CE ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, Remove Bid Form dated 2/17/11 and replace with attached Bid Form.

Size: px
Start display at page:

Download "CE ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, Remove Bid Form dated 2/17/11 and replace with attached Bid Form."

Transcription

1

2 CE ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, Bid Forms Revisions Remove Bid Form dated 2/17/11 and replace with attached Bid Form. 2. Division I General Requirements Revisions None Noted 3. Division II - Technical Specifications Revisions Add Technical Specification Item P-502 Concrete Surface Sealer. Remove Technical Specification Item P-605 in its entirety and replace with attached Technical Specification Item P Construction Safety Operational Plan Revisions Remove Construction Safety Operational Plan dated 2/17/11 and replace with attached Construction Safety Operational Plan. 5. Plan Revisions Remove Plan Sheet GI004 in its entirety and replace with attached Plan Sheet GI004. Remove Plan Sheet GI006 in its entirety and replace with attached Plan Sheet GI006. Remove Plan Sheet CP001 in its entirety and replace with attached Plan Sheet CP001. Remove Plan Sheet CP002 in its entirety and replace with attached Plan Sheet CP002. Remove Plan Sheet ALT001 in its entirety and replace with attached Plan Sheet ALT001. Add attached Plan Sheet ALT002.

3 Name of Bidder DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILITATION CONTRACT NO. CE Schedule of Prices and Quantities - Revised Addendum 1 BID DRAWING DESCRIPTION ESTIMATED UNIT TOTAL ITEM NUMBER AND PRICE QUANTITY AMOUNT SCHEDULE I MOB MOBILIZATION 1 LS dollars and cents. ($ ) per lump sum $ S-101 TRAFFIC CONTROL 1 LS dollars and cents. ($ ) per lump sum $ P-501-SR-1 SPALL REPAIR 150 CF dollars and cents. ($ ) per cubic foot $ P-604A-1 B-JOINT RECONSTRUCTION, FULL DEPTH 750 LF dollars and cents. ($ ) per linear foot $ P-604A-2 B-JOINT STRUCTURES, FULL DEPTH (1 SIDE) 5,100 LF dollars and cents. ($ ) per linear foot $ P-604A-3 B-JOINT STRUCTURE, (3 INCH DEPTH) 180 LF dollars and cents. ($ ) per linear foot $ P-604A-4 B-JOINT TRENCH DRAIN FULL DEPTH (1 SIDE) 4,350 LF dollars and cents. ($ ) per linear foot $ Bid Forms: Schedule of Prices Quantities Contract No. CE ANNUAL AIRFIELD JOINT REHABILITATION B-6.1 ISSUE FOR BID FEBRUARY 2011

4 Name of Bidder DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILITATION CONTRACT NO. CE Schedule of Prices and Quantities - Revised Addendum 1 BID DRAWING DESCRIPTION ESTIMATED UNIT TOTAL ITEM NUMBER AND PRICE QUANTITY AMOUNT P CONCRETE JOINT CLEANING AND RESEALING 78,000 LF dollars and cents. ($ ) per linear foot $ P-605-JS PCC/AC JOINT CLEANING AND RESEALING 38,000 LF dollars and cents. ($ ) per linear foot $ Bid Forms: Schedule of Prices Quantities Contract No. CE ANNUAL AIRFIELD JOINT REHABILITATION B-6.2 ISSUE FOR BID FEBRUARY 2011

5 Name of Bidder DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILITATION CONTRACT NO. CE Schedule of Prices and Quantities - Revised Addendum 1 BID DRAWING DESCRIPTION ESTIMATED UNIT TOTAL ITEM NUMBER AND PRICE QUANTITY AMOUNT ADD ALTERNATE A S-101 TRAFFIC CONTROL 1 LS dollars and cents. ($ ) per lump sum $ P CONCRETE JOINT CLEANING AND RESEALING 22,800 LF dollars and cents. ($ ) per linear foot $ Bid Forms: Schedule of Prices Quantities Contract No. CE ANNUAL AIRFIELD JOINT REHABILITATION B-6.3 ISSUE FOR BID FEBRUARY 2011

6 Name of Bidder DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILITATION CONTRACT NO. CE Schedule of Prices and Quantities - Revised Addendum 1 BID DRAWING DESCRIPTION ESTIMATED UNIT TOTAL ITEM NUMBER AND PRICE QUANTITY AMOUNT ADD ALTERNATE B S-101 TRAFFIC CONTROL 1 LS dollars and cents. ($ ) per lump sum $ P CONCRETE JOINT CLEANING AND RESEALING 22,050 LF dollars and cents. ($ ) per linear $ Bid Forms: Schedule of Prices Quantities Contract No. CE ANNUAL AIRFIELD JOINT REHABILITATION B-6.4 ISSUE FOR BID FEBRUARY 2011

7 Name of Bidder DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILITATION CONTRACT NO. CE Schedule of Prices and Quantities - Revised Addendum 1 BID DRAWING DESCRIPTION ESTIMATED UNIT TOTAL ITEM NUMBER AND PRICE QUANTITY AMOUNT ADD ALTERNATE C P-501-SR-1 SPALL REPAIR 500 CF dollars and cents. ($ ) per cubic foot $ S-101 TRAFFIC CONTROL 1 LS dollars and cents. ($ ) per lump sum $ P-605-CR-1 CRACK ROUTING AND RESEALING < 3/8" IN WIDTH 300 LF dollars and cents. ($ ) per linear foot $ P-605-CR-2 CRACK ROUTING AND RESEALING > 3/8" IN WIDTH 1,000 LF dollars and cents. ($ ) per linear foot $ P-502 CONCRETE SURFACE CLEAN AND SEAL 3,500 SY dollars and cents. ($ ) per square yard $ Bid Forms: Schedule of Prices Quantities Contract No. CE ANNUAL AIRFIELD JOINT REHABILITATION B-6.5 ISSUE FOR BID FEBRUARY 2011

8 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P-502 CONCRETE SEALER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD PAVMENT REHABILITATION CONTRACT CE ITEM P-502 CONCRETE SURFACE SEALER PART 1 GENERAL 1.01 DESCRIPTION This item shall consist of furnishing and placing an approved concrete sealer on the surface of concrete panels as shown on the plans, or as directed by the Project Manager. PART 2 MATERIALS 2.01 Concrete sealer shall be Duraseal as manufactured by Enviroseal Corporation or an approved equal. PART 3 CONSTRUCTION METHODS 3.01 CONDITION OF SURFACE FOR APPLICATION OF SEALER. The surface of the concrete shall be free of all residue and other surface contaminants. Contractor shall coordinate with CCD to apply sealer after rubber removal. Prior to the application of the sealer the concrete surface shall be cleaned with dustless abrasive shot blasting. Other methods of blasting, power washing, or cleaning shall be sufficient to remove all visual evidence of curing compound residue, dirt, grease, and surface contaminants. When wet methods are used the surface shall be dried prior to the application of sealer WEATHER AND MOISTURE LIMITATIONS FOR APPLICATION OF SEALER. Sealer shall not be applied when the concrete or ambient air temperature is below 40 degrees F, or above 90 degrees F, or outside the manufacturer s recommended temperature range. The concrete shall have aged a minimum of 28 days and the surface shall be dry at the time of application of the sealer. When the surface is wet because of inclement weather, power washing, or other moisture the concrete shall be permitted to dry before the sealer is applied APPILCATION OF SEALER. Sealer shall be applied uniformly at a minimum rate in compliance with the manufacturer s recommendation. The sealer shall be applied to the surface of the concrete by equipment in compliance with the manufacturer s recommendations. Two copies of the manufacturer s literature for the sealer including the recommended application procedure shall be provided to the Project Manager prior to application. The literature shall include a product material safety data sheet. All solvents, coatings, or other chemical products, or solutions, shall be mixed, handled, applied, stored, and disposed of in such a manner that spills, splashes, and drips shall be contained without contamination of the soil, vegetation, streams, or other water bodies. The Contractor shall provide two approved respirators for use by CCD personnel. PART 4 METHOD OF MEASUREMENT 4.01 Concrete sealer, complete in place, will be measured by the number of square yards of concrete surface coved. ISSUED FOR ADDENDUM 1: MARCH, 2011 P-502-1

9 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P-502 CONCRETE SEALER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD PAVMENT REHABILITATION CONTRACT CE PART 5 BASIS OF PAYMENT 5.01 The accepted quantities of concrete sealer, including surface preparation, will be paid for at the contract unit price per square yard of concrete surfaced covered. Payment will be made under: P-502 Concrete Surface Clean and Seal... per square yard PART 6 TESTING REQUIREMENTS PART 7 MATERIAL REQUIREMENTS END OF ITEM P-502 ISSUED FOR ADDENDUM 1: MARCH, 2011 P-502-2

10 VOLUME 1 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P JOINT SEALING FILLER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILATION CONTRACT CE ITEM P-605 JOINT SEALING FILLER PART 1 GENERAL 1.01 DESCRIPTION This item shall consist of providing and installing an approved sealant material capable of effectively sealing joints in pavements per details on the Drawings. PART 2 MATERIALS 2.01 JOINT SEALANTS The joint sealants shall meet the following specifications: Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements shall be a NS (Non-Sag) Dow product or approved equal, complying with ASTM D Hot-Applied, Joint and Crack Sealants, for Concrete and Asphalt Pavements shall comply with ASTM D The Contractor shall furnish Manufacturer s certified test results performed for each lot of sealant delivered to the job site. The Contractor must also furnish certifications by an independent testing laboratory that the material meets the requirements of the specifications. Manufacturer shall provide product bulletins, material safety data sheets and other related data to indicate conformance to the aforementioned specification requirements. The Contractor shall make arrangements for the Manufacturer s representative to meet with the Contractor and the City s Project Manager prior to the start of sealing operations to ensure the installation procedures are in accordance with the Manufacturer s direction. A representative of the joint sealant manufacturer shall visit the job-site a sufficient number of times during the sealing operations and after the sealing is completed to certify that the joint sealant was installed in accordance with the manufacturer's guidelines. Adequate lighting must be provided during nighttime operations to ensure compliance with all applicable local, state and federal laws, rules and regulation. Also this lighting must be adequate to visually inspect the condition of the side walls of the joint prior to the installation of backer rod or joint sealant material BACKER ROD Backer rod materials shall be a non-moisture absorbing, closed-cell polyethylene foam rod that is compatible with the sealant material to act as a bond breaker and complies with the sealant manufacturer s guidelines. The backer rod shall be approximately 25 percent larger than the joint width to provide a tight seal that prevents the sealant from flowing to the bottom of the joint. -- The Contractor shall stock several sizes of backer rod and shall use the appropriate size, as recommended by the manufacturer, or as directed by the Project Manager, to provide a tight seal DELIVERY Each shipment of joint sealant shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, product name, batch or lot number, date of manufacture, shelf life, mixing instructions and storage instructions. Each shipment shall be accompanied by the manufacturer's certification stating that the joint sealant meets the requirements of this specification STORAGE The joint sealing material shall be stored out of weather and direct sunlight, in original, tightly sealed containers at a temperature between 50º F and 100º F or per the manufacturer s guidelines. The more stringent requirements shall apply. ISSUED FOR: ADDENDUM 1 MARCH 2011 P-605-1

11 VOLUME 1 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P JOINT SEALING FILLER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILATION CONTRACT CE PART 3 EQUIPMENT 3.01 GENERAL Equipment necessary for construction of this work shall be in first-class working condition. The equipment shall be as recommended by the manufacturer of the joint sealant material and shall be approved by the City s Project Manager prior to beginning work INSTALLATION EQUIPMENT The joint sealant equipment shall consist of apparatus capable of extruding the material at a continuous feed. The extruding nozzle tip of the machine shall be designed to fill the joint uniformly EQUIPMENT FOR CLEANING JOINTS The equipment for cleaning joint openings shall consist of powered and hand brooms, air compressors, and sandblasters as required to produce a satisfactory clean and dry joint AIR COMPRESSOR Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing air at a volume of 150 cfm. PART 4 CONSTRUCTION METHODS 4.01 TIME OF APPLICATION In no case shall sealant be placed when air temperatures are below 40 F. Weather shall not be foggy or rainy at the time of installation of the joint sealing material and joints shall be dry. Sealant shall not be installed when the temperature is at or below dew point PREPARATION OF JOINTS Existing joints that are to be sealed or resealed shall first be widened to the dimensions as shown in the contract drawings. The face of all joints shall be uniform in width and depth along the full length of the joint. Finished joint dimensions will correspond to that shown on the plans. The edges of all widened silicone joints shall be beveled as shown on the plans. The cut faces of the joints shall be thoroughly cleaned of all foreign materials, as may be required for proper installation and bonding of the joint sealer or filler by sandblasting as required. The use of a portable hand saws will not be permitted for cleaning of joint faces. After completely drying, the joints shall be thoroughly cleaned by sandblasting. The sandblast nozzle shall have only one opening, thus a pass will be required for each face to be cleaned. After sandblasting, the joints shall be blown out using oil and moisture free air. Blowing out of the joint shall be accomplished by using a blow tube which will fit into the joint. All sand and debris shall be removed from the pavement by means of a power sweeper with vacuum pickup prior to the sealing operation beginning. After removal of all sand and debris, the joint shall be checked for any residual dust or coating. If any is found the sandblasting and cleaning operations shall be repeated until the joint is cleaned. The cleaned joint shall be sealed the same day as cleaned. In the event that the open joints prepared for installation of joint sealing materials become contaminated by traffic, or the result of weather conditions, they shall be re-cleaned as specified above or as approved by the Project Manager at no additional cost to the Owner. Prior to the placement of the sealant stop or sealant materials, the joints will be inspected for proper width (utilizing a spacer gauge), depth, alignment and cleanliness and shall be approved by both the ISSUED FOR: ADDENDUM 1 MARCH 2011 P-605-2

12 VOLUME 1 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P JOINT SEALING FILLER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILATION CONTRACT CE Contractor s Quality Control Inspector and the City s Quality Assurance Inspectors. The backer rod shall be installed immediately after approval is granted by the Contractor s Quality Control Inspector and the City s Quality Assurance Inspectors. This backer rod shall be installed utilizing a device to insure placement to the proper depth INSTALLATION OF SEALANTS Joint sealing compound shall be applied uniformly solid from bottom to top, filling the joint space without the formation of voids. Equipment as recommended by the sealant manufacturer and approved by the Project Manager will be utilized to force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. Any excess sealant on the pavement surface shall be removed with the surface left in a clean condition acceptable to the Project Manager or their designated representative. Sealant which does not bond to the 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 CONCRETE CRACK REPAIR Concrete cracks shall be routed, cleaned, and sealed. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a width of 3/8 inch to 1-1/2 inches, and to a depth as recommended by the sealant manufacturer. The crack must be routed as necessary to provide smooth vertical faces. The entire depth of the crack shall be clean and free of rocks, sand, concrete, or any other incompressible material. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. Any damage caused to existing concrete shall be repaired by the contractor at no additional cost to the owner. Crack will then be filled with closed cell polyurethane foam, rod back up material and silicone sealant in accordance with Item P-605. PART 5 QUALITY CONTROL 5.01 QUALITY AND WORKMANSHIP The Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. The demonstration shall include the preparation of at least two small batches and the application of the resulting material in five joints of at least 25 feet in length each. A representative of the joint sealant manufacturer shall be present at the demonstration to ensure that the installation procedures are in accordance with the manufacturer s recommended installation guidelines. This demonstration area shall be the basis of acceptance for both quality and workmanship similar sealants installed under this contract TESTING A. COLD APPLIED SILICONE SEALANTS Pull test shall be the means of verifying both the adhesion and elongation requirements of this Specification Section. Pull test shall be taken every 5,000 linear feet (LF) of sealant installed 21 days after placement of sealant in accordance with Manufacturer s guidelines and witnessed by the Quality Control Inspector and by the Project Manager or their designated representative. Pull test must withstand 400% elongation with no failure in adhesion and or material breakage. Any joint found to be unacceptable per the specifications shall be removed and replaced at no cost to the City. Additional testing must be performed on both sides of the failed area until the specification requirements are satisfied. All sample areas shall be resealed by the Contractor in accordance with the joint preparation section. ISSUED FOR: ADDENDUM 1 MARCH 2011 P-605-3

13 VOLUME 1 TECHNICAL SPECIFICATIONS DIVISION 2 ITEM P JOINT SEALING FILLER DENVER INTERNATIONAL AIRPORT 2011 ANNUAL AIRFIELD JOINT REHABILATION CONTRACT CE B. HOT APPLIED SEALANTS Per Project Drawings. PART 6 MEASUREMENT AND PAYMENT 6.01 WARRANTY The manufacturer shall provide a warranty on the materials furnished for a minimum of 5 years from the date of acceptance by the Project Manager. The Contractor shall provide a warranty on the installation for a minimum of 2 years from the date of acceptance by the Project Manager. PART 7 METHOD OF MEASUREMENT 7.01 The quantity of sealant to be paid for shall be the number of linear feet of sealant installed and accepted by the Project Manager Concrete Crack Repair. Concrete crack repair shall be measured on a linear foot basis for concrete crack repair of varying depths. All labor, materials, equipment, and incidentals shall be included in the pay item. PART 8 BASIS OF PAYMENT 8.01 Payment shall be made at the contract unit price per linear foot for sealant installed. This price shall be full compensation for furnishing all materials, for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: P Joint Reseal w/non-sag Silicone... per linear foot P Joint Reseal w/ Thickened Non-sag Silicone... per linear foot P-605CR-1 Concrete Crack Repair < ⅜... per linear foot P-605CR-2 Concrete Crack Repair > ⅜... per linear foot P-605JS PCC/AC Joint Sealing... per linear foot END OF ITEM P-605 ISSUED FOR: ADDENDUM 1 MARCH 2011 P-605-4

14 Denver International Airport Denver, Colorado Construction Safety Operational Plan (CSOP) ISSUE FOR CONSTRUCTION For 2011 Annual Airfield Joint Rehabilitation Construction Contract No. CE March 2011

15 Contents CONTENTS... TOC 1.0 PURPOSE EMERGENCY CONTACT INFORMATION EMERGENCY CONTACT INFORMATION (CONTINUED) WORK PLAN AND SCHEDULE JOINT REHABILITATION CONTRACTOR EQUIPMENT PLAN CONSTRUCTION LIMITS AND ACCESS AIRFIELD VEHICLE AND EQUIPMENT OPERATIONS Access and Haul Routes Vehicle Marking and Lighting SAFETY REQUIREMENTS GENERAL NOTIFICATION OF CONSTRUCTION ACTIVITIES Notices to Airmen (NOTAM) Airport Operations Notification NAVAID Protection UTILITIES TRENCHES AND EXCAVATIONS Runway Safety Area Taxiways and Aprons RADIO COMMUNICATION CONSTRUCTION MATERIAL STOCKPILING FOREIGN OBJECT DEBRIS (FOD) AIRPORT SECURITY OFFICE AIRPORT ID BADGE REQUIREMENTS Background Checks VEHICLES IN RESTRICTED AREA SECURITY VIOLATIONS DEFINITIONS APPENDIX 1 FAA AC 150/5370-2E 2 Photographs of Safety Devices 3 Drawings GI003, GI005, & CP005 CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE ISSUE FOR ADDENDUM 1: MARCH 2011 TOC

16 1.0 Purpose The Construction Safety Operational Plan (CSOP), described herein, establishes the project requirements for maintaining safety during the 2011 Annual Airfield Joint Rehabilitation Project at Denver International Airport (DIA) under Construction Contract No. CE Milestone I Complete all work associated with removal and replacement of joint sealant, spall repair, and concrete surface seal for Phase C, located on the Runway 17L/35R, if awarded. (See Plan Sheet #ALT001) Milestone 2 Complete all work associated with removal and replacement of joint sealant for Phases 1-8, located on the north side of Concourse A. (See Plan Sheet #SP001, CP001, & CP002)) Milestone 3 Complete all work associated with removal and replacement of PCC/AC joint sealant for Phase 9. (See Plan Sheet #SP002) Milestone 4 Complete all work associated with removal and replacement of joint sealant for Phases A-1 through A-7, located on the southeast side of Concourse A, if awarded. (See Plan Sheet #CP003) Milestone 5 Complete all work associated with removal and replacement of joint sealant for Phases B-1 through B-7, located on the southwest side of Concourse A, if awarded. (See Plan Sheet #CP004) Milestone 6 Complete all punch list work associated with Milestones 1, 2, 3 & 4. The Scope of this project includes the above listed milestones. The requirements outlined in this CSOP are developed from Federal Aviation Administration (FAA) Advisory Circular 150/5370-2E, Operational Safety on Airports During Construction, the Denver International Airport Access Control Program, and standard construction industry practices and safety standards. FAA AC 150/5370-2E is included as Appendix 1. The CSOP covers the actions of on-site construction, inspection, consulting, and Airport personnel and equipment. Everyone s full-participation, cooperation, and support are necessary to ensure the health and safety of all persons and property involved in the project. However, the contents of this safety plan are in no way intended to relieve any Contractor or Supplier of the obligations agreed to by the Contractor under their contract with Denver International Airport or as required by Federal and State law and those having local jurisdiction. In the event the Contractor s activities are found to not be in conformance with the provisions of the construction operations plan, the project manager will direct the Contractor to take appropriate action. The goal is to prevent accidents. The plans have to be continually reviewed and adjusted at weekly safety meetings, and have input from CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE ISSUE FOR CONSTRUCTION: MARCH REV 0

17 various users during the course of the project. Changes to the contract shall be accomplished by a change order. All changes are to be coordinated with the FAA Airport District Office. The CSOP is organized into the following six (6) elements: Emergency Contact Information Work Plan and Schedule Construction Limits and Access Safety Requirements Airport Access Control Definitions CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE ISSUE FOR CONSTRUCTION: MARCH REV 0

18 2.0 Emergency Contact Information Fire/Rescue: Operations Communications Center (303) Emergency and Accident Services/Utilities: Airport Contact Information: FAA Contact Information: Emergency 911 Denver Police Department (Dispatch) (303) FAA After Hours Accident (425) FBI (303) Flight for Life Helicopter (303) NTSB Regular Hours Emergency (303) NTSB After Hours Emergency Chief Norm Weimeyer Home (970) Pager (800) FAA NW OPS Center Accidents (425) Xcel Energy Gas (800) Electric (800) Denver Water (303) Airport Security (303) Project Engineer, Keith Johnson - Office (303) Project Manager, Robert Nichols - Office (303) Cell (303) Senior Lead Inspector, Rick Rogers Office (303) Cell (303) Project Administration, Mary Reps - Office (303) Access Services ID Badging (303) Vehicle Permits (303) Driver Qualifications (303) FAA Denver ADO, Ron Niehoff (303) CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

19 2.0 Emergency Contact Information (continued) Contractor Contact Information: To be Determined after Bid Opening. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

20 3.0 Work Plan and Schedule 3.1 Joint Rehabilitation The project will be phased for construction. Five (5) separate milestones have been identified to maximize construction efficiency and the safety of aircraft and construction personnel, while minimizing disruptions to airport operations. Milestone 1 work shall be completed in fourteen (14) days. The Contractor is to remove and replace joint sealant, make spall repairs, and apply concrete surface sealant as shown on the plans. The removal and replacement of joint sealant, installation of spall repairs, and application of concrete surface sealant shall take place during scheduled night time closures between the hours of 2300 and 0530, local time, with work area access through Perimeter Gate 5. Removal & replacement of joint sealant, installation of spall repairs, and application of concrete surface sealant under this contact shall take place in close coordination with the other concrete removal and replacement projects under 2011 Annual Airfield Pavement Rehabilitation. Also see Drawings CSOP-01 & CSOP-02 in Appendix 3 attached to this report. Milestone 2 work shall be completed in sixty-two (62) days. The Contractor is to remove and replace joint sealant as shown on the plans. The removal and replacement of joint sealant shall take place during scheduled night time closures between the hours of 2300 and 0530, local time, with work area access through Perimeter Gate 5. Removal & replacement of joint sealant under this contact shall take place in close coordination with the other concrete removal and replacement projects under 2011 Annual Airfield Pavement Rehabilitation. Also see Drawings CSOP-01 & CSOP-02 in Appendix 3 attached to this report. Milestone 3 work shall be completed in twenty (20) days. The Contractor is to remove and replace PCC/AC joint sealant as shown on the plans. The removal and replacement of joint sealant shall take place during scheduled night time closures between the hours of 2300 and 0530, local time, with work area access through Perimeter Gate 5. Removal & replacement of joint sealant under this contact shall take place in close coordination with the other concrete removal and replacement projects under 2011 Annual Airfield Pavement Rehabilitation. Also see Drawings CSOP-01 & CSOP-02 in Appendix 3 attached to this report. Milestone 4 work shall be completed in thirty (30) days. The Contractor is to remove and replace joint sealant as shown on the plans. The removal and replacement of joint sealant shall take place during scheduled night time closures between the hours of 2300 and 0530, local time, with work area access through Perimeter Gate 5. Removal & replacement of joint sealant under this contact shall take place in close coordination with the other concrete removal and replacement projects under 2011 Annual Airfield Pavement Rehabilitation. Also see Drawings CSOP-01 & CSOP-02 in Appendix 3 attached to this report. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

21 Milestone 5 work shall be completed in thirty (30) days. The Contractor is to remove and replace joint sealant as shown on the plans. The removal and replacement of joint sealant shall take place during scheduled night time closures between the hours of 2300 and 0530, local time, with work area access through Perimeter Gate 5. Removal & replacement of joint sealant under this contact shall take place in close coordination with the other concrete removal and replacement projects under 2011 Annual Airfield Pavement Rehabilitation. Also see Drawings CSOP-01 & CSOP-02 in Appendix 3 attached to this report. Milestone 6 must be completed by December 31, The Contractor is to complete all punch list work within this time frame. 3.2 Contractor Equipment Plan The Contractor will provide an equipment plan for the project duration. This plan will indicate the location and height of all construction equipment in order to determine the impact on Federal Aviation Regulation (FAR) Part 77 Airport imaginary surfaces. The maximum allowable height of construction equipment operating in the Airport Operations Area (AOA) is governed by FAA AC 150/5370-2E and FAR Part 77. When equipment is expected to penetrate the FAR Part 77 surfaces (for any runway in operation) or when cranes will be used on site, the Contractor will notify the Airport at least 90-days prior to the start of construction to coordinate the submittal of FAA Form to the FAA Regional Office. Permission to use cranes will be issued by the Airport after approval by the FAA. Contractor will comply with all conditions specified in the FAA s 7460 Approval Letter. The Contractor will also comply with all marking, lighting and precautionary provisions established by FAA AC 150/5370-2E. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

22 4.0 Construction Limits and Access General construction and safety practices must be followed for this project. Prior to the commencement of each Milestone a meeting will be held with DIA Operations for their final review and acceptance of the location of barricades and the use of flaggers in controlling the construction vehicles entering and leaving the work area. Listed below are specific requirements. Barricades will be utilized where required in order to separate aircraft operations from the construction limits. This safely allows construction to progress while providing continued operations capacity for the airport. Clean 36 or 42 inch orange weighted traffic channelizers (United Technologies #42164-CRU-16HP or equal) with reflective white stripes will be used to indicate closures indicated on drawings. No Contractor employees shall be allowed outside of the designated work areas. Pavement Closures of less than 12 Hours The following policy for marking temporary closures of less than 12 hours in duration on the Air Operations Area (AOA) has been developed for use at Denver International Airport in accordance with Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Though Section 3-9 of the Advisory Circular identifies separate hazard marking and lighting standards for use in the movement and non-movement areas, Airport Operations has elected to use a more stringent blend of the two as the single standard for use on the airfield. The purpose is to provide a uniform method of prominently delineating temporarily closed Taxiways and Ramp Areas with comprehensible warning indicators in an attempt to prevent damage, injury, and/or unnecessary traffic delays. This marking and lighting guideline is designed for temporary pavement closures less than 12 hours in duration, similar to a nightly closure request for the purpose of pavement rehabilitation. Closures of a longer duration may require additional marking and lighting beyond the standards listed below. This policy should in no way substitute or replace any other requirements outlined in either a project Safety Operational Plan or Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Minimum Standard The hazard marking and lighting must restrict access and make specific hazards obvious to pilots, vehicle drivers, and other personnel. Clean 36 or 42 inch orange weighted traffic cones with reflective white stripes are an acceptable method to identify and define the limits of construction and hazardous areas on the airport. At a minimum, cones shall be placed no farther apart than on every panel joint line moving transversely across the outer limits of the closed area (edge light to edge CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

23 light on taxiways). Based on panel sizes around the airport, this will give a minimum cone spacing distance of 20 feet on taxiways & runways* and 25 feet on ramp areas. (* Runway 17L/35R has 25 x 25 foot panels.) In the movement area, cones must not be more than 20 feet apart regardless of panel size. During reduced visibility or night hours, the cones shall be supplemented with red lights flashing (United Technologies 6V FL RED LENS W/YE # or equal) which must be of sufficient size and luminance to be visible from a reasonable distance. Clean 36 or 46 inch orange weighted traffic channelizers (United Technologies #42164-CRU-16HP or equal) with reflective white stripes will be used to indicate closures indicated on drawings. Final decision on compliance with these guidelines or the Advisory Circular rests with Airport Operations. See Appendix 2 for Photographs of cones & lights. Milestone 1 Barricades will be placed for the specific closure as detailed by the project phasing plan, as shown on plan sheet #CP005, and approved by DIA Operations. The haul route will be through Perimeter Gate #5 along Vandriver Street to the designated work site. Milestone 2 Barricades will be placed for the specific closure requested by the Contractor and approved by DIA Operations. The haul route will be through Perimeter Gate #5 along Vandriver Street to the designated work site. Milestone 3 Barricades will be placed for the specific closure as detailed by the project phasing plan, as shown on plan sheet #CP005, and approved by DIA Operations. The haul route will be through Perimeter Gate #5 along Vandriver Street to the designated work site. Milestone 4 Barricades will be placed for the specific closure as detailed by the project phasing plan, as shown on plan sheet #CP005, and approved by DIA Operations. The haul route will be through Perimeter Gate #5 along Vandriver Street to the designated work site. Milestone 5 Barricades will be placed for the specific closure requested by the Contractor and approved by DIA Operations. The haul route will be through the designated gate specified under Milestones 1, 2, 3 and 4. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

24 4.1 Airfield Vehicle and Equipment Operations All employees operating vehicles within the AOA must comply with all applicable rules and regulations described in the Rules and Regulations Governing the Denver Municipal Airport System. Construction vehicles and personnel are restricted to the immediate work area specified for this project. At no time will vehicles or personnel enter portions of the secure AOA outside the construction limits unless permitted under the guidelines of Airport Operations, or escorted by an Airport approved escort. A maximum number of six (6) vehicles will be allowed per escort. Contractor may provide Limited Access Route (LAR) trained personnel for escort as approved by Airport Operations Access and Haul Routes The Contractor s haul routes are shown on the Construction Safety Operational Plan Drawing #GI003. The Contractor will enter the work area of each through the approved gate. The Contractor will be required to maintain the entire AOA haul route for the duration of each project. Any newly constructed haul route should be returned to preconstruction condition at the end of the project, unless indicated otherwise. Use of unauthorized haul routes will not be accepted. The haul trucks must be covered at all times. In the event that any foreign object, spillage, debris, or dust builds up as a result of hauling operations, the Contractor will be required to immediately clean and remove the material. Hauling across active taxiways or access taxiways is strictly prohibited without prior approval of the Airport Dust Control The Contractor will control dust from his operation to a level acceptable to the Airport at all times. The Contractor will have vacuum brooms, watering trucks, and other necessary equipment available. All methods for controlling dust and debris will be subject to the Airport s approval. Dust and debris control will be strictly monitored due to its impact on aircraft safety. Failure to properly control dust and debris, or to respond to any requests to do so, will result in suspension of construction activities Vehicle Marking and Lighting All authorized construction vehicles and equipment will be marked with a flashing yellow beacon in accordance with AC 150/5210-5D, Painting, Marking, and Lighting of Vehicles used on an Airport. All vehicles must have approved beacons. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

25 5.0 Safety Requirements In addition to installing clean 36 or 42 inch orange weighted traffic cones with reflective white stripes, flashers, and maintaining access requirements described in Section 4.0, several other important safety requirements will be implemented to maintain a safe operating environment during construction. In general, DIA holds the overall responsibility for the construction activities related to the project. As such, the Airport will establish a set of guidelines that educate the Contractor about Airport Operations procedures, monitor the Contractor s operation while on the airfield, and identify the appropriate contacts in case of an emergency. A series of requirements have been developed to guide both the Airport and the Contractor in an effort to minimize safety risks. The requirements are grouped as follows: General Notification of Construction Activities NAVAID Protection Utilities Trenches and Excavations Radio Communication Construction Material Stockpiling Foreign Object Debris (FOD) Control Airport Access Control (see Section 6.0) 5.1 General Contractor personnel, DIA staff, and field inspectors directly involved with the project will be aware of the types of conditions, safety problems, and/or hazards identified each day at the Airport. To make sure that all personnel are aware, weekly meetings between management (including a DIA representative) and supervisory personnel and their employees will be held. At a minimum, this requires that all project personnel adopt the following responsibilities: Inspect all work and/or storage areas daily for which they are responsible to be aware of current conditions. Promptly take all steps necessary to remedy any unsafe or potentially unsafe conditions discovered. Coordinate with the construction manager to insure immediate corrective action is undertaken. Before commencement of a construction activity, will coordinate with the Airport s Project Manager or their designated representative for appropriate NOTAM issuances by Airport Operations. (Refer to Section 5.2.1). Barricades and flaggers are required as shown in the drawings and will be used to clearly separate construction from other parts of the AOA, and to identify isolated CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

26 hazards, such as open structures, excavations, areas under repair, stockpiled material, etc. 5.2 Notification of Construction Activities DIA Operations will follow procedures for notifying the Airport and the FAA of any conditions adversely affecting the operational safety at the Airport Notices to Airmen (NOTAM) Airport Operations will issue a NOTAM to provide information to pilots and air traffic personnel on closed areas or hazardous conditions. DIA staff will coordinate the issuance, maintenance, and cancellation of NOTAMs regarding Airport conditions resulting from construction activities. Any person having reason to believe that a NOTAM is missing, incomplete or inaccurate must notify the appropriate point of contact. Direct coordination between the Contractor and designated representative of the Project Manager will be required to foresee closures or other hazardous conditions resulting from construction activities. This information will be discussed during the weekly progress meetings Airport Operations Notification This Construction Safety Operational Plan requires that the Contractor notify the Airport s Project Manager or their designated representative in advance of any required utility shutdown or disruption, and of any hazardous materials discovered on the Airport. 5.3 NAVAID Protection Special consideration must be made for construction activities, materials/equipment storage, and vehicle parking near electronic Navigational Aids (NAVAIDS) because they may interfere with signals essential to air navigation, obstruct the line-of-sight from the Air Traffic Control Tower (ATCT), and/or limit access to the equipment and instruments for maintenance. The Contractor shall coordinate with the designated representative of the Project Manager for the shutdown of NAVAIDS. Additionally, construction staging and material stockpile locations have been identified in the plan set in locations that limit airfield and vehicle interference. However, this plan should be discussed between the Airport s Project Manager or their designated representative and the Contractor before commencing any construction activities. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

27 5.4 Utilities Attention will be given to preventing unscheduled interruption of utility services and facilities. The location of all cables and utilities will be identified prior to construction activities. There should be coordination between the Contractor, construction manager, Airport Operations, FAA, National Weather Service, utility companies, and any other appropriate entities or organizations. NAVAIDS, Weather Service facilities, electric cables, and other utilities must be fully protected during the construction duration. Power, communication, and control cables leading to and from any FAA NAVAIDS, Weather Service, and other facilities will be coordinated by the Contractor and marked in the field by the appropriate individuals before any work in their general vicinity is started. 5.5 Trenches and Excavations The Contractor must prominently mark open trenches and excavations at the construction site with orange flags and light with red flashing lights (acceptable to DIA) during hours of restricted visibility or darkness Runway Safety Area Open trenches or excavations are not permitted within 305 feet of the runway centerline and at least 1,000 feet from the runway end while the runway is open. If the runway must be opened before excavations are back-filled, cover the excavations appropriately. Covering for open trenches or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the runway Taxiways and Aprons Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the drop-off is marked and lighted. 5.6 Radio Communication Radio communications between Airport Operations, and the FAA will be the responsibility of the designated representative of the Project Manager regarding movement of equipment, trucks, etc., across active aircraft areas. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

28 5.7 Construction Material Stockpiling Stockpiled materials are not permitted within the Runway Safety Area (RSA), Object Free Area (OFA), Obstacle Free Zone (OFZ), or Part 77 Surface of an operational runway. Any materials and/or equipment adjacent to these areas will be visibly marked with red flags and lighted during hours of restricted visibility or darkness. The proposed construction staging areas within the Airport Operations Area (AOA) will vary depending on the location of the proposed work for that specific night. 5.8 Foreign Object Debris (FOD) Trash or other materials with the potential to cause damage to aircraft landing gears, propellers, and jet engines is known as foreign object debris (FOD). As such, the Contractor will not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be continuously removed during the construction project and prior to opening any pavement surfaces. Contractor supplied vacuum sweeper(s) will be used to clean the affected pavement surfaces to ensure all material and FOD is removed from the work site. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

29 6.0 Airport Security Office Participant guidelines are outlined in Denver Municipal Airport System Rules and Regulations Part 20. A Contractor must be sponsored by an Air Carrier, Tenant or by the City and County of Denver. Once a Contractor Company has been sponsored they must designate an Authorizing Agent. Each Contractor (or Subcontractor) requiring access to the Restricted Area, Sterile Area, or Secured Area shall become a Participant in the Airport Security Program, and remain in good standing in order to retain Airport Security privileges. The sponsorship establishes that a Contractor (including Subcontractors) has legitimate business at the Airport. All construction contractors must submit a Participant Sponsorship form signed by their sponsor. A company sponsoring a Participant shall immediately notify Airport Security when any sponsorship is terminated. A Sub-contractor Company working under its own entity must be sponsored by a Contractor Company. The Sub-contract Company must designate its own Authorizing Agent(s). Each Participant shall designate an Authorizing Agent to ensure the Participant s compliance with the Airport Security Program and act as the point of contact between the Participant and Airport Security. The Authorizing Agent shall be designated in writing to Airport Security by the Participant. The Authorizing Agent(s) is responsible for signing and verifying all information on the Denver International Airport Fingerprinting and Badge Applications. All submitted applications must be an original. It is the Authorizing Agent(s) responsibility to ensure that Airport Security maintains valid contact information. The Authorizing Agent must maintain a current and valid Airport Identification Badge. The security status of the Airport is subject to change without notice. These security requirements are applicable to the current security status of the Airport. Should the security status of the Airport change at any time during the term of the Agreement, a written notice shall be issued to the Contractor detailing all applicable security modifications. The Contractor must take immediate steps to comply with those security modifications. The Contractor shall return to the City, at Agreement completion or termination, or upon demand by the City, all access keys and Airport Id Badges issued to it by the City to Restricted Areas of the Airport. If the Contractor fails to return any such Airport Id Badge(s) or Airport Security Key(s) at the Agreement completion or termination or upon demand by the City, the Contractor shall be liable to the City for all the City s costs, including the City s labor costs for re-coring doors and any other work which is required to prevent compromise of the Airport security system. In order to collect such costs hereunder, the City may withhold funds in such amount from any amounts due and payable to the Contractor under the Agreement. CONSTRUCTION SAFETY OPERATIONAL PLAN CONTRACT NO.: CE10095 ISSUE FOR CONSTRUCTION: MARCH REV 0

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS Delete this Section in its entirety and replace with the following: SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS 905-1 DESCRIPTION: This

More information

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS Section Page 26-1 GENERAL... 26.1 26-2 PAVEMENT KEYCUTTING... 26.1 26-3 PAVEMENT PLANING... 26.2 26-4 PLANED PAVEMENT CONFORMS... 26.3

More information

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007 Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION March 22, 2007 Description: This work consists of furnishing and applying asphalt rubber binder followed by an application of treated cover aggregate

More information

SECTION RIGID PAVEMENT. 1. Portland Cement Concrete (PCC) pavement. 2. Section Aggregate Base Course.

SECTION RIGID PAVEMENT. 1. Portland Cement Concrete (PCC) pavement. 2. Section Aggregate Base Course. SECTION 02750 RIGID PAVEMENT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Portland Cement Concrete (PCC) pavement. B. Related Sections: 1.2 REFERENCES 1. Section 02315 Excavation. 2. Section 02721

More information

ADA APPROVED SURFACE APPLIED DETECTABLE WARNING SYSTEM

ADA APPROVED SURFACE APPLIED DETECTABLE WARNING SYSTEM ADA APPROVED SURFACE APPLIED DETECTABLE WARNING SYSTEM PART 1 GENERAL 1. RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions, apply to this Section.

More information

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building May 8, 2017 ADDENDUM #1 IFB 17-082 Resin Floor System For Highway Department Central District Building Addendum #1 is being issued to offer an alternate resin flooring system. 096700 FLUID-APPLIED FLOORING

More information

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS 6.1 DESCRIPTION This work shall consist of constructing curbs, gutters, sidewalks, ramps, local depressions and driveways of the form and dimensions shown

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

Section 505. CHIP SEALS

Section 505. CHIP SEALS Section 505. CHIP SEALS 505.01. Description. This work consists of preparing the pavement surface and providing and placing a single chip seal, double chip seal, or shoulder chip seal. 505.02. Materials.

More information

Water Pollution Control for Work in Sensitive Areas

Water Pollution Control for Work in Sensitive Areas Water Pollution Control for Work in Sensitive Areas 10-1. WATER POLLUTION CONTROL The Contractor is advised that failure to fully comply with the provisions of this Section, and all requirements listed

More information

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT). SECTION 32 01 16 ASPHALT OVERLAY PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for scarifying, grinding, sweeping and repair of existing asphalt concrete pavement to establish

More information

SECTION CAST-IN-PLACE CONCRETE

SECTION CAST-IN-PLACE CONCRETE SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. The Contractor shall furnish all work and materials, including cement, sand and coarse aggregate, water, admixtures, curing

More information

Joint- and Crack-Sealing Challenges

Joint- and Crack-Sealing Challenges A3C13: Committee on Sealants and Fillers for Joints and Cracks Chairman: Imad L. Al-Qadi Joint- and Crack-Sealing Challenges LARRY LYNCH, U.S. Army Engineer Waterways Experiment Station ROBERT STEFFES,

More information

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions. SECTION 31 23 33 - TRENCHING, BACKFILLING AND COMPACTION PART 1 - GENERAL 1.1 SCOPE A. This Section specifies the requirements for excavating and backfilling for storm sewer, sanitary sewer, water distribution

More information

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1.

ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART GENERAL 1. 07555 - ROOF BALLAST MATERIALS ARCHITECTURAL CONCRETE PAVING SLABS SRS LEVELING BLOCK SYSTEM INSTALLATION PART 1.00 - GENERAL 1.01 SUMMARY: A. The work of this section consists of furnishing and installing

More information

TECHNICAL SPECIAL PROVISION FOR CONCRETE REPAIRS. Financial Project ID , &

TECHNICAL SPECIAL PROVISION FOR CONCRETE REPAIRS. Financial Project ID , & TECHNICAL SPECIAL PROVISION FOR CONCRETE REPAIRS Financial Project ID 429140-1-52-01, 429140-2-52-01 & 428267-1-52-01 The official record of this Technical Special Provision is the electronic file signed

More information

Guideline Specification ACRYMAX ARS-1-C Reinforced Composite Elastomeric Membrane System for Concrete Roofs Fluid-Applied Roofing

Guideline Specification ACRYMAX ARS-1-C Reinforced Composite Elastomeric Membrane System for Concrete Roofs Fluid-Applied Roofing 221 Brooke Street Media, PA 19063 610-566-7470 Fax 610-891-0834 Website www.acrymax.com e-mail info@acrymax.com This document is intended to provide guidelines for the proper specification and application

More information

SECTION FLEXIBLE PAVING

SECTION FLEXIBLE PAVING SECTION 321200 PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. Include GENERAL CONDITIONS and applicable parts of Division 1 as part of this Section. B. Examine all Drawings and other Sections of the Specifications

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

FIVE STAR PRODUCTS, INC. (800)

FIVE STAR PRODUCTS, INC.  (800) FIVE STAR PRODUCTS, INC. www.fivestarproducts.com (800) 243-2206 Page 1 of 11 DESIGN-A-SPEC GUIDELINES FIVE STAR RS ANCHOR GEL CONTENTS PART A - GENERAL CONDITIONS PART B - MATERIAL SPECIFICATIONS PART

More information

Rust-Oleum Industrial Brands Specification

Rust-Oleum Industrial Brands Specification Rust-Oleum Industrial Brands Specification Coating Specification for Rust-Oleum Virtual Solutions Coating Solution 2 A solvent based coating system High Performance 9100/9800 System DTM Epoxy Mastic/DTM

More information

DIVISION 3 HEAVY DUTY CONCRETE FLOOR TOPPING SECTION 03340

DIVISION 3 HEAVY DUTY CONCRETE FLOOR TOPPING SECTION 03340 DIVISION 3 HEAVY DUTY CONCRETE FLOOR TOPPING SECTION 03340 PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The General provisions of the contract, including GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS AND

More information

DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING

DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING (TO RESTORE EPDM MEMBRANES) PART 1 GENERAL 1.01 DESCRIPTION A. The scope of this design guideline is to describe the installation of the ALDOCOAT Silicone reflective

More information

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY

805 - WORK ZONE TRAFFIC CONTROL & SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY SECTION 805 WORK ZONE TRAFFIC CONTROL AND SAFETY 805.1 DESCRIPTION Provide, erect, maintain and remove traffic control devices as shown in the Contract Documents. On roadways that carry traffic through

More information

Broadcast Parking Garage System

Broadcast Parking Garage System AIA Specification Part 1 General Broadcast Parking Garage System 1.01 Work Included A. All work to be provided in this section shall include material, labor, and equipment necessary to furnish the complete

More information

CW 3615 RIPRAP TABLE OF CONTENTS

CW 3615 RIPRAP TABLE OF CONTENTS December 2014 SPECIFICATION CW 3615 R4 CW 3615 RIPRAP TABLE OF CONTENTS 1. GENERAL CONDITIONS... 1 3. DESCRIPTION... 1 5. MATERIALS... 1 5.1 General... 1 5.2 Rock... 1 5.3 Random Stone Riprap... 1 5.4

More information

SECTION RESINOUS FLOORING or SECTION QUARTZ FLOORING

SECTION RESINOUS FLOORING or SECTION QUARTZ FLOORING SECTION 09 67 23 RESINOUS FLOORING or SECTION 09 67 26 QUARTZ FLOORING PART 1 - GENERAL 1.1 SUMMARY (Specification writer shall add, delete or amend, as deemed necessary) A. Provide all labor, materials,

More information

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT 901.1 DESCRIPTION Design, implement, inspect and maintain appropriate best management practices to minimize or eliminate erosion, sediment and other pollutants

More information

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES Section SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL... 39-1 39-2 PRECAST CONCRETE MANHOLES... 39-1 39-2.01 Precast Concrete Storm Drain Manholes... 39-1 39-3 SADDLE MANHOLES... 39-2 39-3.01 Saddle

More information

Recommended Practices for Crack Sealing HMA Pavement

Recommended Practices for Crack Sealing HMA Pavement 2008-54 Recommended Practices for Crack Sealing HMA Pavement Take the steps... Research...Knowledge...Innovative Solutions! Transportation Research Technical Report Documentation Page 1. Report No. 2.

More information

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 DESCRIPTION A. Temporary Utilities: Electricity, lighting, heating, cooling, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, erosion control, exterior

More information

ESTIMATE OF QUANTITIES

ESTIMATE OF QUANTITIES ESTIMATE QUANTITIES STATE S.D. SHEET NO. TOTAL SHEETS 2 12 SPECIFICATIONS TEMPORARY PAVEMENT MARKING, Continued STATE S.D. SHEET NO. TOTAL SHEETS 3 12 South Dakota Standard Specifications for Roads and

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

ITEM P-631 REFINED COAL TAR EMULSION WITH ADDITIVES, SLURRY SEAL SURFACE TREATMENT

ITEM P-631 REFINED COAL TAR EMULSION WITH ADDITIVES, SLURRY SEAL SURFACE TREATMENT 9/30/2009 AC 150/5370-10E ITEM P-631 REFINED COAL TAR EMULSION WITH ADDITIVES, SLURRY SEAL SURFACE TREATMENT 631-1.1 GENERAL. This item shall consist of a mixture of refined coal tar emulsion, mineral

More information

Strong-Seal Sealant Specification, a permanent method of sealing the interior of the chimney and casting in manholes and catch basins.

Strong-Seal Sealant Specification, a permanent method of sealing the interior of the chimney and casting in manholes and catch basins. Strong-Seal Sealant Specification, a permanent method of sealing the interior of the chimney and casting in manholes and catch basins. Intent: A method of providing corrosion protection and a flexible

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT 2018.03 EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3 The following changes are made to the Proposal, Specifications, and Plans. PROPOSAL Proposal Sheets

More information

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction 1.00 DESCRIPTION 1.01 WORK INCLUDED: This work shall include the furnishing of all labor, equipment and materials necessary

More information

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012 CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS General Inmation Bidders Sealed bids must be received by 12:00 Noon, Monday, April 23, at the Wascott Town Hall as stated in the public notice and advertisement

More information

May 2004 Traffic Control 600-i. Table of Contents 601 WORK ZONE TRAFFIC CONTROL DESCRIPTION OF WORK

May 2004 Traffic Control 600-i. Table of Contents 601 WORK ZONE TRAFFIC CONTROL DESCRIPTION OF WORK DIVISION 600 Traffic Control SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION May 2004 May 2004 Traffic Control 600-i Section Table of Contents Page 601 WORK ZONE TRAFFIC CONTROL...601-1 601.1 DESCRIPTION

More information

SECTION RESILIENT SHEET FLOORING

SECTION RESILIENT SHEET FLOORING SECTION 09 65 16 RESILIENT SHEET FLOORING SPEC WRITER NOTE: Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1.

More information

ITEM 458 WATERPROOFING FOR STRUCTURES

ITEM 458 WATERPROOFING FOR STRUCTURES ITEM 458 WATERPROOFING FOR STRUCTURES 458.1. Description. This Item shall govern for the furnishing and placing of waterproofing on concrete and steel bridge decks of railroad structures and on other structures

More information

A. Submit product data sheets and literature verifying physical properties of materials.

A. Submit product data sheets and literature verifying physical properties of materials. I. GENERAL ACRYSHIELD ROOF MANAGEMENT SYSTEM Installation Guide Specification For Preserving EPDM Roofs 07500 Saving Money, Safeguarding the Environment One Roof at a Time. 1.01 SUMMARY A. Provide labor,

More information

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY Guidance on restoration of City Rights-of-Way Public Works Department Directors Office 747 Market Street Suite 408 Tacoma, WA 98402 253-591-5525 Right-of-Way

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION FOD PREVENTION CONTROLS

DIVISION 1 - GENERAL REQUIREMENTS SECTION FOD PREVENTION CONTROLS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 FOD PREVENTION CONTROLS PART 1: GENERAL This item shall consist of providing labor and equipment necessary to avoid the possibility for FOD (foreign object

More information

SECTION mil thickness COLD FLUID-APPLIED WATERPROOFING

SECTION mil thickness COLD FLUID-APPLIED WATERPROOFING SECTION 07 14 16 CCW-MIRASEAL @ 120 mil thickness COLD FLUID-APPLIED WATERPROOFING PART 1 - GENERAL 1.1 SECTION INCLUDES: Installation of waterproofing membrane on surfaces indicated on drawings, consisting

More information

Alligator Cracking. Light. Medium. High

Alligator Cracking. Light. Medium. High Alligator Cracking Description: A series of interconnecting cracks caused by fatigue failure on the asphalt concrete surface under repeated traffic loading. Causes: Loads in excess of the current pavement

More information

ARDEX GUIDE SPECIFICATION ARDEX CD Concrete Dressing and ARDEX CD FINE Concrete Dressing Polymer-Modified, Portland Cement-Based, Resurfacing Compound

ARDEX GUIDE SPECIFICATION ARDEX CD Concrete Dressing and ARDEX CD FINE Concrete Dressing Polymer-Modified, Portland Cement-Based, Resurfacing Compound ARDEX GUIDE SPECIFICATION ARDEX CD Concrete Dressing and ARDEX CD FINE Concrete Dressing Polymer-Modified, Portland Cement-Based, Resurfacing Compound SECTION 03 01 30 MAINTENANCE OF CAST-IN-PLACE CONCRETE

More information

SECTION A. American Society for Testing and Materials (ASTM):

SECTION A. American Society for Testing and Materials (ASTM): hp.seal-krete.com 306 Gandy Rd., Auburndale, FL 33823-2723 800.323.7357 863.967.1535 fax:863-965.2326 Seal-Krete High Performance Epoxy-Shell WB 50 Product Specification GUIDE SPECIFICATION SECTION 09725

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

SPECIFICATIONS SCOPE OF WORK

SPECIFICATIONS SCOPE OF WORK SPECIFICATIONS SCOPE OF WORK The intent of this contract is for the supply of all necessary labour, materials, and equipment to install underground traffic signal plant, vehicles detection loops, installation

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.05 EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0 The bid opening date is Thursday March 15, 2018 at 11:00 a.m. The following changes

More information

Item P-629 Thermoplastic Coal Tar Emulsion Surface Treatments Micro-Surface Type A

Item P-629 Thermoplastic Coal Tar Emulsion Surface Treatments Micro-Surface Type A Item P-629 Thermoplastic Coal Tar Emulsion Surface Treatments Micro-Surface Type A DESCRIPTION 629-1.1. This item shall consist of an application of a Thermoplastic Resin Coal Tar Emulsion Micro- Surface,

More information

SECTION JOINT SEALANTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS

SECTION JOINT SEALANTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS SECTION 07-9200 - JOINT SEALANTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification

More information

SECTION 616 TEMPORARY TRAFFIC CONTROL

SECTION 616 TEMPORARY TRAFFIC CONTROL SECTION 616 TEMPORARY TRAFFIC CONTROL 616.1 Description. This work shall consist of furnishing, installing, operating, maintaining, cleaning, relocating and removing temporary traffic control devices and

More information

Park County Public Works Department 1246 CR 16 P.O. Box 147 Fairplay, Colorado (office), (fax) SCOPE OF WORK

Park County Public Works Department 1246 CR 16 P.O. Box 147 Fairplay, Colorado (office), (fax) SCOPE OF WORK Park County Public Works Department 1246 CR 16 P.O. Box 147 Fairplay, Colorado 80440 719-836-4277 (office), 719-836-4275(fax) SCOPE OF WORK Contractor to verify ALL distances/dimensions stated herein.

More information

International Polished Concrete Institute November 2006 Toll Free (866) Website

International Polished Concrete Institute November 2006 Toll Free (866) Website International Polished Concrete Institute November 2006 Toll Free (866) 421-9550 Website www.ipcionline.org E-mail info@ipcionline.org SECTION 03365 POLISHED CONCRETE FLOOR SYSTEM PART 1 GENERAL 1.1 SECTION

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

2011 Regional Asphalt Meetings. Frequently Asked Questions

2011 Regional Asphalt Meetings. Frequently Asked Questions 2011 Regional Asphalt Meetings Frequently Asked Questions Quiet Pavement Questions 1. Based on the data from the SR 234 site, the decibel difference between the dense graded and PFC was only 1 dba. Is

More information

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER BID # 14-47 REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey

More information

BIO-AQUIFER STORM SYSTEM

BIO-AQUIFER STORM SYSTEM BIO-AQUIFER STORM SYSTEM Specifications for Construction PART 1 GENERAL 1.01 SECTION INCLUDES A. Providing labor, materials, tools and equipment to furnish and install a permeable concrete paving stone

More information

Engine Bay Floors Floor Resurfacing 4000

Engine Bay Floors Floor Resurfacing 4000 Engine Bay Floors Floor Resurfacing 4000 P.O. Box 341 Macungie, PA 18062 610.530.7710 800.573.9198 www.enginebayfloors.com 1.1 SUBMITTALS Flooring Specification SECTION 1 GENERAL A. Product Data: Submit

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

KOSTER AMERICAN CORPORATION

KOSTER AMERICAN CORPORATION Section 09699 PART 1 GENERAL Water Vapor Emission Control Systems 1.1 RELATED DOCUMENTS A. Drawings, documents, and general provisions of the Contract, including, but not necessarily limited to, General

More information

Maintenance & Rehabilitation. Treatments. Crack Sealing. Sealant Types. Asphalt Pavement Preservation: Identification of Alternative Treatments

Maintenance & Rehabilitation. Treatments. Crack Sealing. Sealant Types. Asphalt Pavement Preservation: Identification of Alternative Treatments Asphalt Pavement Preservation: Evaluation, Maintenance & Rehabilitation Maintenance & Rehabilitation Treatments Identification of Alternative Treatments Before selecting a treatment for a pavement, we

More information

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation)

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) PART 1 GENERAL SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) 1.01 SCOPE This specification includes the materials and procedures required for the internal sealing of the frame-chimney

More information

Florock Seamless Flooring Systems

Florock Seamless Flooring Systems Architectural Specification FloroCrete RT Rake/Trowel Urethane Mortar 3/16-1/4 (4.5-6.0 mm) Floor Resurfacing System Part 1: General 1.01 System Description A. System I Skid-Resistant Finish Resurfacing

More information

Student Services & Classroom Addition

Student Services & Classroom Addition SECTION 321216 - ASPHALT PAVING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

SECTION 806 MANHOLE REHABILITATION

SECTION 806 MANHOLE REHABILITATION SECTION 806 MANHOLE REHABILITATION 806-1 DESCRIPTION: This specification consists of all work, materials, labor and equipment required for manhole rehabilitation for the purpose of eliminating infiltration

More information

1.02 DESCRIPTION A. This Section specifies furnishing and installing Surface Applied Detectable/Tactile Warning Surface Tiles where indicated.

1.02 DESCRIPTION A. This Section specifies furnishing and installing Surface Applied Detectable/Tactile Warning Surface Tiles where indicated. SURFACE APPLIED DETECTABLE/TACTILE WARNING SURFACE TILE PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions and Division 1 Specifications

More information

Section 504. MICRO-SURFACING

Section 504. MICRO-SURFACING 504.01 Section 504. MICRO-SURFACING 504.01. Description. This work consists of preparing existing pavement and providing and placing a micro-surfacing mixture. 504.02. Materials. Provide materials in accordance

More information

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES

Construction Best Management Practices Handbook BEST MANAGEMENT PRACTICES Construction Best Management Practices Handbook www.montereysea.org BEST MANAGEMENT PRACTICES 26 www.montereysea.org Construction Best Management Practices Handbook VEHICLE TRACKING AND DUST CONTROL IN

More information

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS

More information

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction Warm Mix Asphalt (WMA) Guide Specification for Highway Construction Division 400 - Asphalt Pavements and Surface Treatments SECTION 4XX - WARM MIX ASPHALT (WMA) PAVEMENT Warm mix asphalt (WMA) is the generic

More information

BASE CONSTRUCTION MATERIALS A Aggregate

BASE CONSTRUCTION MATERIALS A Aggregate BASE CONSTRUCTION 2211 AGGREGATE BASE 2211.1 DESCRIPTION This work consists of placing aggregate base. 2211.2 MATERIALS A Aggregate... 3138 Provide the class of aggregate as required by the contract. 2211.3

More information

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION SECTION 74 AIRPORT OBSTRUCTION LIGHTS (FAA L-119) 74-1 GENERAL The Contractor shall perform all work required by the plans and specifications for construction of obstruction lights in accordance with the

More information

STATEMENT OF WORK AIRSIDE BITUMINOUS CONCRETE PAVEMENT REPAIR (ON-CALL)

STATEMENT OF WORK AIRSIDE BITUMINOUS CONCRETE PAVEMENT REPAIR (ON-CALL) STATEMENT OF WORK AIRSIDE BITUMINOUS CONCRETE PAVEMENT REPAIR (ON-CALL) METROPOLITAN WASHINGTON AIRPORTS AUTHORITY FACILITIES ENGINEERING DIVISION, MA-121 RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON,

More information

Extraction and Sieve Analysis ( µm minus) Forming Marshall Specimens, Field Method

Extraction and Sieve Analysis ( µm minus) Forming Marshall Specimens, Field Method 3.56 COLD IN-PLACE RECYCLING 3.56.1 GENERAL This specification covers the requirements for Cold In-Place Recycling (CIR) which consists of reclaiming the existing asphalt pavement; sizing the reclaimed

More information

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING SECTION 334701 - WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The Contractor shall provide all labor, materials, tools, and equipment required

More information

SUPPLEMENTAL SPECIFICATION HIGH PERFORMANCE CHIP SEAL

SUPPLEMENTAL SPECIFICATION HIGH PERFORMANCE CHIP SEAL May 21, 2008 HIGH PERFORMANCE CHIP SEAL 411 High Performance Chip Seal 411.1 Description High Performance Chip Seal is a high macro-texture surface treatment that is applied in a continuous operation.

More information

PAYING ATTENTION TO DETAIL by Bob Cusumano

PAYING ATTENTION TO DETAIL by Bob Cusumano PAYING ATTENTION TO DETAIL by Bob Cusumano Painting contractors are often required to install caulk or sealant in exterior joints. Too often, the sealant is simply gunned into the joint until it s filled

More information

Attachment 6 DETAILED SPECIFICATIONS

Attachment 6 DETAILED SPECIFICATIONS GROUP 33700 Fine and Coarse Aggregates PAGE 1 of 15 Attachment 6 DETAILED SPECIFICATIONS REFERENCES: References are made herein to the New York State Department of Transportation Standard Specifications,

More information

A. Texas Department Transportation 2004 Standard Specifications for Construction of Highways, Streets and Bridges (TxDOT):

A. Texas Department Transportation 2004 Standard Specifications for Construction of Highways, Streets and Bridges (TxDOT): SECTION 31 32 13.16 CEMENT STABILIZATION PART 1 GENERAL 1.1 SCOPE OF WORK A. This Section pertains to the specifications for cement stabilization of sandy or silty soil and consists of pulverizing, addition

More information

MS-2A LINER SPECIFICATIONS: for STRUCTURAL REPAIR and SEALING of MANHOLES

MS-2A LINER SPECIFICATIONS: for STRUCTURAL REPAIR and SEALING of MANHOLES MS-2A LINER SPECIFICATIONS: for STRUCTURAL REPAIR and SEALING of MANHOLES INTENT: To provide a system for reconstruction of concrete or masonry structures to stop inflow, infiltration, exfiltration, and

More information

SECTION BITUMINOUS CONCRETE PAVEMENT

SECTION BITUMINOUS CONCRETE PAVEMENT SECTION 321216 BITUMINOUS CONCRETE PAVEMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

More information

550 Surface Treatments

550 Surface Treatments Table of Contents 550 Surface Treatments... 550-1 550.1 Introduction... 550-1 551 Crack Sealing... 550-1 551.1 Project Selection... 550-1 551.2 Design Considerations... 550-1 552 Chip Sealing... 550-2

More information

Wood Floor Bonding Systems

Wood Floor Bonding Systems Part 1 - General Wood Floor Bonding Systems DIVISION 9 - FINISHES Section 09 64 00 Wood Flooring Wood Parquet Flooring Spec Component: SC-301-0809 SikaBond-T35 1.01 Summary A. This specification describes

More information

PERM-FLEX ASSEMBLY DIRECT APPLICATION TO CEMENTITIOUS SUBSTRATES MANUFACTURERS SPECIFICATION / SECTION 09960

PERM-FLEX ASSEMBLY DIRECT APPLICATION TO CEMENTITIOUS SUBSTRATES MANUFACTURERS SPECIFICATION / SECTION 09960 STUC-O-FLEX PERM-FLEX ASSEMBLY DIRECT APPLICATION TO CEMENTITIOUS SUBSTRATES MANUFACTURERS SPECIFICATION / SECTION 09960 PART 1 - GENERAL 1.01 DESCRIPTION Provide all labor, materials and equipment necessary

More information

1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas.

1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas. SECTION 1300 - ASPHALTIC CONCRETE PAVEMENT 1301 SCOPE. This section covers asphaltic concrete (AC) pavement for roadways and parking areas. 1302 GENERAL. Pavement shall be constructed to the lines, grades,

More information

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS

CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS CW 3170 EARTHWORK AND GRADING TABLE OF CONTENTS 1. GENERAL CONDITIONS...1 3. DESCRIPTION...1 5. MATERIALS...1 5.1 General...1 5.2 Handling and Storage of Materials...1 5.3 Testing and Approval...1 5.4

More information

Section COATING RESTORATION

Section COATING RESTORATION Sto Corp. 3800 Camp Creek Parkway Building 1400, Suite 120 Atlanta, GA 30331 Tel: 404-346-3666 Toll Free: 1-800-221-2397 Fax: 404-346-3119 www.stocorp.com 80658R StoColor Texture - Coarse Textured Acrylic-Based,

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-03 01 30.71 (April 2006) ----------------------------- Preparing Activity: NAVFAC Replacing without change UFGS-03930 (September 1999) UNIFIED FACILITIES GUIDE SPECIFICATIONS

More information

SECTION EPOXY FLOORING SYSTEMS

SECTION EPOXY FLOORING SYSTEMS SECTION 09800 EPOXY FLOORING SYSTEMS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification

More information

There is an inspection report prepared after the Digester cleaning was carried out.

There is an inspection report prepared after the Digester cleaning was carried out. TERMS OF REFERENCE FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE REPAIRS AND GASPROOFING OF DIGESTER NO.2 AT THE GUELPH WASTEWATER TREATMENT PLANT BACKGROUND The work generally consists of Repairs

More information

SECTION COLD APPLIED RUBBER MODIFIED ASPHALT WATERPROOFING

SECTION COLD APPLIED RUBBER MODIFIED ASPHALT WATERPROOFING P.O. Box 599 - Mars, PA 16046 800-321-3337 SECTION 07555 COLD APPLIED RUBBER MODIFIED ASPHALT WATERPROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including

More information

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-1 DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts, and storm drains, removal of existing storm pipes, connections to existing

More information

DIVISION 04 MASONRY. Section Title Number MASONRY Maintenance of Masonry Masonry Mortaring Masonry Accessories

DIVISION 04 MASONRY. Section Title Number MASONRY Maintenance of Masonry Masonry Mortaring Masonry Accessories 04 00 00 MASONRY 04 01 00 Maintenance of Masonry 04 01 20 Maintenance of Masonry 04 05 13 Masonry Mortaring 04 05 23 Masonry Accessories 04 20 00 UNIT MASONRY 04 21 00 Clay Unit and Brick Veneer 04 22

More information