate. The storage yard shall be neat
and orderly, and the separate stockpiles shall be readily accessible for sampling. Fine
aggregate cold feeds shall have a belt load cell to correctly set blending.
Dryer drum plants shall use a recordation system that will record the mix temperature, asphalt
temperature, aggregate temperature, aggregate weight from belt load cells, show all aggregate
proportions, moisture content of aggregate, bitumen content and set temperatures. The system
shall be able to produce a printout of the plant status continuously. The automatic system
shall be capable of stopping the plant if mix temperature is in excess of he set mix
temperature.
401-4.3
HAULING EQUIPMENT
Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds.
To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a
minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall
have a suitable cover to protect the mixture at all times from adverse weather. When
necessary, to ensure that the mixture will be delivered to the site at the specified temperature,
truck beds shall be insulated or heated and covers shall be securely fastened. Each truck body
shall be inspected by a QC representative prior to loading by the contractor. Fuel oil will not
be permitted as a release agent.
401-4.4
BITUMINOUS PAVERS
Bituminous pavers shall be self-propelled, capable of paving to a width of 18.75 feet, with an
activated screed, heated as necessary, and shall be capable spreading and finishing courses of
bituminous plant mix material which will meet the specified thickness, smoothness, and
grade. The paver shall have sufficient power to propel itself and the hauling equipment
without adversely affecting the finished surface. Auger screw shall extend to within 10" of
the end of the screed.
The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading
operation. The hopper shall be equipped with a distribution system to place the mixture
uniformly in front of the screed without segregation. The screed shall effectively produce a
finished surface of the required evenness and texture without tearing, shoving, or gouging the
mixture.
The paver shall be equipped with a control system capable of automatically maintaining the
specified screed elevation. The control system shall be automatically actuated from either a
reference line and/or through a system of mechanical sensors or sensor-directed mechanisms
or devices which will maintain the paver screed at a predetermined transverse slope and at the
proper elevation to obtain the required surface. The transverse slope controller shall be
capable of maintaining the screed at the desired slope within plus or minus 0.1 percent.
Pattern segregation and shadows will not be permitted in the finished surface course.
The controls shall be capable of working in conjunction with any of the following
attachments:
1.
Ski-type device of not less than 30 feet in length.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-13
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.
Taut stringline (wire) set to grade.
3.
Short ski or shoe.
4.
Laser control.
DA1103
December 2, 2011
A paving lay down plan and all paving equipment will be submitted to the COTR for
approval prior to the commencement of work.
If, during construction, it is found that the spreading and finishing equipment in use leaves
tracks or indented areas, or produces other blemishes in the pavement that are not
satisfactorily corrected by the scheduled operations, the use of such equipment shall be
discontinued and satisfactory equipment shall be provided by the Contractor.
401-4.5
ROLLERS
Rollers of the vibratory, steel wheel, and pneumatic-tired type shall be used. They shall be in
good condition, capable of operating at slow speeds to avoid displacement of the bituminous
mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to
the required density while it is still in a workable condition.
All rollers shall be specifically designed and suitable for compacting hot mix bituminous
concrete and shall be properly used. Rollers that impair the stability of any layer of a
pavement structure or underlying soils shall not be used. Depressions in pavement
surfaces caused by rollers shall be repaired by the Contractor at its own expense.
The use of equipment which causes excessive crushing of the aggregate will not be permitted.
1.
401-4.6
Nuclear Densometer. The Contractor shall have on site a nuclear densometer
during aall paving operations in order to assist in the determination of the
optimum rolling pattern, type of roller and frequencies, as well as to monitor the
effect of the rolling operations during production paving. The Contractor shall
also supply a qualified technician during all paving operations to calibrate the
nuclear densometer and obtain accurate density readings for all new bituminous
concrete. These densities shall be supplied to the COTR upon request at any time
during construction. No separate payment will be made for supplying the density
gauge and technician.
PREPARATION OF BITUMINOUS MATERIAL
The bituminous material shall be heated in a manner that will avoid local overheating and
provide a continuous supply of the bituminous material to the mixer at a uniform temperature.
The temperature of the bituminous material delivered to the mixer shall be sufficient to
provide a suitable viscosity for adequate coating of the aggregate particles, but shall not
exceed the asphalt cement manufacturer’s requirements for temperature.
401-4.7
PREPARATION OF MINERAL AGGREGATE
PLANT MIX BITUMINOUS PAVEMENTS
P-401-14
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
The aggregate for the mixture shall be heated and dried prior to introduction into the mixer.
The maximum temperature and rate of heating shall be such that no damage occurs to the
aggregates. The temperature of the aggregate and mineral filler shall not exceed the asphalt
cement manufacturer’s requirements when the asphalt is added. Particular care shall be taken
that aggregates high in calcium or magnesium content are not damaged by overheating. The
temperature shall not be lower than what is required to obtain complete coating and uniform
distribution on the aggregate particles and to provide a mixture of satisfactory workability.
The fines to asphalt ratio shall be submitted with the JMF as determined using a washed
gradation obtained by ASTM C 117 and ASTM C 136.
401-4.8
PREPARATION OF BITUMINOUS MIXTURE
The aggregates and the bituminous material shall be weighed or metered and introduced into
the mixer in the amount specified by the job mix formula.
The combined materials shall be mixed until the aggregate obtains a uniform coating of
bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the
shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch
plants. The wet mixing time for all plants shall be established by the Contractor, based on the
procedure for determining the percentage of coated particles described in ASTM D 2489, for
each individual plant and for each type of aggregate used. The wet mixing time will be set to
achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time
shall be determined by dividing the weight of its contents at operating level by the weight of
the mixture delivered per second by the mixer. The moisture content of all bituminous mix
upon discharge shall not exceed 0.5 percent.
401-4.9
PREPARATION OF THE UNDERLYING SURFACE
Immediately before placing the bituminous mixture, the underlying course shall be dry and
cleaned of all dust and debris. A tack coat shall be applied in accordance with Item P-603 as
required by the contract specifications.
401-4.10
LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING
Prior to the placement of the bituminous mixture, the Contractor shall prepare a laydown
plan for approval by the COTR. This is to minimize the number of cold joints in the
pavement. The laydown plan shall include the sequence of paving laydown by stations,
and width of lanes. The laydown plan shall also include estimated time of completion for
each portion of the work (i.e. milling, paving, rolling, cooling, etc.). Modifications to the
laydown plan shall be approved by the COTR.
The bituminous mixture shall be transported from the mixing plant(s) to the site in vehicles
conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that
placing and compacting of mixture is uniform with minimum stopping and starting of the
paver. Adequate artificial lighting shall be provided for night placements. Hauling over
freshly placed material shall not be permitted until the material has been compacted, as
specified, and allowed to cool to atmospheric temperature.
For all taxiway pavements, the Contractor shall use a stringline to place each lane
PLANT MIX BITUMINOUS PAVEMENTS
P-401-15
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
of each lift of bituminous surface course. The Contractor shall survey each lift of
bituminous surface course and certify to the COTR that every lot of each lift
meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be
placed. If the grades of a single lot do not meet the tolerances of 401-5.2b(6),
then the Contractor shall take corrective action as noted in paragraph 401-5.2b(6)
for the final lift of surface course. For multiple lift construction, the Contractor
shall ensure that the final lift of surface course is between a minimum of 2-1/2
inches and a maximum of 3 inches thick.
The mix shall be placed and compacted at a temperature suitable for obtaining density,
surface smoothness, and other specified requirements but not less than 270 degrees F. The
Contractor shall be responsible for mat air voids.
The maximum compacted lift thickness for any bituminous mixture shall be four inches
unless otherwise approved by the COTR. The COTR will approve greater lift thickness only
upon the Contractor’s demonstration that a greater lift thickness can be uniformly compacted
to an acceptable density without any aggregate degradation or fracture.
The Contractor shall us a material transfer vehicle to deliver the mixture to the paver.
Paving during nighttime construction shall require the following:
1.
All paving machines, rollers, distribution trucks and other vehicles required by the
Contractor for his operations shall be equipped with artificial illumination
sufficient to safely complete the work.
2.
Minimum illumination level shall be twenty (20) horizontal foot candles and
maintained in the following areas:
a.
An area of 30 feet wide by 30 feet long immediately behind the paving
machines during the operations of the machines.
b.
An area 15 feet wide by 30 feet long immediately in front and back of all
rolling equipment, during operation of the equipment.
c.
An area 15 feet wide by 15 feet long at any point where an area is being
tack coated prior to the placement of pavement.
3.
As partial fulfillment of the above requirements, the Contractor shall furnish and
use complete artificial lighting units with a minimum capacity of 3,000 watt
electric beam lights, affixed to all equipment in such a way to direct illumination
on the area under construction.
4.
In addition, the Contractor shall furnish a sufficient number of portable floodlight
units to properly illuminate the work area.
If the Contractor places any out of specification mix in the project work area, the Contractor is
required to remove it at its own expense, to the satisfaction of the COTR. If the Contractor
has to continue placing non-payment bituminous concrete, as directed by the COTR, to make
PLANT MIX BITUMINOUS PAVEMENTS
P-401-16
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the
COTR. It is the Contractor’s responsibility to leave the facilities to be paved in a safe
condition ready for aircraft operations. No consideration for extended closure time of the area
being paved will be given. As a first order of work for the next paving shift, the Contractor
shall remove all out of specification material and replace with approved material to the
satisfaction of the COTR. When the above situations occur, there will be no consideration
given for additional construction time or payment for extra costs.
Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be
struck off in a uniform layer of such depth that, when the work is completed, it shall have the
required thickness and conform to the grade and contour indicated. The speed of the paver
shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise
permitted, placement of the mixture shall begin along the centerline of a crowned section or
on the high side of areas with a one-way slope. The mixture shall be placed in consecutive
adjacent strips having a minimum width of 18.75 feet except where edge lanes require less
width to complete the area. The longitudinal joint in one course shall offset the longitudinal
joint in the course immediately below by at least 1 foot; however, the joint in the surface top
course shall be at the centerline of the pavement. Transverse joints in one course shall be
offset by at least 10 feet from transverse joints in the previous course.
Transverse joints in adjacent lanes shall be offset a minimum of 10 feet on the taxiway.
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the mixture may be spread and luted by
hand tools. Areas of segregation in the finished surface course, as determined by the
COTR, shall be removed and replaced at the Contractor’s expense. The area shall be
removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed
and replaced shall be a minimum width of the paver and a minimum of 10 feet long.
401-4.11
COMPACTION OF MIXTURE
After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The
surface shall be compacted as soon as possible when the mixture has attained sufficient
stability so that the rolling does not cause undue displacement, cracking, aggregate
degradation, or shoving. The sequence of rolling operations and the type of rollers used shall
be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently
slow to avoid displacement of the hot mixture and be effective in compaction. Any
displacement occurring as a result of reversing the direction of the roller, or from any other
cause, shall be corrected at once.
Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue
until the surface is of uniform texture, true to grade and cross section, and the required field
density is obtained.
To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened
(and scrapers used), but excessive water will not be permitted.
In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand
tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less
PLANT MIX BITUMINOUS PAVEMENTS
P-401-17
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped
with a standard tamping plate wetting device.
Any mixture that becomes loose and broken, mixed with dirt, contains check-cracking, or in
any way defective shall be removed and replaced with fresh hot mixture and immediately
compacted to conform to the surrounding area. This work shall be done at the Contractor's
expense. Skin patching shall not be allowed.
401-4.12
JOINTS
The formation of all joints shall be made in such a manner as to ensure a continuous bond
between the courses and obtain the required density. All joints shall have the same texture as
other sections of the course and meet the requirements for smoothness and grade. Any course
aggregate raked from the joint shall be removed from the mat prior to compaction.
The roller shall not pass over the unprotected end of the freshly laid mixture except when
necessary to form a transverse joint. When necessary to form a transverse joint, it shall be
made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut
back to its full depth and width on a straight line to expose a vertical face prior to placing the
adjacent lane. In both methods all contact surfaces shall be given a tack coat of bituminous
material before placing any fresh mixture against the joint.
Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective or
which have been left exposed for more than 4 hours, or whose surface temperature has
cooled to less than 160° F shall be cut back to expose a clean, sound surface for the full
depth of the course. All contact surfaces shall be cleaned and dry prior and given a tack
coat of bituminous material prior to placing any fresh mixture against the joint. The cost
of this work and tack coat shall be considered incidental to the cost of the bituminous
course.
MATERIAL ACCEPTANCE
401-5.1
ACCEPTANCE SAMPLING AND TESTING
Unless otherwise specified, all acceptance sampling and testing necessary to determine
conformance with the requirements specified in this section will be performed by the
COTR at no cost to the Contractor except that coring [and profilograph testing] as
required in this section shall be completed and paid for by the Contractor. Testing
organizations performing these tests except profilograph shall meet the requirements of
ASTM D 3666 as required in section 401-3.5. All equipment in Contractor furnished
laboratories shall be calibrated by an independent testing organization prior to the start of
operations at the Contractor's expense.
1.
Plant-Produced Material. Plant-produced material shall be tested for stability, flow,
and air voids on a lot basis. Sampling shall be from material deposited into trucks at
the plant or from trucks at the job site. A lot will consist of:
-
one day's production not to exceed 2,000 tons, or
PLANT MIX BITUMINOUS PAVEMENTS
P-401-18
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
-
a half day's production where a day's production is expected to consist of
between 2,000 and 4,000 tons, or
-
similar subdivisions for tonnages over 4,000 tons.
Where more than one plant is simultaneously producing material for the job, the lot
sizes shall apply separately for each plant.
a.
Sampling. Each lot will consist of four equal sublots. Sufficient material for
preparation of test specimens will be sampled by the COTR on a random
basis, in accordance with the procedures contained in ASTM D 3665. One
set of laboratory compacted specimens will be prepared for each sublot in
accordance with ASTM D 6926, at the number of blows required by
paragraph 401-3.2, Table 2. Each set of laboratory compacted specimens
will consist of three test portions prepared from the same sample increment.
The sample of bituminous mixture may be put in a covered metal tin and
placed in an oven for not more than 30 to 60 minutes to maintain the heat.
The compaction temperature of the specimens should be as specified in the
job mix formula.
b.
Testing. Sample specimens shall be tested for stability and flow in
accordance with ASTM D 6927. Air voids will be determined by the COTR
in accordance with ASTM D 3203.
Prior to testing, the bulk specific gravity of each test specimen shall be
measured by the COTR in accordance with ASTM D 2726 using the
procedure for laboratory-prepared thoroughly dry specimens, or ASTM D
1188, whichever is applicable, for use in computing air voids and pavement
density.
For air voids determination, the theoretical maximum specific gravity of the
mixture shall be measured for each sublot in accordance with ASTM D
2041, Type C, D or E container. Samples shall be taken on a random basis
in accordance with ASTM D 3665. The value used in the voids computation
for each sublot shall be the average of the two maximum specific gravity
measurements for the sublot.
The stability, flow, and air voids for each sublot shall be computed by
averaging the results of the three test specimens representing that sublot.
VMA and Film Thickness requirements shall be calculated from the actual
asphalt content and gradation, extracted from the mixed product as
determined in paragraphs 401-6.3A and 401-6.3B.
c.
Acceptance. Acceptance of plant produced material for stability, flow, and
air voids shall be determined by the COTR in accordance with the
requirements of section 401-5.2A.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-19
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
2.
3.
DA1103
December 2, 2011
Field Placed Material. Material placed in the field shall be tested for mat and joint
density on a lot basis.
a.
Mat Density. The lot size shall be the same as that indicated in paragraph
401-5.1.1 and shall be divided into four equal sublots. One core of finished,
compacted materials shall be taken by the Contractor from each sublot. Core
locations will be determined by the COTR on a random basis in accordance
with procedures contained in ASTM D 3665. Cores shall not be taken closer
than one foot from a transverse or longitudinal joint.
b.
Joint Density. The lot size shall be the total length of longitudinal joints
constructed by a lot of material as defined in paragraph 401-5.1.1. The lot
shall be divided into four equal sublots. One core of finished, compacted
materials shall be taken by the Contractor from each sublot. When a joint is
formed between two adjacent lots in the longitudinal direction, the density
along this joint shall be included in the most current lot placement. Core
locations will be determined by the COTR on a random basis in accordance
with procedures contained in ASTM D 3665. All coring shall be centered
on the joint. The minimum core diameter for joint density determination
shall be 6 inches.
c.
Sampling. 6" samples shall be neatly cut with a core drill. The cutting edge
of the core drill bit shall be of hardened steel or other suitable material with
diamond chips embedded in the metal cutting edge. Samples that are clearly
defective, as a result of sampling, shall be discarded and another sample
taken. The Contractor shall furnish all tools, labor, and materials for cutting
samples and filling the cored pavement. Cored pavement shall be cleaned
and core holes shall be filled in a manner acceptable to the COTR and within
one day after sampling. A log of cores shall be kept by the contractor.
d.
Testing. The bulk specific gravity of each cored sample will be measured by
the COTR in accordance with ASTM D 2726 or ASTM D 1188, whichever
is applicable. The percent compaction (density) of each sample will be
determined by dividing the bulk specific gravity of each sublot sample by the
average bulk specific gravity of all laboratory prepared specimens for the lot,
as determined in paragraph 401-5.1.1b. The bulk specific gravity used to
determine the joint density at a joint formed between different lots shall be
the lowest of the average bulk specific gravity values from the two different
lots.
e.
Acceptance. Acceptance of field placed material for mat density will be
determined by the COTR in accordance with the requirements of section
401-5.2A. Acceptance for joint density will be determined in accordance
with the requirements of section 401-5.2A.
Partial Lots – Plant-Produced Material. When operational conditions cause a lot to
be terminated before the specified number of tests have been made for the lot, or
when the Contractor and COTR agree in writing to allow overages or other minor
tonnage placements to be considered as partial lots, the following procedure will be
PLANT MIX BITUMINOUS PAVEMENTS
P-401-20
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
used to adjust the lot size and the number of tests for the lot.
The last batch produced where production is unexpectedly halted will be sampled
and its properties shall be considered as representative of the particular sublot from
which it was taken. Where three sublots are produced, they shall constitute a lot.
Where one or two sublots are produced, they shall be incorporated into the next lot
and the total number of sublots shall be used in the acceptance plan calculation, i.e.,
n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the
project shall be included with the previous lot.
4.
401-5.2
Partial Lots - Field Placed Material. The lot size for field placed material shall
correspond to that of the plant material, except that in no case shall less than (3)
cored samples be obtained, i.e., n = 3.
ACCEPTANCE CRITERIA.
A.
General. Acceptance will be based on the following characteristics of the bituminous mixture
and completed pavement as well as the implementation of the Contractor's Quality Control
plan and test results:
(1) Stability
(2) Flow
(3) Air voids
(4) Mat density
(5) Joint density
(6) Thickness
(7)
(8)
(9)
(10)
Smoothness
Grade
VMA
Film Thickness
Stability, flow, air voids, mat density, and joint density will be evaluated for acceptance on a
lot basis using the method of estimating percentage of material within specification limits
(PWL). Acceptance using PWL considers the variability (standard deviation) of the material
and the testing procedures, as well as the average (mean) value of the test results to calculate
the percentage of material that is above the lower specification tolerance limit (L) or below
the upper specification tolerance limit (U).
Thickness will be evaluated by the COTR for compliance in accordance with paragraph
401-5.2.A.4. Acceptance for smoothness will be based on the criteria contained in paragraph
401-5.2.A.5. Acceptance for grade will be based on the criteria contained in paragraph
401-5.2.A.6. Acceptance for VMA and Film Thickness shall be in accordance with
paragraphs 401-5.2.A.7. and 401-5.2.A.8., respectively.
The COTR may at any time, not withstanding previous plant acceptance, reject and require
the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use
due to contamination, segregation, incomplete coating of aggregate, or improper mix
temperature. Such rejection may be based on only visual inspection or temperature
measurements. In the event of such rejection, the Contractor may take a representative
sample of the rejected material in the presence of the COTR, and, if it can be demonstrated in
the laboratory, in the presence of the COTR, that such material was erroneously rejected,
payment will be made for the material at the contract unit price.
Stability, Flow, and Air Voids. Evaluation for acceptance of each lot of plant-produced
material for stability, flow, and air voids shall be based on PWL. The Contractor shall target
PLANT MIX BITUMINOUS PAVEMENTS
P-401-21
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
production quality to achieve 90 PWL or higher. Mat Density. Evaluation for acceptance of
each lot of in-place pavement for mat density shall be based on PWL. The Contractor shall
target production quality to achieve 90 PWL or higher.
Joint Density. Evaluation for acceptance of each lot of in-place pavement for joint density
shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or
higher.
Percentage of Material within Specification Limits (PWL). The percentage of material within
specification limits (PWL) shall be determined in accordance with procedures specified in
Sections 401-5.4 and 5.5. The specification tolerance limits (L) and (U) are contained in
Table 6.
Acceptance Criteria.
1.
Mat Density and Air Voids. Acceptance of each lot of plant produced material for
mat density and air voids shall be based on the percentage of material within
specification limits (PWL). If the PWL of the lot equals or exceeds 90 percent,
the lot shall be acceptable. Acceptance and payment shall be determined in
accordance with paragraph 401-8.1.
2.
Stability and Flow. Acceptance of each lot of plant produced material for stability
and flow shall be based on the percentage of material within specification limits
(PWL).
If the PWL of the lot equals or exceeds 90 percent, the lot shall be
acceptable. If the PWL is less than 90 percent, the Contractor shall determine the
reason and take corrective action. If the PWL is below 80 percent, the Contractor
must stop production and make adjustments to the mix.
3.
Joint Density. Acceptance of each lot of plant produced material for joint density
shall be based on the percentage of material within specification limits (PWL).
If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If
the PWL is less than 90 percent, the Contractor shall evaluate the method of
compacting joints. If the PWL is below 80 percent, the Contractor shall stop
production until the reason for poor compaction can be determined. IF THE
PWL IS LESS THAN 71 PERCENT, THE PAY FACTOR FOR THE LOT
USED TO COMPLETE THE JOINT SHALL BE REDUCED BY 5
PERCENTAGE POINTS. This lot pay factor reduction shall be incorporated and
evaluated in accordance with paragraph 401-8.1.
4.
Thickness. Thickness shall be evaluated for compliance by the COTR to the
requirements shown on the plans. Measurements of thickness shall be made by the
COTR using the cores extracted for each sublot for density measurement. The
maximum allowable deficiency at any point shall not be more than ¼ inch less than
the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall
not be less than the indicated thickness. Where the thickness tolerances are not met,
the lot or sublot shall be corrected by the Contractor at his expense by removing the
deficient area and replacing with new pavement. The Contractor, at his expense, may
take additional cores as approved by the COTR to circumscribe the deficient area.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-22
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
5.
Smoothness. The final surface shall be free from roller marks. The finished
surfaces for each course of the pavement except the finished surface of the final
course, shall not vary more than 3/8 inch when evaluated with a 16 foot
straightedge. The finished surface of the final course of pavement shall not vary
more than 1/4 (0.25) inch. Each lot shall be evaluated with a 16-foot straightedge.
The lot size shall be 2000 square yards. Smoothness measurements shall be made
at 50 foot intervals and as determined by the COTR. In the transverse direction,
smoothness readings shall be made continuously across the full width of the
pavement. However, transverse smoothness readings shall not be made across
designed grade changes. At warped transition areas, straightedge position shall be
adjusted to measure surface smoothness and not design grade transitions. When
more than 15 percent of all measurements within a lot exceed the specified
tolerance, the Contractor shall remove the deficient area to the depth of the final
course of pavement and replace with new material. Skin patching shall not be
permitted. Isolated high points may be ground off providing the course thickness
complies with the thickness specified on the plans. High point grinding will be
limited to 15 square yards. Areas in excess of 15 square yards will require
removal and replacement of the pavement in accordance with the limitations noted
above.
6.
Grade. The finished surface and cross section of the pavement shall not vary from
the gradeline elevations and cross sections shown on the plans by more than 1/2
(0.5) inch. The finished grade of each lot will be determined by running levels at
intervals of 50 feet or less longitudinally and transversely to determine the
elevation of the completed pavement. The Contractor shall pay the cost of
surveying of the level runs that shall be performed by a licensed surveyor. The
documentation, stamped and signed by a licensed surveyor, shall be provided by
the Contractor to the COTR. The lot size shall be 2000 square yards. When more
than 15 percent of all the measurements within a lot are outside the specified
tolerance, the Contractor shall remove the deficient area to the depth of the final
pavement course and replace with new material. Skin patching for correcting low
areas shall not be permitted. Isolated high points may be ground off providing the
course thickness complies with the thickness specified on the plans. The surface
of the ground pavement shall have a texture consisting of grooves between 0.090
and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch
higher than the bottom of the grooves. The pavement shall be left in a clean
condition. The removal of all of the slurry resulting form the grinding operation
shall be continuous The grinding operation should be controlled so the residue
from the operation does not flow across other lanes of pavement. High point
grinding will be limited to 15 square yards. Areas in excess of 15 square yards
will require removal and replacement of the pavement in accordance with the
limitations noted above.
7.
Voids in Mineral Aggregate (VMA). The COTR will evaluate VMA for substantial
compliance to the minimum VMA requirements contained in Table 3 on a lot basis.
During production, a tolerance of -0.5 percent shall be applied to the minimum VMA
required for mix design as contained in Table 3. The COTR shall evaluate VMA for
compliance to Table 3 using this criterion. If the VMA is below the minimum on a
PLANT MIX BITUMINOUS PAVEMENTS
P-401-23
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
consistent basis (three consecutive tests), the contractor shall stop paving until the
production of the contractor can demonstrate that the production of the material can
be maintained at the minimum VMA requirement. The COTR may require the JMF
to be redesigned at the Contractor’s sole expense, without increasing contract time.
Unless otherwise proven to be acceptable, the material which does not meet the
required standard and placed in the taxiway shall be removed at the contractor’s
expense.
8.
Film Thickness. The COTR will evaluate the Film Thickness for substantial
compliance to the minimum requirements contained in Table 2 on a lot basis. During
production, computational methods described in the NCAT Report 98-1 shall be
applied to the results obtained from the extracted asphalt content and aggregate
gradations obtained from paragraphs 401-6.3A and 401-6.3B
9.
Outliers. All individual tests for mat density and air voids shall be checked for
outliers (test criterion) 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.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-24
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE 6. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY
Test Property
Number of Blows
75
Specification
Tolerance
L
U
Stability, minimum
pounds
1800
-
Flow, 0.01-inch
8
16
Air voids total mix
(percent)
2.0
5.0
Density, percent
96.3
-
Joint density
(percent)
93.3
-
The criteria in Table 5 is based on production processes which have a variability with the following
standard deviations:
Surface Course Mat Density (%), 1.30
Base Course Mat Density (%), 1.55
Joint Density (%), 2.1
The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface
course with an average mat density of at least 98 percent with 1.30% or less variability, (2) 90
PWL is achieved when consistently producing a base course with an average mat density of at
least 97.5 percent with 1.55% or less variability, and (3) 90 PWL is achieved when consistently
producing joints with an average joint density of at least 96 percent with 2.1% or less variability.
401-5.3
RESAMPLING PAVEMENT.
A.
B.
General. Resampling of a lot of pavement for only mat density will be allowed if the
Contractor requests, in writing, within 48 hours after receiving the written test results from the
COTR. A retest will consist of all the sampling and testing procedures contained in
paragraphs 401-5.1B and 401-5.2C. Only one resampling per lot will be permitted.
1.
A redefined PWL shall be calculated for the resampled lot. The number of tests used
to calculate the redefined PWL shall include the initial tests made for that lot plus the
retests.
2.
The cost for resampling and retesting shall be borne by the Contractor.
Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to
PLANT MIX BITUMINOUS PAVEMENTS
P-401-25
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
calculate the payment for that lot in accordance with Table 7.
C.
401-5.4
Outliers. If the tests within a lot include a very large or a very small value which appears to
be outside the normal limits of variation, check for an outlier in accordance with ASTM E
178, at a significance level of 5 percent, to determine if this value should be discarded when
computing the PWL.
METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION
LIMITS (PWL)
A.
401-5.5
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 3.
METHOD FOR COMPUTING PWL
The computational sequence for computing the PWL is as follows:
A.
Divide the lot into n sublots in accordance with the acceptance requirements of the
specification.
B.
Locate the sampling position within the sublot in accordance with the random sampling
requirements of the specification.
C.
Make a measurement at each location, or take a test portion and make the measurement on the
test portion in accordance with the testing requirements of the specification.
D.
Average all sublot values within the lot to find X by using the following formula:
X = (x1 + x2 + x3 + . . .xn) / n
Where:
X
= Average of all sublot values within a lot
x1, x2 = Individual sublot values
n
E.
= Number of sublots
Find the standard deviation Sn by use of the following formula:
Sn = [(d12 + d22 + d32 + . . .dn2) / (n-1)]1/2
PLANT MIX BITUMINOUS PAVEMENTS
P-401-26
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
F.
= number of sublots
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 7 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 7 separately with QL and QU, using the column appropriate to the
total number (n) of measurements, and determining the percent of material above PL and
percent of material below PU for each tolerance limit. If the values of QL fall between values
shown on the table, use the next higher value of PL or PU. Determine the PWL by use of the
following formula:
PWL = (PU + PL) - 100
Where:
PL
= percent within lower specification limit
PU = percent within upper specification limit
PLANT MIX BITUMINOUS PAVEMENTS
P-401-27
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
EXAMPLE OF PWL CALCULATION
Project: Example Project
Test Item: Section P-401, Lot 1.
1. PWL Determination for Mat Density.
a. Density of four random cores taken from Lot 1:
A-1 96.60
A-2 97.55
A-3 99.30
A-4 98.35
n
=
4
b. Calculate average density for the lot.
X =
X =
X =
(x1 + x2 + x3 + . . xn) / n
(96.60 + 97.55 + 99.30 + 98.35) / 4
97.95 percent density
c. Calculate the standard deviation for the lot.
Sn =
[((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30 -97.95)2 + (98.35 -97.95)2))
/ (4 - 1)]1/2
Sn =
[(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn =
1.15
d. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL =
QL =
QL =
(X -L) / Sn
(97.95 - 96.30) / 1.15
1.4384
e. Determine PWL by entering Table 7 with QL= 1.44 and n= 4.
PWL
=
98
2. PWL Determination for Air Voids.
a. Air Voids of four random samples taken from Lot 1:
A-1
A-2
A-3
A-4
5.00
3.74
2.30
3.25
PLANT MIX BITUMINOUS PAVEMENTS
P-401-28
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
b. 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
c. 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 =
Sn =
[(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2
1.12
d. Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL =
QL =
QL =
(X - L) Sn
(3.57 - 2.00) / 1.12
1.3992
e. Determine PL by entering Table 7 with QL = 1.40 and n = 4.
PL =
f.
97
Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU =
QU =
QU =
(U - X) / Sn
(5.00 - 3.57) / 1.12
1.2702
g. Determine PU by entering Table 7 with QU = 1.27 and n = 4.
PU =
93
h. Calculate Air Voids PWL
PWL
PWL
=
=
(PL + PU) - 100
(97 + 93) - 100 = 90
PLANT MIX BITUMINOUS PAVEMENTS
P-401-29
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE 7. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Percent Within
Limits
Positive Values of Q (QL and QU)
(PL and PU)
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
PLANT MIX BITUMINOUS PAVEMENTS
P-401-30
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Percent Within
Limits
Positive Values of Q (QL and QU)
(PL and PU)
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
PLANT MIX BITUMINOUS PAVEMENTS
P-401-31
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE 7. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Percent Within
Limits
Negative Values of Q (QL and QU)
(PL and PU)
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
PLANT MIX BITUMINOUS PAVEMENTS
P-401-32
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
Percent Within
Limits
DA1103
December 2, 2011
Negative Values of Q (QL and QU)
(PL and PU)
23
n=3
-0.8662
n=4
-0.8100
n=5
-0.7846
n=6
-0.7716
n=7
-0.7640
n=8
-0.7590
22
-0.8897
-0.8400
-0.8160
-0.8036
-0.7962
-0.7915
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
CONTRACTOR QUALITY CONTROL
401-6.1
GENERAL
The Contractor shall develop a Quality Control Program in accordance with Division 20
“Quality Requirements” of the General Provisions. The program shall address all elements
which affect the quality of the pavement including, but not limited to:
PLANT MIX BITUMINOUS PAVEMENTS
P-401-33
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
DA1103
December 2, 2011
Mix Design
Aggregate Grading
Quality of Materials
Stockpile Management
Proportioning
Mixing and Transportation
Placing and Finishing
Joints
Compaction
Surface Smoothness
The Contractor shall perform quality control sampling, testing, and inspection during all
phases of the work and shall perform them at a rate sufficient to ensure that the work
conforms to the contract requirements, and at minimum test frequencies required by
paragraph 401-6.3 and Division 20 of the General Provisions. As a part of the process for
approving the Contractor’s plan, the COTR may require the Contractor’s technician to
perform testing of samples to demonstrate an acceptable level of performance.
No partial payment will be made for materials that are subject to specific quality control
requirements without an approved plan.
401-6.2
TESTING LABORATORY
The Contractor shall provide a fully equipped asphalt laboratory located at the plant or job
site. It shall be available for exclusive use by the COTR for quality control testing and
acceptance testing and must have adequate equipment for the performance of the tests
required by these specifications.
401-6.3
QUALITY CONTROL TESTING
The Contractor shall perform all quality control tests necessary to control the production and
construction processes applicable to these specifications and as set forth in the Quality
Control Program. The testing program shall include, but not necessarily limited to, tests for
the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field
compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as
part of the Quality Control Program.
A.
Asphalt Content. A minimum of two extraction tests shall be performed per lot in accordance
with ASTM D 6307 or ASTM D 2172 for determination of asphalt content. Sampling of
these tests shall be done in accordance with the sublot sampling developed for acceptance in
paragraph 401-5.1(1). Additional samples may be taken by the contractor at any time. The
weight of ash portion of the extraction test, as described in ASTM D 2172, shall be
determined as part of the first extraction test performed at the beginning of plant production;
and as part of every tenth extraction test performed thereafter, for the duration of plant
production. The last weight of ash value obtained shall be used in the calculation of the
asphalt content for the mixture. The asphalt content for the lot will be determined by
averaging the test results.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-34
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
The appropriate Virginia Test Method may be used in lieu of ASTM D 6307. The calibration
testing of the mix design for the Ignition Furnace shall be accomplished as noted in the test
method used and will be submitted prior to the production with the proposed mix designs.
B.
Gradation. Aggregate gradations shall be determined a minimum of twice per lot from
mechanical analysis of extracted aggregate in accordance with AASHTO T 30 and ASTM C
136 and ASTM C 117. Samples for these tests shall be in accordance with paragraph 4016.3A.
C.
Moisture Content of Aggregate. The moisture content of aggregate used for production shall
be determined a minimum of once per lot in accordance with ASTM C 566.
D.
Moisture Content of Mixture. The moisture content of the mixture shall be determined once
per lot in accordance with ASTM D 1461.
E.
Temperatures. Temperatures shall be checked, at least four times per lot, at necessary
locations to determine the temperatures of the dryer, the bitumen in the storage tank, the
mixture at the plant, and the mixture at the job site.
F.
In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure
that the specified density is being achieved. A nuclear gauge may be used to monitor the
pavement density in accordance with ASTM D 2950.
G.
Additional Testing. Any additional testing that the Contractor deems necessary to control the
process may be performed at the Contractor's option.
H.
Monitoring. The COTR reserves the right to monitor any or all of the above testing.
401-6.4
SAMPLING
When directed by the COTR, the Contractor shall sample and test any material which appears
inconsistent with similar material being sampled, unless such material is voluntarily removed
and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance
with standard procedures specified.
401-6.5
CONTROL CHARTS
The Contractor shall maintain linear control charts both for individual measurements and
range, i.e., difference between highest and lowest measurements, for aggregate gradation and
asphalt content. Control charts shall be posted in a location satisfactory to the COTR and shall
be kept current. 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
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 problem and the Contractor is not taking satisfactory corrective action, the COTR
may suspend production or acceptance of the material.
A.
Individual Measurements. Control charts for individual measurements shall be established to
PLANT MIX BITUMINOUS PAVEMENTS
P-401-35
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
maintain process control within tolerance for aggregate gradation and asphalt content. The
control charts shall use the job mix formula target values as indicators of central tendency for
the following test parameters with associated Action and Suspension Limits:
CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS
B.
Sieve
Action Limit
Suspension Limits
1 inch
±6%
±11%
3/4 inch
±6%
±11%
1/2 inch
±6%
±9%
3/8 inch
±6%
±9%
No. 4
±6%
±9%
No. 16
±5%
±7.5%
No. 50
±3%
±4.5%
No. 200
±2%
±3%
Asphalt Content
±0.45%
±0.70%
Range Control. Control charts for range shall be established to control process variability for
the test parameters and Suspension Limits listed below. The range shall be computed for each
lot as the difference between the two test results for each control parameter. The Suspension
Limits specified below are based on a sample size of n = 2. Should the Contractor elect to
perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying
the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-36
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
CONTROL CHART LIMITS BASED ON RANGE
(Based on n = 2)
C.
Sieve
Suspension Limit
I inch
11 percent
3/4inch
11 percent
1/2 inch
11 percent
3/8 inch
11 percent
No. 4
11 percent
No. 16
9 percent
No. 50
6 percent
No. 200
3.5 percent
Asphalt Content
0.8 percent
Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be
taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules
to gauge when a process is out of control and detail what action will be taken to bring the
process into control. As a minimum, a process shall be deemed out of control and production
stopped and corrective action taken, if:
1.
2.
One point falls outside the Suspension Limit line for individual measurements or
range; or
Two points in a row fall outside the Action Limit line for individual measurements.
All changes made to correct the process shall be reported to the COTR within 24 hours of the
change(s).
401-6.6
QUALITY CONTROL REPORTS.
The Contractor shall maintain records and shall submit reports of quality control activities
daily, in accordance with the Contractor Quality Control Program described in Division 20
of the General Provisions, .
METHOD OF MEASUREMENT
401-7.1
MEASUREMENT
Plant mix bituminous concrete pavement shall be measured by the number of tons of
bituminous mixture used in the accepted work. Recorded batch weights or truck scale
weights will be used to determine the basis for the tonnage.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-37
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
BASIS OF PAYMENT
401-8.1
PAYMENT
Payment for an accepted lot of bituminous concrete pavement shall be made at the contract
unit price per ton for bituminous mixture adjusted according to paragraph 401-8.1a, subject to
the limitation that:
The total project payment for plant mix bituminous concrete pavement shall not exceed 100
percent of the product of the contract unit price and the total number of tons of bituminous
mixture used in the accepted work (See Note 2 under Table 7).
Payment for accepted saw-cut grooving shall be made at the contract unit price per square
yard.
Payment for an approved test section for each mix design placed at a location to be
determined by the COTR shall be made at the contract unit price per each. It is anticipated
that one surface course mix design will be required for the paving. In addition, one base
course mix design is anticipated for the partial depth areas. Alternate mix design test sections
requested by the contractor will not be paid for and all costs associated with the approval of
the alternate designs will be borne by the contractor.
The price shall be compensation for furnishing all materials, for all preparation, mixing, and
placing of these materials, and for all labor, equipment, tools, and incidentals necessary to
complete the item.
A.
Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in
accordance with Table 8. A pay factor shall be calculated for both mat density and air voids.
The lot pay factor shall be the higher of the two values when calculations for both mat density
and air voids are 100 percent or higher, with the exception where a lot PWL for the joint
density is less than 71 percent. In such cases the lot pay factor shall be reduced to 95 percent.
The lot pay factor shall be the product of the two values when only one of the calculations for
either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower
of the two values when calculations for both mat density and air voids are less than 100
percent. In these two situations, if a lot PWL for the joint density is less than 71 percent, then
the pay factor shall be further reduced by 5 percent and shall be no higher than 95 percent for
the lot.
PLANT MIX BITUMINOUS PAVEMENTS
P-401-38
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
TABLE 8. PRICE ADJUSTMENT SCHEDULE1
Percentage of Material Within
Limit (PWL)
Percent of Contract Unit Price
to be Paid
90-100
80-90
65-80
Below 65
100
0.5 PWL + 55.0
2.0 PWL - 65.0
2
1
ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR
OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT ABOVE 100 PERCENT
SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION
SPECIFIED IN PARAGRAPH 401-8.1.
2
The lot shall be removed and replaced.
B.
C.
Payment. Payment will be made under:
Item P-401-8.1 Bituminous Pavement Base Course (PG 64-22) - per ton.
Item P-401-8.2 Bituminous Pavement Surface Course (PG 76-22) - per ton.
Item P-401-8.3 Mix Design Test Section – per each
TESTING REQUIREMENTS
ASTM C 29
Unit Weight of Aggregate
ASTM C 88
Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate
ASTM C 117
Test Method for Materials Finer than No.200 Sieve in Mineral Aggregates by
Washing
ASTM C 127
Test Method for Specific Gravity and Absorption of Coarse Aggregate
ASTM C 128
Test Method for Specific Gravity and Absorption of Fine Aggregate
ASTM C 131
Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles
Machine
ASTM C 136
Sieve or Screen Analysis of Fine and Coarse Aggregates
ASTM C 183
Sampling Hydraulic Cement
ASTM C 566
Total Moisture Content of Aggregate by Drying
PLANT MIX BITUMINOUS PAVEMENTS
P-401-39
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ASTM D 75
Sampling Aggregates
ASTM D 979
Sampling Bituminous Paving Mixtures
ASTM D 995
Requirements for Mixing Plants for Hot-Mixed Hot-Laid Bituminous Paving
Mixtures
ASTM D 1073
Fine Aggregate for Bituminous Paving Mixtures
ASTM D 1461
Moisture or Volatile Distillates in Bituminous Paving Mixtures
ASTM D 2041
Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures
ASTM D 2172
Quantitative Extraction of Bitumen from Bituminous Paving Mixtures
ASTM D 2419
Sand Equivalent Value of Soils and Fine Aggregate
ASTM D 2489
Degree of Particle Coating of Bituminous-Aggregate Mixtures
ASTM D 2726
Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated
Surface-Dry Specimens
ASTM D 3203
Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures
ASTM D 2950
Density of Bituminous Concrete in Place by Nuclear Method
ASTM D 3666
Inspection and Testing Agencies for Bituminous Paving Materials
ASTM D 4318
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
ASTM D 4791
Flat or Elongated Particles in Coarse Aggregate
ASTM D 4867
Effect of Moisture on Asphalt Concrete Paving Mixtures
ASTM D 5444
Mechanical Size Analysis of Extracted Aggregate
ASTM D 6307
Asphalt Content of Hot Mix Asphalt by Ignition Method
ASTM D 6926
Preparation of Bituminous Specimens using Marshall Apparatus
ASTM D 6927
Marshall Stability and Flow of Bituminous Mixtures
ASTM E 178
Practice for Dealing With Outlying Observations
ASTM E 1274
Measuring Pavement Roughness Using a Profilograph
AASHTO T 30
Mechanical Analysis of Extracted Aggregate
The Asphalt Institute's Mix Design Methods for Asphalt Concrete
PLANT MIX BITUMINOUS PAVEMENTS
P-401-40
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Manual No. 2 (MS-2)
The Asphalt Institute's Hot-Mix Recycling
Manual No. 20 (MS-20)
Eastern Region Laboratory
Procedures Manual (ERLPM)
MATERIAL REQUIREMENTS
ASTM D 242
Mineral Filler for Bituminous Paving Mixtures
ASTM D 946
Asphalt Cement for Use in Pavement Construction
AASHTO M320
Performance Graded Asphalt Binder
ASTM D 4552
Classifying Hot-Mix Recycling Agents
END OF ITEM P-401
PLANT MIX BITUMINOUS PAVEMENTS
P-401-41
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ITEM P-603 – BITUMINOUS TACK COAT
DESCRIPTION
603-1.1
This item shall consist of preparing and treating a bituminous or concrete surface with
bituminous material in accordance with these specifications and in reasonably close
conformity to the lines shown on the plans.
603-1.2
SUBMITTALS
Furnish shop drawings, manufacturers’ data, test reports and materials certifications for
all materials required in the referenced section, including:
a. Bituminous Tack Coat
b. Vendor’s Certified Test Reports
c. Freight and Weigh Bills
MATERIALS
603-2.1
BITUMINOUS MATERIALS
The bituminous material shall be an emulsified asphalt and shall conform to the
requirements of Table 1. The type, grade, controlling specification, and application
temperature of bituminous material to be used shall be specified by the COTR.
TABLE 1 – BITUMINOUS MATERIAL
Type and Grade
Emulsifield Asphalt
SS-1, SS-1h
CSS-1, CSS-1h
Specification
Application Temperature Deg. F
ASTM D 977
ASTM D 2397
75-130
75-130
CONSTRUCTION METHODS
603-3.1
WEATHER LIMITATIONS
The tack coat shall be applied only when the existing surface is dry and the atmospheric
temperature is above 60°F. The temperature requirements may be waived, but only when
so directed by the COTR.
603-3.2
EQUIPMENT
The Contractor shall provide equipment for heating and applying the bituminous
material.
The distributor shall be designed, equipped, maintained, and operated so that bituminous
material at even heat may be applied uniformly on variable widths of surface at the
specified rate. The allowable variation from the specified rate shall not exceed 10
BITUMINOUS TACK COAT
P-603-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
percent. Distributor equipment shall include a tachometer, pressure gauges, volumemeasuring devices or a calibrated tank, and a thermometer for measuring temperatures of
tank contents. The distributor shall be self-powered and shall be equipped with a power
unit for the pump and full circulation spray bars adjustable laterally and vertically.
If the distributor is not equipped with an operable quick shut off valve, the tack
operations shall be started and stopped on building paper.
A power broom and/or blower shall be provided for any required cleaning of the surface
to be treated.
603-3.3
APPLICATION OF BITUMINOUS MATERIAL
Immediately before applying the tack coat, the full width of surface to be treated shall be
swept with a power broom and/or air blast to remove all loose dirt and other
objectionable material.
The bituminous material including vehicle or solvent shall be uniformly applied with a
bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard, depending on
the condition of the existing surface. The type of bituminous material and application
rate shall be approved by the COTR prior to application.
Following the application, the surface shall be allowed to cure without being disturbed
for such period of time as may be necessary to permit drying out and setting of the tack
coat. This period shall be determined by the COTR. The surface shall then be
maintained by the Contractor until the next course has been placed. Suitable precautions
shall be taken by the Contractor to protect the surface against damage during this interval.
603-3.4
BITUMINOUS MATERIAL – CONTRACTOR’S RESPONSIBILITY
Samples of the bituminous material that the Contractor proposes to use together with a
statement as to its source and character must be submitted and approved before use of
such material begins. The Contractor shall require the manufacturer or producer of the
bituminous material to furnish material subject to this and all other pertinent requirements
of the contract. Only satisfactory materials so demonstrated by service tests shall be
acceptable.
The Contractor shall furnish the vendor’s certified test reports for each carload, or
equivalent of bituminous material shipped to the project. The report shall be delivered to
the COTR before permission is granted for use of the material. The furnishing of the
vendor’s certified test report for the bituminous material shall not be interpreted as a basis
for final acceptance. All such test reports shall be subject to verification by testing
samples of material received for use on the project.
BITUMINOUS TACK COAT
P-603-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
603-3.5
DA1103
December 2, 2011
FREIGHT AND WEIGH BILLS
The Contractor shall file with the COTR certified weigh bills of the bituminous materials
actually used in the construction covered by the contract. The Contractor shall not
remove bituminous material from the tank car or storage tank until the initial outage and
temperature measurements have been taken by the COTR, nor shall the car or tank be
released until the final outage has been taken by the COTR. Copies of freight bills and
weigh bills shall be furnished to the COTR during the progress of the work.
METHOD OF MEASUREMENT
603-4.1
The bituminous material for tack coat shall be measured by the gallon. Volume shall be
corrected to the volume at 60°F (15°C) in accordance with Table IV-3 of the Asphalt
Institute’s Manual MS-6 for emulsified asphalt.
BASIS OF PAYMENT
603-5.1
Payment shall be made at the contract unit price per gallon of bituminous material. This
price shall be full compensation for furnishing all materials, for all preparation, delivery,
and application of these materials, and for all labor, equipment, tools and incidentals to
complete the item.
Payment will be made under:
Item P-603-5.1 – Tack Coat
per gallon
MATERIAL REQUIREMENTS
ASTM D 977
Emulsified Asphalt
ASTM D 2397
Cationic Emulsified Asphalt
Asphalt Institute
Manual MS-6
Table IV-3
Temperature-Volume Corrections for Emulsified Asphalts
END ITEM P-603
BITUMINOUS TACK COAT
P-603-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
605-2.2
A.
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.
B.
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
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 50 degrees F at the time of installation of the poured joint sealing
material.
605-3.2
PREPARATION OF JOINTS
A.
Sawing. All joints shall be sawed in accordance with the specifications and plan
details. Immediately after sawing the joint, the resulting slurry shall be completely
removed from the pavement using vacuum sweepers, brooms or other methods before
JOINT SEALING FILLER
P-605-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
the slurry is allowed to dry.
B.
605-3.3
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:
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 non-adhesive 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.
JOINT SEALING FILLER
P-605-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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 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
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I.
620-2.3
TEMPORARY PAVEMENT MARKING (PAINT)
Temporary pavement marking shall meet all the requirements for permanent paint as
specified with the exception of reflective media. Temporary marking shall use Federal
Specification TT-B-1325, Type I Gradation A Glass Beads only.
620-2.4
REFLECTIVE MEDIA
Glass spheres shall meet the requirements of Federal Specification TT-B-1325, Type III
Glass Beads. 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.
620-3.2
EQUIPMENT
All equipment for the work shall be approved by the COTR and shall include the
apparatus necessary to properly clean the existing surface, a mechanical marking
PAVEMENT MARKING
P-620-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
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.
Paint shall be applied to remark any existing pavement markings within 25 feet of repair
areas that have been removed, obscured, or disturbed during the repair work. Paint shall
not be applied until the layout and condition of the surface has 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:
Paint for temporary markings shall be applied at one-half the application rate of
permanent marking.
PAVEMENT MARKING
P-620-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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)
Tolerance
+/- ½ inch (12 mm)
+/- 1 inch (25 mm)
+/- 2 inches (51 mm)
+/- 3 inches (76 mm)
The paint shall be mixed in accordance with the manufacturer's instructions and applied
to the pavement with a marking machine at the rates shown in Table 1. The addition of
thinner will not be permitted. A period of 30 days shall elapse between placement of a
bituminous surface course or seal coat and application of the paint.
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.
Waterborne
115 ft2/gal.
maximum
5 lb./gal. minimum
Glass Beads,
Type III
Pounds per
gallon of paintlb./gal.
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
An outline border of non-reflectorized black paint is required around all permanent
pavement markings at the locations shown in the plans.
PAVEMENT MARKING
P-620-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
620-3.7
DA1103
December 2, 2011
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
Temporary paint shall be applied using a 50% application rate that applied to permanent
markings.
620-3.9
TEMPORARY PAINT REMOVAL
Temporary paint shall be removed in accordance with Section P-101.
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. The quantity of Temporary
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.
BASIS OF PAYMENT
620-5.1
Payment for permanent pavement marking shall be made at the contract unit price per
square foot for pavement marking. This price shall be full compensation for furnishing
all materials, including glass spheres and for all labor, equipment, tools, and incidentals
necessary to complete the item.
Payment for Temporary Pavement Marking shall be made at the contract unit price per
square foot for Temporary Pavement Marking. This price shall be full compensation for
furnishing all materials including glass spheres and including removal of the temporary
marking 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
Item P-620-5.2 - Temporary Pavement Marking
PAVEMENT MARKING
per square foot
per square foot
P-620-4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
MATERIAL REQUIREMENTS
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-620-5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
ITEM L-125 - INSTALLATION OF AIRPORT LIGHTING SYSTEM
DESCRIPTION
125-1.1
This item shall include the installation of airfield lighting furnished and installed in
accordance with this specification, the referenced specifications, the applicable Federal
Aviation Administration (FAA) Advisory Circular, and the details shown on the Drawings
and as required for temporary electrical work. Included is temporary electrical work, with all
incidentals necessary to install the airfield lighting in operating condition, including testing,
to the satisfaction of the COTR.
All materials and equipment for installation shall be furnished by the Contractor, with the
exception of existing items to be reused, as required by drawings or specifications.
This item does not include the installation of underground cable or underground electrical
duct other than to the extent these are required for temporary electrical work. Should any
components of the airfield lighting system require replacement or work to return the system
to its original operating condition, prior to ordering any materials, Contractor shall submit cut
sheets for proposed materials, a method of installation and installer qualifications to COTR
for approval.
SUBMITTALS
125-2.1
GENERAL
Before any electrical materials are ordered, the Contractor shall furnish the COTR a list of the
materials and equipment to be incorporated in the work. This list shall include the name of
each item, the Federal Aviation Administration specification number, the manufacturer's
name, the manufacturer's catalog number, and the size, type and/or rating of each item,
catalog cuts, test data, outline drawings, nameplate drawings, wiring diagrams, and schematic
diagrams.
After the list has been approved by the COTR and prior to installation, the Contractor shall
assemble the equipment and materials at a single location, on-site, and request inspection by
the COTR. None of the equipment or materials, other than duct or conduit, may be used on
the job until such an inspection has been completed.
In the case that more than one manufacturer is proposed for a single item, the COTR will
select the specific item he feels best fulfills the requirements of the specification, and it shall
be the responsibility of the Contractor to furnish that item and none other.
All test results from required tests shall be submitted to the COTR for review and approval.
For those items furnished by the airport for contractor installation, contractor shall verify item
characteristics and condition as consistent with the requirements of the contract documents.
125-2.2
APPROVAL
Airport lighting equipment and materials covered by FAA specifications shall have prior
approval of the Federal Aviation Administration, Airport Service, Washington, DC 20591,
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
and shall be listed in the current edition of FAA Advisory Circular AC 150/5345-53, Airport
Lighting Equipment Certification Program. All other equipment and materials covered by
other referenced specifications shall be subject to acceptance through manufacturer's
certification of compliance with the applicable specification, when required by the COTR.
The Contractor shall verify that equipment to be reused or modified to be reused complies
with applicable standards and is in good condition.
The following documents, of the issue in effect on the date of application for qualification,
are applicable to the extent specified:
Item
Specification
Circular Advisory
Elevated Taxiway Lights
L-861T
AC 150/5345-46
Transformers, Isolation, 60 Hz
L-830
AC 150/5345-47
Light base, non-load bearing
L-867
AC 150/5345-42
All FAA Advisory Circular referenced in this specification refer to the most recent edition in
circulation.
125-2.3
LIGHT BASE AND LIGHT INSTALLATION AND ALIGNMENT TOOL
The tolerance requirements for location, elevation and orientation of all light fixtures are of
critical importance and must be maintained. In order to do so the light bases and lights shall
be installed using an installation and alignment tool. This tool shall be capable of achieving
the final alignment specified and shall be of sufficient strength to support the light base
during placement and consolidation of concrete around the base. The Contractor shall submit
to the COTR the proposed installation and alignment tool for approval. Upon approval, the
Contractor shall procure a sufficient number of these tools to use in the installation process.
No light base or light shall be installed without using an approved installation and alignment
tool.
MATERIALS
125-3.1
GENERAL
Elevated runway edge lights will be removed and replaced as required by paving, and shall
be replaced in kind if damaged or as otherwise determined by the COTR.
125-3.2
ELEVATED RUNWAY EDGE LIGHTS
Elevated taxiway edge lights shall be L-861T, 360-degree blue, with 30 watts quartz lamp.
Isolation transformer shall meet the requirements of AC 150/5345-47 Type L-830, with the
appropriate wattage consistent with the type of lamp. Elevated lights shall be 14 inches high.
Light fixtures shall have an aviation yellow gloss paint finish. Existing elevated lights
temporarily removed for construction operations shall be replaced.
125-3.3
TRANSFORMERS
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Isolation transformers for taxiway lights shall meet the requirements of AC 150/5345-47
Specification for Isolation Transformers for Airport Lighting Systems, Type L-830 (60 Hz).
Primary and secondary amperes for taxiway lights shall be 6.6/6.6 amperes. Each
transformer shall be clearly marked indicating its wattage so as to not be confused during
installation. Transformers shall have L-823 type connectors. Isolation transformer size
(wattage) shall be matched to the light fixture as recommended by the fixture manufacturer.
125-3.4
BLANK COVER PLATES
Blank cover plates for light base/transformer housings shall be A-36 galvanized steel
checkerplate 3/4-inch thick, with recessed bolt holes. Diameter and bolt pattern shall be
compatible with the light base/transformer housing to be covered.
CONSTRUCTION METHODS
125-4.1
PHASING AND INTERRUPTIONS
All existing electrical equipment and lighting systems not included in the phase of work
being performed must be kept in operation, unless prior approval of the COTR has been
received and as otherwise specified below and on the Drawings. The Contractor may use
salvaged materials for temporary construction where required. The permission for temporary
work and using salvaged materials shall be obtained from the COTR. Lighting for active
taxiway surfaces shall be maintained.
Refer to the special provisions of the specifications for notification requirements and other
information regarding work interruptions due to airport operational requirements or
Contractor anticipation for exceeding the limitations described in the above paragraph.
125-4.2
LIGHT BASE AND TRANSFORMER HOUSING INSTALLATION
Bases for installing runway and taxiway lights shall be located as shown on the drawings,
unless otherwise approved by the COTR. The location for each fixture base shall be
determined by the use of survey instrumentation in order to ensure that all lights are properly
located. Some adjustment may be made, if approved by the COTR or as indicated on the
drawings, in order to provide a straight alignment, to correct an existing base not properly
positioned, or to avoid a pavement joint. Bases for all lights shall be installed so that light
fixtures will be level with the horizon + ½ degree.
All concrete shall be thoroughly
consolidated around the base using mechanical vibrating equipment.
Each light base shall be surveyed in place so that after the paving operation is completed the
light base may be readily located. Installation procedures shall be as shown on the drawings.
The annular space around the base shall then be filled with P-606 sealant intended for use
with light bases in bituminous and concrete pavement.
125-4.3
LIGHT FIXTURE INSTALLATION
The light fixtures shall be installed in accordance with the requirements specified in AC
150/5345-46, as recommended by the manufacturer, and as specified on the Drawings and
herein.
Light fixtures, including runway centerline lights and runway and taxiway edge lights, shall
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
be located at their proper location as shown on the Drawings or approved by the COTR. The
Contractor shall install, connect, and adjust the light fixture in accordance with the
manufacturer's instructions. Prior to mounting the light fixture on the base an L-823
connector kit shall be installed on the primary power cable ends, and the appropriate isolation
transformer shall be installed. All light fixtures shall be leveled and aligned so that the final
installed light is in accordance with the tolerances shown on the Drawings.
125-4.4
CABLE AND CONDUIT INSTALLATION
New conduit shall be installed as shown on the Drawings prior to final paving. The new
conduit shall connect to conduit from the last existing light base or junction box to remain at
each location, as shown on the Drawings. Connection of new lights to existing circuits shall
be carefully coordinated with the COTR and Airport Operations, and the Contractor shall
schedule outages with the COTR at least 96 hours in advance.
125-4.5
REMOVALS
Electrical removals shall be as required by temporary electrical work for the removal of
electrical items. Damaged items requiring removal and replacement shall be removed as
approved by the COTR.
125-4.6
TEMPORARY ELECTRICAL WORK
Temporary shall include circuit bypasses as required and as indicated on the drawings to
maintain lighting for active traffic surfaces during construction, disconnection of portions of
lighting for closed areas, cover of existing edge lights with 3’ traffic cones or PVC conduit
where shown on the drawings and permitted by COTR, removal of existing elevated taxiway
lighting and steel plating lights bases for protection in proximity of construction, cover and
switch off guidance signs directing traffic into closed surfaces, and other measures approved
by COTR.
Temporary cable, if used, shall be of type and routing approved by the COTR prior to
installation. Cable shall be of the same size and type as that of the circuit being temporarily
modified, and connections shall be made with L-823 connectors. Cables shall be installed in
conduit or shallow buried as allowed by drawings, and as approved by COTR. Secure, mark
and protect from traffic all above ground conduits, and mark location of all direct buried
cable.
Where edge light fixtures are temporarily removed for protection, the secondary lead of the
isolation transformer remaining in the light base shall be protected, and the light base shall be
steel plated until fixtures are reinstalled with new stainless steel bolts. Standard 3’ tall traffic
cones may be used to “black-out” taxiway edge lights that are not taken off a circuit by
jumper cables or temporarily removed, as approved by COTR. Guidance signs (runway exit
signs and direction signs) shall be shut off by disconnect switch (if entire sign will be taken
out of service), and sign or a sign message in an array directing traffic into a closed area shall
be covered using black felt or black plexiglass, as approved by the COTR.
When no longer required, the modified lighting circuit shall be restored to its original
condition or to the condition required for the permanent work. All temporary installation
shall be removed, including underground portions, and any damage to surfaces shall be
repaired. Temporary modifications to other electrical circuits or facilities shall be consistent
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
with the existing installation and in compliance with all applicable Codes and standards, with
completed restoration to original or final condition when temporary modification is no longer
required.
INSPECTION, TEST, AND WARRANTY
125-4.7
VISUAL EXAMINATION
The most important of all inspection and test procedures is thorough visual inspections.
Visual inspections shall be made frequently during installation, at completion of installation,
and before energizing the circuits. A careful visual inspection can reveal defects that can be
corrected prior to acceptance tests and energization. Serious damage may occur if defects are
subjected to electrical tests or energization. Visual inspections shall include appraisal of:
125-4.8
A.
Correctness of external connections
B.
Good work performance.
C.
Cleanliness.
D.
Safety hazards.
E.
Specific requirements listed herein for individual items. While all equipment
manufactured under specifications pass strict factory tests prior to shipment, it shall
be inspected for shipping damage immediately upon receipt.
ELECTRICAL TESTS ON SERIES LIGHTING CIRCUITS
Before modifying any series circuit, verify the performance of the existing circuit by
checking the supply voltage to the regulator and measuring the output current from the
regulator on all brightness steps under existing load.
Check cable connections and perform electrical tests on cable as specified in section L-108.
125-4.9
LIGHTING FIXTURES
An inspection shall be made to determine that the color, quantity, and locations of light are in
accordance with the installation drawings. Each light shall be inspected to determine that it is
operable, glass is not broken or cracked, correct lamps are installed, and it has been properly
leveled and aimed, in accordance with technical orders and manufacturers instructions, where
applicable.
125-4.10
MISCELLANEOUS COMPONENTS
All components being installed or modified shall be visually inspected for damage, correct
connections, proper fuse and circuit breaker ratings, and compliance with codes.
125-4.11
FINAL ACCEPTANCE TESTS
After components and circuits have been inspected, as specified in the preceding paragraphs,
the entire system shall be inspected and tested as follows:
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
125-4.12
DA1103
December 2, 2011
A.
Each lighting circuit shall be tested by operating it continuously at maximum
brightness for at least 15 minutes, and at medium intensity for 2 hours. Visual
inspection shall be made at the beginning and end of this test to determine that the
correct number of lights are operating at full brightness. Dimming of some or all of
the lights in a circuit is an indication of grounded cables.
B.
Repeat the above test using the local control switches on the regulators.
C.
In addition to the above, all equipment shall be subjected any and all performance
tests specified in the manufacturer's instructions.
GUARANTEE
All equipment furnished and work performed under the Contract Documents shall be
guaranteed against defects in materials or workmanship for a period of one (1) year from the
date of final acceptance. This guarantee does not replace any responsibility for errors or
omissions as set forth in state law. Any long-term warranties issued or offered by
manufacturers for items of equipment shall be turned over to the Airports Authority.
125-4.13
Any failure of equipment or work due to defects in materials or workmanship shall be
corrected by the Contractor at no cost to the Authority.
125-4.14
The Contractor shall ascertain that all lighting system components furnished by him and by
the airport (including FAA approved equipment) are compatible in all respects with each
other and the remainder of the new/existing system. Any incompatible components furnished
by this Contractor shall be replaced by him at no additional cost to the Airports Authority
with a similar unit approved by the COTR (different model or manufacturer) that is
compatible with the remainder of the airport lighting system.
125-4.15
The Contractor-installed equipment (including FAA approved) shall not generate any
electromagnetic interference in the existing and/or new communications, weather and air
traffic control equipment. Any equipment generating such interference shall be replaced by
the Contractor at no additional cost with the equipment meeting applicable specifications and
not generating any interference.
METHOD OF MEASUREMENT
125-5.1
The quantity to be paid lump sum for temporary electrical work.
BASIS OF PAYMENT
125-6.1
GENERAL
Payment will be made at the contract unit lump sum price for temporary electrical work,
restored to final configuration at end of project, completed and accepted. This price shall be
full compensation for furnishing all materials and handling of existing equipment to be
reused, as required by the Drawings and these Specifications, for all preparation, removals,
assembly and installation of these materials, and for all labor, equipment, tools and
incidentals necessary to complete the temporary electrical work as specified as below. The
Contractor shall furnish all materials and equipment to be installed except for existing items
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
to be reused.
Temporary electrical work includes: removal, protection of light fixture bases and
reinstallation of runway and taxiway edge lights; providing and installing temporary jumper
cables to maintain circuit continuity; removing fixtures and steel plating bases for protection
of runway and taxiway edge lights during construction, reinstalling runway and taxiway edge
light fixtures when protection is no longer required, or covering edge lights with 3’ traffic
cones where approved; temporarily covering guidance signs; testing circuits before and after
temporary modifications; and other temporary electrical work as required by phasing and
protection of existing systems and as indicated on the drawings. Temporary work shall
include furnishing cable, connectors, conduit, steel covers for existing bases to be reused, and
other materials associated with the temporary work; labor and equipment required to
accomplish the temporary work; and associated removals and restoration to original or final
condition when no longer required. Temporarily removed taxiway edge fixtures shall be
reinstalled with existing isolation transformers on existing taxiway edge light bases using
new stainless steel bolts.
Payment will be made under:
Item L-125-7.1
Temporary Electrical Work – per lump sum.
FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125
Number
Title
WW-C-581
Conduit, Metal, Rigid; and Coupling, Elbow and
Nipple Electrical Conduit: Zinc-Coated
FAA SPECIFICATIONS REFERENCED IN ITEM L-125
Number
Title
AC 150/5345-53
Airport Lighting Equipment Certification Program
(current edition)
AC 150/5345-42
Specification for Airport Light Base and Transformer
Housings, Junction Boxes and Accessories
AC 150/5345-46
Specification for Runway and Taxiway Lighting
Equipment
AC 150/5345-47
Isolation Transformers for Airport Lighting Equipment
END OF ITEM L-125
INSTALLATION OF AIRPORT LIGHTING SYSTEM
L-125-7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
SECTION 31 25 14 - STORMWATER 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.
B.
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.).
2.
The Contractor shall be responsible for all dewatering requirements throughout
the duration of the project. All water discharged from the site shall be routed
through the Contractor’s water quality system prior to being discharged into the
Authority’s stormwater system. The Contractor shall install site controls to
prevent surface water from entering any excavation. The methods and measures
from controlling surface water shall be included in the dewatering plan.
Related Sections
1.
1.3
Division 01 Section “Quality Requirements” for quality issues.
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.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 1
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
1.4
DA1103
December 2, 2011
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.
SUBMITTALS
A.
Storm water Pollution Prevention Plan (SPPP) - Prepare and submit for written approval
by the Authority in accordance with the information provided below. Do not initiate
ground-disturbing activities until the Authority has approved the SPPP. In addition, the
SPPP will serve as the Soil Erosion and Sediment Control Plan required as a condition of
the Authority's issuance of a Construction Permit by the Authority's Building Codes
Department. Issuance of this Construction Permit is required prior to initiation of any
project construction.
B.
The SPPP may utilize plans, details, notes and other information provided in the
construction documents, however, such information shall not, in itself, be construed to
meet the requirements of this Section. Provide additional details to ensure that the SPPP
accurately reflects means and methods for construction.
C.
Prepare the SPPP on regular 8 ½ X 11 inch paper. Include attachments of the plans
showing locations of erosion and sediment control devices and BMPs. Submit four
bound copies to the COTR for review and approval.
D.
Apply for permit coverage under the Construction General Permit (CGP) prior to starting
land disturbing activities. Complete and submit to the appropriate EPA NPDES
permitting Authority a Notice of Intent (NOI) Form. To discontinue permit coverage,
complete and submit to the appropriate EPA NPDES permitting Authority a Notice of
Termination (NOT) Form upon satisfying the appropriate permit conditions described in
the CGP.
E.
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.
F.
Prepare the SPPP narrative and associated drawings in accordance with the following
outline:
STORMWATER POLLUTION PREVENTION PLAN
312514 - 2
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
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.
2.
DA1103
December 2, 2011
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.
Potential Pollution Sources:
a.
Describe potential pollution sources. Description should include, but not
be limited to, the following:
1)
2)
3)
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.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 3
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
4)
5)
6)
3.
DA1103
December 2, 2011
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.
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 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)
Structural BMPS: This Section shall adequately describe the
structural BMPs and practices that will divert and mitigate storm
water runoff from soils, sediments, exposed materials, ASTs, and
containers of hazardous/non-hazardous materials. Structural
BMPs include, but are not limited to the following list:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
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
STORMWATER POLLUTION PREVENTION PLAN
312514 - 4
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
p)
2)
4.
The installation of these structural BMPs may be subject to the
CWA Section 404 "Permitting Requirements". Be responsible
for determination whether the above-permitting requirements
apply to any of the structural BMPs.
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.
Other BMPs and structural controls.
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 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.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 5
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
6.
Non-Storm water Discharge. This SPPP is for the sole purpose of preventing
pollution associated with storm water runoff (Act of God: rain, snow, etc.). Plan
shall identify all non-storm water components, process waste water discharges,
and any other non-storm water influent that may exist in this particular
construction site. Plan shall ensure that all of the above non-storm water
discharges are appropriately eliminated, permitted or addressed through other
acceptable regulatory permitting mechanisms.
7.
Detailed Composite SPPP Map. Prepare the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
1.5
DA1103
December 2, 2011
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.
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.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 6
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
B.
Maintenance: Maintain erosion and siltation control devices and measures in a functional
condition at all times. Inspect temporary and permanent erosion and sedimentation
control measures after each rainfall and at least daily during periods of prolonged rainfall.
Correct deficiencies immediately. Make a daily review of the location of erosion and
sediment control devices to ensure that they are properly located for effectiveness. Where
deficiencies exist, make corrections immediately as approved or directed by the COTR.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 7
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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.
PART 5- MEASUREMENT
5.1
Storm Water Pollution Prevention will be paid on a lump sum basis, therefore no separate
measurement will be made for this work. The VSMP permit will also be paid for by a lump sum.
PART 6- PAYMENT
6.1
Payment for Storm Water Pollution Prevention shall be full compensation for preparation,
submission and maintenance of a storm water pollution prevention plan, furnishing, installing,
and removal of construction entrances, wash racks, silt fence, super silt fence, filter barriers,
wetland protection fencing, diversion pipes, sand bags, diversion dikes, check dams, rip-rap outlet
protection, dust control, sediment traps, sediment basins, excavation, inlet protection, siltation
control excavation, removal and offsite disposal of sediments, all other erosion and/or sediment
control measures and/or devices necessary and all labor, tools, equipment, and incidentals
necessary to complete the work, including all required maintenance, as specified, indicated or
directed.
6.2
All maintenance activities related to erosion and/or sediment control devices, including
stabilization/re-stabilization or repairs and temporary seeding, are the responsibility of the
contractor. The authority will not consider any additional payment for any maintenance activities
or repairs for any erosion control measure during the life of the contract.
6.3
Payment of any fines resulting from damages to protected streams and wetlands whether onsite or
offsite is the responsibility of the contractor. Any necessary repairs to streams or wetlands are
also the responsibility of the contractor. The cost of restoring temporary wetland and stream
impacts will be incidental to the SWPPP.
Payment will be made under:
Item 312514-1.1
Stormwater Pollution Prevention -- per lump sum.
Item 312514-1.2
VSMP Permit Application Fee – per lump sum
STORMWATER POLLUTION PREVENTION PLAN
312514 - 8
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
APPENDIX I
STORMWATER POLLUTION PREVENTION PLAN
312514 - 9
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
STORMWATER POLLUTION PREVENTION PLAN
312514 - 10
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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
STORMWATER POLLUTION PREVENTION PLAN
Discharge:
Storm water
Non-storm
water
Effectiveness
of BMP
Observations
Comments
312514 - 11
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
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: ________________
STORMWATER POLLUTION PREVENTION PLAN
312514 - 12
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
APPENDIX II
STORMWATER POLLUTION PREVENTION PLAN
312514 - 13
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Metropolitan Washington Airports Authority
Notice of Project Termination
For
Storm water Discharges from Construction Activities
Note:
This form shall be completed by the construction contractors upon final stabilization of the site,
upon elimination of all storm water, or when the construction contractor has changed within
the same construction project. The contractor shall submit a completed copy of this form to
the Authority, at the address provided below and a copy to PMC's Resident Engineer within 30
days after final stabilization has been achieved or when it is no longer the construction
contractor for this project. (An officer of the company shall sign this certification)
Completed form shall be submitted to:
Manager, Building Codes/Environmental Branch
Engineering Division
Ronald Reagan Washington National Airport
Washington, D.C. 20001
Copy to:
Parsons Management Consultants
For DCA Projects
Hangar 6 Construction Management Program
Ronald Reagan Washington National Airport
Washington, D.C. 20001
Attn: Project's Resident Engineer
STORMWATER POLLUTION PREVENTION PLAN
312514 - 14
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
Contract Number:
Contractor Information:
Contractor's name and mailing address:
Subcontractor(s) name and mailing address:
Location of Construction Site:
Project Name
Address
City
State
Zip Code ____________
Latitude
Longitude ______________________
If there is a change in the contractor(s) please provide the new contractor's information here:
Certification:
"I certify under penalty of law that disturbed soils at the identified project have been finally
stabilized and temporary erosion and sediment control measures have been removed or will be
removed at an appropriate time and that all storm water discharges associated with construction
activities in this project have been eliminated, or that I am no longer the contractor for this
construction site."
Print name:
Title:
Signature:
Date:
(This certification shall be signed by an officer of the company)
STORMWATER POLLUTION PREVENTION PLAN
312514 - 15
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
APPENDIX III
STORMWATER POLLUTION PREVENTION PLAN
312514 - 16
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
RONALD REAGAN WASHINGTON NATIONAL AIRPORT
HAZARDOUS MATERIALS SPILL NOTIFICATION CHECKLIST
Note: This checklist shall be completed by all tenants of Ronald Reagan Washington National
Airport (DCA) 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.
Tenant Name:
Facility location within DCA 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 the
situation occurred, describe amount of material that entered drain):
Type of material released (include common and chemical name; attach MSDS and/or
Waste Manifest):
a.
b.
8.
9.
In the event of a release, verbal notification to DCA Fire Department and DCA
Environmental Coordinator must be made immediately as follows:
Fire Department:
(703) 417-8250
DCA Operations:
(703) 417-8050
Government Programs Engineer
(703) 417-8071
(703) 417-8099 (fax)
Manager, Resource Support Division
(703) 417-8072
(703) 417-8099 (fax)
Provide details of immediate actions taken to stop spill/release and subsequent clean-up:
The checklist and written copies of all notifications to the regulatory agencies shall be
submitted to the following person within six (6) hours of the incident (on weekends, note
time of submittal):
Government Programs Engineer
Engineering and Maintenance Division
East Building
Washington, DC 20001
Fax: (703) 417-8099
Submitted
Not submitted
STORMWATER POLLUTION PREVENTION PLAN
312514 - 17
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
10.
A report describing how the incident occurred, if it entered storm or sanitary drain,
emergency response me covered from the clean-up actions, and follow up activities shall
be submitted to the person in question assures taken, post-emergency clean up actions,
the storage and disposition of any materials re 9 within 48 hours of the emergency.
Submitted
Not submitted
Any questions regarding the use, completion, and scope of this checklist should be directed to the
Authority’s Building Codes/Environmental Department.
FOR DCA USE ONLY
Please explain below the follow-up actions required with respect to this incident.
STORMWATER POLLUTION PREVENTION PLAN
312514 - 18
Ronald Reagan Washington National Airport
Taxiway Juliet 1 Rehabilitation
DA1103
December 2, 2011
END OF SECTION 312514
STORM WATER POLLUTION PREVENTION
31 25 14 - 19