Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
ADDENDUM NO. 1 / SPECIFICATION NO. 201630 Page 1 of 3
OCTOBER 31, 2016
ADDENDUM NO. 1
FOR
UNITED AIRLINES EMPLOYEE PARKING LOT RECONSTRUCTION
SPECIFICATIONS AND CONTRACT DOCUMENTS NO. 201630 CDA Project Number H7104.15-01
For which Bids were scheduled to be opened in the office of the Chief Procurement Officer, Department of Procurement Services, Room 301, City Hall, 121 N. LaSalle Street, Chicago, IL 60602 at 11:00 a.m., Central Time, November 4, 2016. The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents.
BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE.
REVISIONS TO CONTRACT DOCUMENTS
SECTION 1. NOTICE OF REVISIONS/CHANGES/CLARIFICATIONS
1. Bid Opening Date has been extended to November 15, 2016, 11:00 a.m. Central time.
SECTION 2. DRAWINGS
Section Number Change
C-102 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”
C-103 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”. Add call out to added proposed detail and notes on SHT C-104
C-104 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”. Add proposed detail and notes
C-401 Revised references to “Preformed Expansion Joint” and “Strip Seal Expansion Joint”
C-402 Revised references to “Preformed Expansion Joint” and “Strip Seal Expansion Joint”
C-403 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”
ADDENDUM NO. 1 / SPECIFICATION NO. 201630 Page 2 of 3
C-404 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”
C-405 Revised references to “Elastomeric Concrete Overlay” and “Latex Modified Concrete Overlay”
SECTION 3. PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS
Section Number Change
Page v Revised Bid Opening Date to November 15, 2016.
Page S3-2
Section 3 Schedule Of Prices Revised as follows:
Item 20, Revised Pay Item P-154-01 Description to: PAVING – FROST PROTECTION COURSE, CA-6 – 8” (This material is to be provided by Contractor)
Item 25, Revised Pay Item No. to 03320-01. Revised Pay Item Description to: Latex Modified Concrete. Revised Unit to: CY. Updated quantity.
Note 5 (see page S3-3)
Page S3-3
Clarification of note #5; referring to the Part Two of Three, General Conditions of Article XIV – Part B Section 1A. “The safety representative shall have the project safety responsibilities as his or her exclusive responsibility and not have any other responsibilities regarding this project unless the Commissioner specifies otherwise in Part 1 of the Contract Documents.” 5) The Commissioner has determined per Part Two, General Conditions that the safety representative for this project may be permitted to have other responsibilities.
SECTION 4. PART THREE OF THREE TECHNICAL SPECIFICATIONS
Section Number Change
Section 01400 Replace in its entirety Section Q-100 of the Part Three of Three, Technical Specifications with the attached new Section 01400 of the Part Three of Three, Technical Specifications.
Section 03320 Added new Section 03320 “Latex Modified Concrete” of the Part Three of Three, Technical Specifications.
Section P-154 Change Paragraph 5.01.C.1 to read: Item P-154-01- Paving- Frost Protection Course, CA-6-8”. (This material is to be provided by Contractor.)
Section P-612 Revised Paragraph 4.01.A and 5.01.A to state that Elastomeric Concrete is measured and paid as incidental to P-613-01, Strip Seal Expansion Joint.
Section P-613 Revised Paragraph 5.01.A to state includes Elastomeric Concrete as incidental to P-613-01, Strip Seal Expansion Joint.
Section Q-100 Removed in its entirety. Replaced by Section 01400.
ADDENDUM NO. 1 / SPECIFICATION NO. 201630 Page 3 of 3
SECTION 5. RESPONSES TO QUESTIONS/REQUESTS FOR CLARIFICATION The following questions and requests for clarification were submitted in accordance with the instructions provided in the Contract Documents. The City’s response (shown in bold italics) follows each question or request for clarification in the table below:
Question 1: There are some inconsistencies within the details for the overlay of the parking lot. 5 & 8/C-102 both indicate elastomeric overlay, where 6/C-102 indicates latex modified concrete overlay. Specification P-612 indicates we are to defer to P-613 in regards to the manufactures recommendation for this type of material. Elastomeric concrete is extremely expensive in nature, standard practice within IDOT specifications would be for a polymer or latex type overlay. Please confirm that the intent for Item 25 (P-612-01) ‘Elastomeric Concrete – 1” to 5”’ is to cover the entire parking lot area with this type elastomeric of overlay.
Response: Per this addendum, Latex Modified Concrete has been added to the contract and the amount of Elastomeric Concrete has been reduced. Specification P-612 and contract drawings (C-102, C-103, C-104, C-403, C-404, and C-405) are revised to limit Elastomeric Concrete to be localized and incidental to the Strip Seal Expansion Joint. A new specification 03320 is issued for Latex Modified Concrete and Pay item 25 is revised to be “Latex Modified Concrete”, per Cubic Yard.
In accordance with paragraph 13 of the “Requirements for Bidding and Instructions for Bidders” in Part One of Three of the Specifications, the deadline for questions has passed. No additional questions will be answered prior to bid opening except as the Chief Procurement Officer, in her sole discretion, deems to be in the best interest of the City.
END OF ADDENDUM NO. 1 CITY OF CHICAGO JAMIE L. RHEE DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-1
02.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:2
7 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
TERMINAL 1 BASEMENT
GREEN SPACE
1'-4"
3"
1'-0"
10 1/2 "
EXISTING CONDITION1
TYPICAL CROSS SECTION
EXISTING PAVEMENT3
EXISTING CONDITION2
RING TUNNEL - T1 BASEMENT
C-301
-
C-304
4
TYPICAL CROSS SECTIONC-401
#5 @ 12'' C-C
EL = 636.00TUNNEL FLOOR
BASEMENT ROOF
EL = 632.00BASMENTTERMINAL 1
EL = 632.00BASMENTTERMINAL 1
EL= 648.875SURFACE
TUNNELTIED TO RING CONCRETE SLAB REINFORCED
5
-
#5 @ 12'' C-C
TERMINAL 1 BASEMENTRING UTILITY TUNNEL
RING UTILITY TUNNEL
TERMINAL 1 BASEMENT
SURFACE PARKING LOT
SURFACE PARKING LOT
TUNNEL CEILING
ASPHALTBITUMINOUS
8
C-401
TUNNEL TIED TO RING
CONCRETE SLABREINFORCED
#5 @ 12'' C-C
TYPICAL
8"
8"
7
C-401
8"
10"
PAVEMENTCONCRETE PORTLAN CEMENT
TYPICAL SECTION
EL = 648.625TUNNEL ROOF
ROOFBASEMENT
PROPOSED CONDITIONS
GREEN SPACE
TERMINAL 1 BASEMENT
CONCRETE SLABREINFORCED
CEILINGBASEMENT
1% SLOPEPROPOSED
1% SLOPEPROPOSED
1'-4"
1'-0"
8"
#6 TIE BAR
NOTES:
DETAILS ARE NOT TO SCALE
DETAILS
EXISTING AND PROPOSED
C-102
SURFACE PARKING LOT SURFACE PARKING LOT
ASPHALTBITUMINOUS
PROPOSED SURFACE
BASEMENT ROOF
6
-
PROPOSED
BITUMINOUS ASPHALT - 3'' TO 8''
(CA-11) - 8'' BASE COURSE
AGGREGATE SUB
CONCRETE SLABREINFORCED
% GRADE
(CA-6) - 8'' COURSE
SUB BASEAGGREGATE
(CA-6)AGGREGATE SUB BASE COURSE
(CA-6)AGGREGATE SUB BASE COURSE
(CA-6)BASE COURSE AGGREGATE SUB
CONCRETE OVERLAYLATEX MODIFIED #5 @ 12'' C-C
TUNNEL CEILING
TUNNEL CEILING
RING TUNNEL - PCC SLAB
10'' PROPOSED PAVEMENT
#6 TIE BAR
SYSTEMJOINT EXPANSION STRIP SEAL AMORED
RING TUNNEL - EXPANSION JOINT SYSTEM
SECTION PROPOSED PAVEMENT TYPICAL
CONCRETE OVERLAYLATEX MODIFIED
- VARIBLE DEPTHCONCRETE OVERLAY LATEX MODIFIED
OVERLAYCONCRETE MODIFIED LATEX
CONCRETE LATEX MODIFIED
ADDENDUM NO. 110/19/161
1
1
1
11
11
C-1041
COVER1'' MINIUMIN
3"
SEE DETAIL 2
13'-4"
EL= 648.90SURFACEEXISTING
SEE DETAIL 5
VARIESDEPTH
~21'-0''
VARIESDEPTH
SEE DETAIL 6
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-1
02.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:3
4 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
11 PROPOSED CONDITIONS
NOTES:
DETAILS ARE NOT TO SCALE
C-103
10
C-403
9
C-405
FOR INFORMATIONAL USE ONLYISOMETRIC VIEW
-
DETAILS
PROPOSED
BITUMINOUS SURFACE ASPHALT
PROPOSED SURFACE
BITUMINOUS ASPHALT INTERFACE GURADRAIL FOOTING ATOP TUNNEL
(CONTINUOUS)TUNNEL REINFORCEMNT
(CONTINUOUS)TUNNEL REINFORCEMNT
UTILITY RING TUNNEL
TUNNEL CONCRETE ROOF
TUNNEL CONCRETE ROOF
BITUMINOUS SURFACE ASPHALT
EL = 650.67
EL = 649.13 EXISTING SIDEWALK
2'-0"
PCC GUARDRAIL FOOTING
LAYER ENDLATEX
FOR EXPOSED MERSUREMENTSREFER IDOT GUARDRAIL STANDARDS
EXISTING SUBGRADE
8" - FROST PROTECTION CA-6
UTILITY RING TUNNEL
TUNNEL CONCRETE, TIE BAR TO
8" - REINFORCED
TIE BAR TO TUNNELREINFORCED CONCRETE,
SURFACEPROPOSED ASPHALT
#6 TIE BAR (TYP.)
8" - REINFORCED CONCRETE, TIE BAR TO TUNNEL
TUNNEL CONCRETE ROOF
2'-0''
2''
SURFACE ASPHALTBITUMINOUS
SURFACE ASPHALTBITUMINOUS
(TYP.)#6 TIE BAR @ 12" C-C
(TYP.)#6 TIE BAR @ 12" C-C
SLAB, TIE BAR TO TUNNELREINFORCED CONCRETE
(TYP.)LATEX MODIFIED CONCRETE OVERLAY
OVERLAY - VARIBLE DEPTHLATEX MODIFIED CONCRETE
1
ADDENDUM NO. 110/19/161
1
1
MIN. 2" THICKNESSOVERLAYLATEX MODIFIED CONCRETE
2"
MIN.
THICKNESSMIN. 2"
OVERLAY CONCRETE
MODIFIEDLATEX
VARIBLE DEPTH
VARIBLE DEPTH
ROADWAYVEHICLE
COMMERCIAL
MIN.
8''
8''
3" - TO MEET EXISTING
3" - TO MEET EXISTING
SURFACEJOINT FOR BITUMINOUSMINIMUM 2" BUTT
G
G
"W"
SECTION THRU EXPANSION JOINT "SSCM2" FRAME RAIL
FIELD SPLICE
FRONT FACE OF "SSCM2" RAIL
SEAL WELD
FRONT VIEW WELD LIMITS REAR VIEW
SEAL WELD (SHOP WELDS ONLY)
"SSCM2" SHOP & FIELD SPLICE DETAIL
0 5/8 "
0 5/8 "
0 7/16 "
1 1/4 "
3 3/4 "
0 7/16 "
0 3/8 "
1'-0"
3"
1'-0"
6"
BARRIER FACE
START UPTURN AT
45°00'00"
22°30'00''
BLOCKOUT CONCRETE ABOVE UPTURN
"SSCM2" FRAME RAIL
2"
8 1/2 "
10 1/16 "
1 9/16 "
6"
6"
"SSCM2" FRAME RAIL
5/8" x 6" STUD ANCHOR (TYP.)
1'-0" O.C.; 6" ALT.CTR.
5/8" x 6" STUD ANCHOR
UPTURN DETAIL @ TRAFFIC BARRIER
RAIL TREATMENT @ HIGH SIDE
1/8" 1/4"
1/4(1/4)
SEE SHOP SPLICE
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-1
04.D
GN
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:4
1 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
DETAIL
SYSTEM
EXPANSION JOINT
C-104
11.
10.
9.
8.
7.
6.
5.
4.
3.
2.
1.
ALL STEEL COMPONENTS SHALL BE GALVANIZED AFTER FABRICATION.
SYSTEM SHALL BE MADE AT NO ADDITIONAL COST.
REQUIRED FIELD MODIFICATIONS FOR INSTALLATION OF STRIP SEAL
BE FOLLOWED.
THE MANUFACTURER'S RECOMMENDED INSTALLATION METHODS SHALL
BE ALLOWED.
MANUFACTURER TO MANUFACTURER. FLANGED EDGE REAIL WILL NOT
EDGE REAILS AND MATCHING STRIP SEAL MAY VARY FROM
MINIMUM DIMENSIONS. THE ACTUAL CONFIGURATION OF THE LOCKING
THE HEIGHT, WIDTH AND THICKNESS OF THE LOCKING EDGE RAILS ARE
BREAKS IN SURFACE.
FIELD SPLICES TO BE PLACED AT CROWN BREAKS AND TRANSVERSE
RECOMMENDATIONS AND SHALL BE APPROVED BY THE COMMISSIONER.
METHODS EMPLYED SHALL BE IN ACCORDANCE WITH MANUFACTURER'S
THE JOINT SHALL BE MADE WATER TIGHT AT ALL INTERSECTIONS.
MOVEMENT OF 4 INCHES.
PERMITTED. THE GLAND SHALL BE SIZED FOR A MAXIMUM RATED
OPEN OR "WEBBED" STRIP SEAL GLAND CONFIGURATIONS ARE NOT
SEAL SHALL MATCH THE CONFIGURATION OF THE LOCKING EDGE RAILS.
INCH. THE CONFIGURATION OF THE STRIP 1/4MINMUM THICKNESS OF
THE STRIP SEAL SHALL BE MADE OF CONTINUOUS AND SHALL HAVE A
NEOPRENE SEAL TO BE CONTINUOUS.
DELASTIBOND LUBRICANT/ADHESIVE.
NEOPRENE SEAL TO BE FIELD INSTALLED BY CONTRACTOR USING
NEOPRENE STRIP SEAL.
NO WELD PERMITTED WHERE FRAME RAIL COMES IN CONTRACT WITH
ACCURACY OF THE EXPANSION JOINT PRIOR TO FABRICATION.
THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS TO INSURE
11
EXPANSION JOINT DETAILC-102
CONCRETE
MODIFIED
LATEX
1.25"
1" MIN.
TO MEET SURFACE AT STRIP SEAL
REINFORED CONCRETE SLAB
1" MIN.
BASEMENT
EXISTING TERMINAL 1
2"
@ 50°F
1" MIN.
NOTE DETAIL:
(TYP.)
WHERE PRESENT
REINFORCING STEEL
UTILIZE EXISTING
PRESERVE AND
EXISTING TUNNEL -
FRAME RAILS (TYP.)
1 10/19/16 ADDENDUM NO. 1
1
REBAR (TYP.)
BOND WITH ELASTOMERIC CONCRETE
STUD ANCHORS AND EXISTING REINFORCEMENT TO
(TYP.)
(ALT. W/ TOP HORIZ. STUD ANCHOR)
STUD ANCHORS - 8" MIN. LENGTH
AFTER BOTH FRAME RAILS
STRIP SEAL TO BE INSTALLED
CONTINUOUS NEOPRENE
SECTION THRU STRIP SEAL
(see note detail)
CONCRETE
ELASTOMERIC
GENERAL NOTES:
DETAIL NOT TO SCALE
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-4
01.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:4
6 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
Transformer Vault No. 9
Mechanical Room
BE
GI
N
BRI
DG
E
TERMINAL 1 - CONCOURSE B
A1 VESTIBULE
LOWER ROADWAY
COMMERCAIL VEHICLE
C-401
0 5 10
SCALE IN FEET
NOTES:
UTILITIY RING TUNNEL
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
UTILITIY RING TUNNELROOFUTILITY TUNNEL EXPOSED RING
(TO REMAIN IN PLACE)AIR HANDLER PAD
(TO REMAIN IN PLACE)AIR HANDLER PAD
(SEE DETAIL 5 SHEET C-102)
REINFORCED P.C.C - 8 IN
6'' P
VC
12''
RCP
REINFORCED PCC
SHEET 1 OF 6
PROPOSED PLANS
NOTED.
INSTALLED UNLESS OTHERWISED
MINIMUM OF 1% SLOPE, SHALL BE
6 INCH PVC STORM SEWER WITH
E.O.T.R. - EDGE OF TUNNEL ROOF
BASEMENT AND RING TUNNEL.
PLACEMENT, ATOP OF TERMINAL 1
PRIOR TO OVERLAY OR CONCRETE
SCARIFY SUB STRUCTURE ROOF
CONTRACTOR TO CLEAN AND
UTILITY RING TUNNEL
- TERMINAL 1 BASEMENT AND
REFLECTED IN THE PLAN DRAWING
BUILDING SUB STRUCTURES
STORM SEWER - 38 LF STORM SEWER - 38 LFSTORM SEWER - 38 LF
4
C-102
4.
3.
2.
1.
1 10/19/16 ADDENDUM NO. 1
1
1
1
SH
EE
T C-4
02
MA
TC
H LIN
E S
EE
E: 1100379.119N: 1935636.266E.O.T.R.
E: 1100390.375N: 1935633.488E.O.T.R.
E: 1100405.357N: 1935795.234E.O.T.R.
E: 1100389.201N: 1935826.306E.O.T.R.
E: 1100326.960N: 1935703.365EDGE OF SIDEWALK
646.4932 INV S TO INLETE: 1100415.095N: 1935779.461TYPE A INLET IN CURB
E: 1100484.479N: 1935812.296E.O.P.
E: 1100315.478N: 1935633.192E.O.P.
E: 1100418.907N: 1935808.892E.O.P.
E: 1100423.750N: 1935814.941E.O.P.
E: 1100436.848N: 1935820.396E.O.P.
E: 1100423.238N: 1935818.051E.O.T.R.
646.0232 INV N TO CBE: 1100396.913N: 1935666.919TYPE A INLET IN CURB
E: 1100394.260N: 1935657.221E.O.P.
645.6432 INV N & S645.1432 INV E TO EXISTING E: 1100403.375N: 1935704.302INNER DIA Ø - 2' SUMP MIN.TYPE A CATCH BASIN - 5'
E: 1100397.462N: 1935676.961E.O.P.
E: 1100406.423N: 1935732.241E.O.P.
E: 1100409.625N: 1935751.982E.O.P.
E: 1100407.654N: 1935742.172E.O.P.
646.0232 INV S TO CB646.1132 INV N FROM INLETE: 1100409.504N: 1935741.871TYPE B INLET IN CURB
E: 1100401.504N: 1935701.889E.O.P.
E: 1100395.492N: 1935667.151E.O.P.
E: 1100415.171N: 1935848.035E.O.P.
E: 1100412.507N: 1935769.751E.O.P.
E: 1100415.709N: 1935789.491E.O.P.
5.4'
E: 1100356.218N: 1935626.468STRIP SEAL EXPANSION JOINT
E: 1100389.201N: 1935826.306EXPANSION JOINTSTRIP SEALREINFORCED PCC
TO TIE INTO TUNNEL ROOF AND STRIP SEAL EXPANSION JOINT
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-4
02.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:2
6:5
4 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
BE
GI
N
BRI
DG
E
TERMINAL 1 - CONCOURSE B
LOWER ROADWAY
COMMERCAIL VEHICLE
C-402
0 5 10
SCALE IN FEET
UTILITIY RIN
G TUNNEL
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
Transformer Vault No.9
Terminal 1 Basement
VENT SHAFT
TUNNEL ROOFEXPOSED RING UTILITY
PROJECT LIMITS
PROJECT LIMITS
WALL OF BUILDING
GATED CARD READERCOMMUNICATION LINE TO ELECTIC AND EXISTING
REINFORCED PCC
SHEET 2 OF 6
PROPOSED PLANS
(SEE DETAIL 5 SHHET C-102)
REINFORCED P.C.C - 8 IN
NOTES:
11 C-103
EL = 643.68 INV N+E647.68 RIME: 1100432.169N: 1935918.020CATCH BASIN STRUCTUREREMOVE & REPLACE
E: 1100450.673 N: 1935852.654E.O.T.R
21.0'
17.0'
E: 1100354.142N: 1935869.494E.O.P.
E: 1100381.337N: 1935868.871E.O.P.
E: 1100445.340N: 1935863.424E.O.P.
E: 1100448.245N: 1935881.183E.O.P.
E: 1100471.318N: 1935877.408E.O.P.
E.O.T.R. - EDGE OF TUNNEL ROOF
BASEMENT AND RING TUNNEL.
PLACEMENT, ATOP OF TERMINAL 1
PRIOR TO OVERLAY OR CONCRETE
SCARIFY SUB STRUCTURE ROOF
CONTRACTOR TO CLEAN AND
UTILITY RING TUNNEL
- TERMINAL 1 BASEMENT AND
REFLECTED IN THE PLAN DRAWING
BUILDING SUB STRUCTURES
3.
2.
1.
E: 1100482.622N: 1935812.599E.O.P.
E: 1100481.688N: 1935874.954E.O.P.
E: 1100487.636N: 1935871.267E.O.P.
E: 1100488.014N: 1935845.554E.O.T.R.
E: 1100491.361N: 1935866.007E.O.T.R.
E: 1100391.551N: 1935840.337EXPANSION JOINTEND OF STRIP SEAL
JOINTEXPANSION STRIP SEAL PROPOSED
1
1
1 10/19/16 ADDENDUM NO. 1
SH
EE
T C-4
01
MA
TC
H LIN
E S
EE
E: 1100389.201N: 1935826.306E.O.T.R.
E: 1100423.238N: 1935818.051E.O.T.R.
E: 1100452.249N: 1935848.978
E: 1100395.774N: 1935866.478E.O.P.
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-4
03.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:5
4 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
Transformer Vault No. 9
Mechanical Room
BE
GI
N
BRI
DG
E
TERMINAL 1 - CONCOURSE B
A1 VESTIBULE
LOWER ROADWAY
COMMERCAIL VEHICLE
C-403
0 5 10
SCALE IN FEET
NOTES:
UTILITIY RING TUNNEL
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
UTILITIY RING TUNNEL
4
C-102
UNLESS OTHERWISE NOTED
AND GUTTER SHALL BE B-6.12
ALL COMINATION CONRETE CURB
UTILITY RING TUNNEL
- TERMINAL 1 BASEMENT AND
REFLECTED IN THE PLAN DRAWING
BUILDING SUB STRUCTURES
LATEX OVERLAY
SHEET 3 OF 6
PROPOSED PLANS
CROSS SLOPE
- 2'' TO 5", ACHIEVE ~1%
LATEX MODIFIED CONCRETE
1
ADDENDUM NO. 110/19/161
1
EXISTINGMATCH TO NEW C/G
E: 1100436.564N: 1935820.402EOP
E: 1100423.534N: 1935814.814EOP
E: 1100418.907N: 1935808.892EOP
SH
EE
T C-4
04
MA
TC
H LIN
E S
EE
E: 1100482.622N: 1935812.599EOP
648.647 RIMGRATE, CURB INLETTYPE 3 FRAME AND
648.713 RIMLID - CAST OPEN LIDTYPE 1 FRAME AND
648.647 RIMGRATE, CURB INLETTYPE 3 FRAME AND
648.647 RIMGRATE, CURB INLETTYPE 3 FRAME AND
648.707E: 1100395.492N: 1935667.151E.O.P.
649.089E: 1100930.395N: 1935633.461E.O.P.
E: 1100315.478N: 1935633.192E.O.P.
E: 1100388.410N: 1935621.260E.O.P.
648.743E: 1100399.467N: 1935704.941E.O.P.
648.871E: 1100411.066N: 1935760.866E.O.P.
648.871E: 1100404.970N: 1935723.303E.O.P.
648.871E: 1100398.898N: 1935685.843E.O.P.
GUARDRAIL FOOTINGE: 1100484.479N: 1935812.296E.O.P.
JOINT TO BE SEALEDEND OF STRIP SEAL
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-4
04.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
2:5
8 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
BE
GI
N
BRI
DG
E
TERMINAL 1 - CONCOURSE B
LOWER ROADWAY
COMMERCAIL VEHICLE
C-404
0 5 10
SCALE IN FEET
NOTES:
UTILITIY RIN
G TUNNEL
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
Transformer Vault No.9
Terminal 1 Basement
PAVEMENT GRADETO MATCH ADJACENT
PAVEMENT GRADETO MATCH ADJACENT
CONCRETE FOOTING FOR GUARDRAIL POST
PO
ST
FO
R G
UA
RD
RAIL
CO
NC
RE
TE F
OO
TIN
G
(SEE NOTES)
TO POURING CONCRETE
LOCATION AND ELEVATION PRIOR
INSTALLED TO CORRECT
GUARDRAIL POST TO BE
UTILITY RING TUNNEL
- TERMINAL 1 BASEMENT AND
REFLECTED IN THE PLAN DRAWING
BUILDING SUB STRUCTURES
EL = 643.68 INV N+E647.68 RIME: 1100432.169N: 1935918.020OPEN GRATE LIDTYPE 'A' CATCH BASIN STRUCTURE
LATEX OVERLAY
SHEET 4 OF 6
PROPOSED PLANS
10
C-103
SEAL ALL CONSTRUCTION JOINTS
SE
AL C
ONSTR
UC
TIO
N J
OIN
T
JOINT SEAL CONSTRUCTION
SE
AL J
OIN
T
SEAL JOINT
WITH 12' GATE ARM REINSTALL)GATED CARD READER - (INCLUDE ELECTRIC AND COMM LINE TO
9
C-103
JOINT TO BE SEALEDEND OF STRIP SEAL
(SEE DETAIL 7 SHEET C-102)
CONCRETE PAVEMNT - 10 IN
PORTLAND CEMENT
- 2'' TO 5"
LATEX MODIFIED CONCRETE
TO 5"CONCRETE - 2'' MODIFIED LATEX
1 10/19/16 ADDENDUM NO. 1
1
1
MIN.CONCRETE - 2'' LATEX MODIFIED
1
26'
58.6'
18'
15'
15'
55'
19'
15'
2.0'
SH
EE
T C-4
03
MA
TC
H LIN
E S
EE
12'
(TYP.)GUARDRAIL POSTSEE NOTES FOR
E: 1100429.440N: 1935885.100GUARDRAIL TO END
E: 1100483.876N: 1935949.144E.O.P.
E: 1100471.902N: 1935880.780E.O.P.
c:\cp
workin
g\c
mendez\d
ms34455\H
7104.1
5 - C-4
05.d
gn
DESIGNED: DRAWN: CHECKED:
10/1
9/2
016
3:1
3:0
2 P
M
CHICAGO DEPARTMENT OF AVIATION
SPG CBM SPG
CITY OF CHICAGO
O'HARE INTERNATIONAL AIRPORT
O'HARE INTERNATIONAL AIRPORT
CARE PLUS
12345678
12345678
H
G
F
E
D
C
B
A A
B
C
D
E
F
G
H
MAYOR
DATE:
SHEET NO. REVISION
SHEET TITLE:
PROJECT NAME:
BY:
APPROVED AS WORKING PLAN
PROJECT NO.:
RAHM EMANUEL
DATEREV
GINGER S. EVANS
COMMISSIONER
H7104.15-01
MARCH 21, 2016
PAVEMENT RECONSTRUCTION
UNITED AIRLINES EMPLOYEE PARKING LOT
90% SUBMITTAL3/24/16
100% SUBMITTAL3/28/16
IFPR SUBMITTAL4/28/16
IFB SUBMITTAL9/29/16
BE
GI
N
BRI
DG
E
TERMINAL 1 - CONCOURSE B
LOWER ROADWAY
COMMERCAIL VEHICLE
C-405
NOTES:
UTILITIY RIN
G TUNNEL
Mechanical Room
T1 Basement
Mechanical Room
T1 Basement
Transformer Vault No.9
Terminal 1 Basement
UTILITY RING TUNNEL
- TERMINAL 1 BASEMENT AND
REFLECTED IN THE PLAN DRAWING
BUILDING SUB STRUCTURES
PAVEMENT GRADETO MATCH ADJACENT
PAVEMENT GRADETO MATCH ADJACENT
WIT
H E
ND S
EC
TIO
N
TYPE D G
UA
RD
RAIL
TY
PE D G
UA
RD
RAIL W
ITH E
ND S
EC
TIO
N
BIT. ASPHALT
SHEET 5 OF 6
PROPOSED PLANS
0 5 10
SCALE IN FEET
9
C-103
BITUMINIOUS JOINTSSAW AND SEAL ALL
END SECTION)(SEE IDOT STANDARD 630001-10 TYPICALTYPE D GUARDRAIL WITH END SECTIONS
WITH 12' GATE ARM REINSTALL)GATED CARD READER - (INCLUDE ELECTRIC AND COMM LINE TO
VARIABLE DEPTH
BITUMINIOUS ASPHALT -
(SEE DETAIL 7 SHEET C-102)
CONCRETE PAVEMNT - 10 IN
PORTLAND CEMENT
- 2'' TO 5"
LATEX MODIFIED CONCRETE
1
1
ADDENDUM NO. 110/19/161
JOINT TO BE SEALEDEND OF PREFORMED E: 1935840.346N: 1100391.498STRIP SEAL EXPANSION JOINT - END
55'
13'
SH
EE
T C-4
03
MA
TC
H LIN
E S
EE
51'
45.0'
E: 1100429.440N: 1935885.100GUARDRAIL TO END
CONCRETE, TO MEET EXISTINGOF FISNISHED LATEX MODIFIED BITUMINIOUS PAVEMENT PAVED ATOP
DPS Version 4/8/2016
Small Business Initiative / Non-Federally Funded United Airlines Employee Parking Lot Reconstruction
Instructions and Execution DocumentsSpecification No.:201630
ADDENDUM 1 S3-2
SCHEDULE OF PRICES UNITED AIRLINES EMPLOYEE PARKING LOT
RECONSTRUCTION Specification No.:201630
Bidder: NOTES TO BIDDER:
ITEM NO.
PAY ITEM NO.
DESCRIPTION
UNIT
ESTIMATED QUANTITY
UNIT PRICE
TOTAL PRICE
1 M‐101‐01 MOBILIZATION MUST NOT EXCEED 6 % OF TOTAL BID PRICE LS 1 2 02714‐01 COMBINATION CONCRETE CURB AND GUTTER, TYPE B‐6.12 LF 200 3 02714‐02 PORTLAND CEMENT CONCRETE PAVEMENT 10" SY 851 4 02714‐03 PCC GUARDRAIL FOOTING LF 90 5 02783‐01 THERMOPLASTIC PAVEMENTMARKINGS, WHITE ‐ 4'' LF 2,332
6
02783‐02
THERMOPLASTIC PAVEMENT MARKINGS ‐ LETTERS & SYMBOLS
SF
110
7 02820‐01 FENCE REMOVE AND REINSTALL LF 22 8 02830‐01 12' GATE ARM REMOVE & REINSTALL EACH 2 9 02853‐01 PARKING WHEEL STOP REMOVE & REINSTALL EACH 25 10 02875‐02 TYPE 'D' GUARDRAIL LF 119 11 D‐701‐01 POLYMER OF VINYLE CHLORIDE PIPE ‐ 6" LF 115 12 D‐751‐01 CATCH BASIN EACH 2 13 D‐751‐02 STORM INLET EACH 3 14 P‐150‐01 PAVEMENT REMOVAL ‐ CURB AND GUTTER LF 26 15 P‐150‐02 PAVEMENT REMOVAL ‐ SIDEWALK SF 3,670 16 P‐150‐03 PAVEMENT REMOVAL ‐ BITUMINOUS ASHPALT ‐ 3" SY 7,066 17 P‐150‐04 PAVEMENT REMOVAL ‐ BITUMINOUS ASHPALT ‐ 8" SY 1,857 18 P‐152‐01 UNCLASSIFIED EXCAVATION CY 546
19
P‐152‐02
ALLOWANCE FOR UNCLASSIFIED EXCAVATION CONTAMINATED MATERIAL
ALLOW
1
$10,000.00
$10,000.00
20
P‐154‐01
PAVING ‐ FROST PROTECTION COURSE, CA‐6 ‐ 8" SY
1,368
21 P‐156‐01 EROSION CONTROL LS 1 22 P‐405‐01 N70 BITUMINOUS ASPHALT SURFACE ‐ 3" TON 52 23 P‐405‐02 N70 BITUMINOUS ASPHALT SURFACE COURSE CY 92 24 P‐610‐01 REINFORCED PCC PAVEMENT ‐ 8" SY 1,582 25 03320‐01 LATEX MODIFIED CONCRETE" CY 250
DPS Version 4/8/2016
Small Business Initiative / Non-Federally Funded
United Airlines Employee Parking Lot Reconstruction
Instructions and Execution Documents
Specification No.:201630
S3-3
ITEM NO.
PAY ITEM
NO. DESCRIPTION UNIT ESTIMATED
QUANTITY UNIT PRICE TOTAL PRICE
26 P‐613‐01 STRIP SEAL EXPANSION JOINT LF 217
27 X‐100‐01 STROM SEWER PIPE REMOVAL LF 144
28 X‐100‐02 CONCRETE ENCASED TRENCH DRAIN REMOVAL LF 109
29 X‐100‐03 GUARDRAIL REMOVAL LF 307
30 X‐100‐04 CATCH BASIN REMOVAL EACH 4
CONTRACT BASE BID: $
AWARD CRITERIA FIGURE: $
1) Award Criteria Figure as calculated on page S4-3.
2) Bidders should round all quoted prices to the nearest two decimal points.
3) In the event of discrepancy between the "Unit Price" and the "Total Price" the Unit Price will prevail.
4) The Chief Procurement Officer reserves the right to make corrections, after receiving the bids, to any clerical error apparent on the above Line Items, including but
not limited to obviously incorrect units or misplaced decimal points, or arithmetic error. The Bidder must bid all line items set forth on the Schedule of Prices, except to
the extent that the Specifications expressly allows otherwise. In the event that comparison of the Bidder’s ‘Unit Price’ and ‘Total Price’ submitted for any line item
reveals a calculation error, the Unit Price will prevail.
5) The Commissioner has determined per Part Two, General Conditions that the safety representative for this project may be permitted to have other responsibilities.
ADDENDUM 1
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-1
ADDENDUM 1
CONTRACTOR QUALITY CONTROL PROGRAM
SECTION 01400
PART 1 - GENERAL
1.01 Summary
A. This Section includes the following: 1. Administrative and procedural requirements for Contractor to establish,
provide, and maintain an effective Quality Control Program that complies with this Section and with Part Two of Three – General Conditions, Article VI, “Quality of Workmanship, Equipment and Materials”.
2. The Contractor must establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction for all work items included under this project, as described in the Contract Documents, conform to the contract requirements, whether manufactured by the Contractor or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor must assume full responsibility for accomplishing the stated purpose. This purpose will be included in a mission statement for the program.
3. The intent of this section is to enable the Contractor to establish a necessary level of control prior to performing work that will:
a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the
Commissioner that the specification requirements must be met. c. Allow the Contractor as much latitude as possible to develop its own
standard of quality control. d. The Contractor must not begin any construction or production of
materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Commissioner.
e. The requirements for the Contractor's Quality Control Program contained in this section are in addition to and separate from the acceptance testing requirements stated in the technical specifications. Acceptance testing requirements will be as specified in the individual technical specifications.
4. Special inspections are required for, but are not necessarily limited to, the following:
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-2
a. Placement of Structural Concrete b. Placing of Reinforcing Steel c. Taking of Test Specimens and Placement of Concrete d. Structural Steel and Field Welding e. Embeds in Structural Concrete
5. Specific quality control requirements for individual construction activities and/or materials are specified in the Sections pertaining to those activities and/or materials.
6. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements.
7. Specified tests, inspections, and related actions are to be considered the minimum requirement, and thus do not limit the Contractor's quality control procedures to affirm compliance with the Contract Document requirements.
8. Contractor is required to provide any and all quality control services required by the Contract Documents, permit requirements, and any authority having jurisdiction.
9. The requirements for the Contractor's Quality Control Program contained in this section are in addition to and separate from the acceptance testing requirements stated in Part Three of Three - Technical Specifications. Acceptance testing requirements will be as specified in the individual technical specifications.
10. The terms “Quality Assurance” and “Quality Control”, as used throughout the Technical Specification Sections included in Part Three of Three – Technical Specifications exclusive of this Section, shall be used interchangeably to refer to Contractor’s obligation to ensure that all workmanship, equipment, and materials as required per the Section is provided/performed with strict adherence to the Contract Documents and the Contractor’s Quality Control Program.
11. Approval of the Quality Control Program is required prior to the start of construction. The Commissioner reserves the right to require changes in the Quality Control Program and operations as necessary, including removal of personnel, to ensure the specified quality of work. The Contractor’s Quality Control organization personnel shall be subject to approval of the Commissioner. The Commissioner may require the removal and replacement of any individual for non-compliance with quality requirements specified in the contract.
1.02 DEFINITIONS
A. Quality: Conformance to the requirements established by the Contract Documents.
B. Control: To guide and have influence over
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-3
C. Quality Control (QC) Program: The Contractor’s system to manage, control, and document their own, their supplier’s, and their subcontractor’s activities and materials to comply with the Contract Documents.
D. Program Administrator: The Contractor’s representative who is responsible for the implementation and administration of the Contractor Quality Control Program for this Contract.
E. Quality Assurance Program: The procedures by which the Construction Manager ensures the QC Program is being executed in a manner compliant with the Contract Documents.
F. CM Quality Assurance Manager: The Construction Manager’s representative who is responsible for the inspection of the Contractor’s work and administration of the Quality Assurance Program.
G. Resident Engineer: The Construction Manager’s representative who is the Contractor’s point of contact for this Contract.
H. Quality Assurance Materials Testing (QAMT): The Independent Testing Laboratory hired by the City of Chicago to perform all field and laboratory tests for acceptance per Contract Documents. The QAMT is managed and scheduled by the Construction Manager.
I. Mock-ups: Full-size, physical example of assemblies to illustrate finishes and materials. Mock-ups are used to verify selections made under sample submittals, to demonstrate aesthetic effects or details and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not samples. Mock-ups establish the standard by which the Work will be judged. Mock-ups supersede samples in the approval and acceptance of the Work.
J. Definable Feature of Work: A task or set of tasks that are separate and distinct from other tasks, but is integral to the performance on the Contract.
1.03 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. These are to be checked against the Contract Documents for applicability.
B. American Society For Testing And Materials (ASTM) 1. ASTM A 880 (1995) Criteria for Use in Evaluation of Testing Laboratories
and Organization for Examination and Inspection of Steel, Stainless Steel, and Related Alloys
2. ASTM C 1077 (1998) Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-4
3. ASTM D 3666 (2000) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials
4. ASTM D 3740 (1999; Rev C.) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction
5. ASTM E 329 (2000; Rev. A) Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction
6. ASTM E 543 (1999) Agencies Performing Nondestructive Testing C. American Institute of Steel Construction (AISC)
1. ANSI/AISC 360 Specification for Structural Steel Buildings D. American National Standards Institute (ANSI) / American Welding Society
(AWS) 1. ANSI/AWS D1.1 (2008) Structural Welding Code - Steel
1.04 SUBMITTALS
A. Submit the following in accordance with the General Conditions, Article XI, "Shop Drawings, Product Data and Samples". 1. Action Submittals
a. Quality Control (QC) Program. B. Submit a Quality Control Program for review at the Pre-Construction
Conference. The Quality Control Program shall include a preliminary submittal of the list of definable features of work that shall cover the first 90 days of construction.
C. Approval of the Quality Control Program shall be treated as “accepted, predicated upon successful implementation.” If the Quality Control Program is not approved, then all work, except for the mobilization of storage and office trailers, temporary utilities, and surveying, will stop.
1.05 DESCRIPTION OF QUALITY CONTROL PROGRAM
A. General Description. This Quality Control Program will ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program will be effective for control of all construction work performed under this Contract and will specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control over the product.
B. Quality Control Program. The Contractor must describe the Quality Control Program in a written document which will be reviewed by the Commissioner prior to the start of any production, construction, or off-site fabrication. The
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-5
written Quality Control Program will be submitted to the Commissioner for review within fifteen (15) days of contract award. The Quality Control Program will be organized to address, as a minimum, the following items: 1. Quality control testing plan; 2. Documentation of quality control activities; 3. Requirements for corrective action when quality control and/or acceptance
criteria are not met. C. The Contractor is encouraged to add any additional elements to the Quality
Control Program that it deems necessary to adequately control all production and/or construction processes required by this contract.
1.06 QUALITY CONTROL ORGANIZATION
A. Qualified technicians must be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned must be subject to the qualification specified.
B. Payment will not be made for any materials installed without Quality Control inspection by the Contractor. In addition, the Commissioner may withhold, or deny payment for an inspected item, if in the Commissioner’s opinion; the Contractor’s Quality Control Program is not functioning as required by the project specifications.
C. The quality control organization will consist of the following minimum personnel: 1. Quality Control Technicians. A sufficient number of quality control
technicians necessary to adequately implement the Quality Control Program will be provided. These personnel will be engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field.
2. The quality control technicians will report directly to the Responsible Quality Representative and will perform the following functions: a. Performance of all quality control tests as required by the technical
specifications 3. Staffing Levels. The Contractor must provide qualified quality control staff
to monitor each work activity to meet the minimum test requirements of the specifications.
1.07 QUALITY CONTROL TESTING PLAN
A. As a part of the overall Quality Control Program, the Contractor must implement a quality control testing plan, as required by the technical specifications. The testing plan will include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-6
that the Contractor deems necessary to adequately control production and/or construction processes.
B. The testing plan can be developed in a spreadsheet fashion and will, as a minimum, include the following: 1. Specification item number (e.g., Section 03310); 2. Item description (e.g., PCC Pavements); 3. Test type (e.g., gradation, grade, air, slump, temp, etc..); 4. Test standard (e.g., ASTM or AASHTO test number, as applicable); 5. Test frequency (e.g., as required by technical specifications or minimum
frequency when requirements are not stated; or when materials substantially change as determined by the Commissioner);
6. Responsibility (e.g., plant technician); and 7. Control requirements (e.g., target, permissible deviations).
C. The testing plan will contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Commissioner will be given access to witness all quality control sampling and testing.
D. All quality control test results must be documented by the Contractor as specified.
E. Testing:
1. 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 the CM Quality Assurance Manager 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 Construction Manager via Program Administrator. Furnish a summary report of field tests at the end of each month. Attach a copy of the summary report to the last daily Quality Control Daily Report of each month.
2. Control and Verification Tests: Control tests are those tests made for Contractor under the Quality Control Plan to assist the Contractor in maintaining control of his operations. As described above, the Contractor shall procure the services of an independent commercial laboratory to perform the required control tests. The Specifications contain the minimum; testing criteria, frequency of testing, procedures, methods of construction, and the number of control tests to be made for each phase of the work. Notify the CM Quality Assurance Manager a minimum of 24 hours in advance of the time samples will be taken by Contractor for quality control testing. The CM Quality Assurance Manager will then notify its own
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-7
testing laboratory contractor (QAMT) so that verification test samples may be taken.
3. Check Tests: The Contractor shall furnish to Construction Manager the quantities of materials to be used for check testing acceptance as required in the Specifications. Check testing acceptance will be performed by the Construction Manager at an independent laboratory (QAMT) at no cost to the Contractor. No direct payment will be made to the Contractor for the furnishing of materials used for check testing acceptance.
1.08 DOCUMENTATION
A. The Contractor must maintain current quality control records of all tests performed under the Quality Control Program. These records must include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken.
B. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the Contract Documents. Legible copies of these records must be furnished to the Commissioner daily, prior to the next day’s production. The records must cover all work placed subsequent to the previously furnished records and must be verified and signed by the Contractor's qualified quality representative.
C. Specific Contractor quality control records required for the contract must include, but are not necessarily limited to, the following records: 1. Daily Inspection Reports. Each Contractor quality control technician must
maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Commissioner. These technician's daily reports must provide factual evidence that continuous quality control inspections have been performed and will, as a minimum, include the following: a. Technical specification item number and description; b. Compliance with approved submittals; c. Proper storage of materials and equipment; d. Proper operation of all equipment; e. Adherence to plans and technical specifications; f. Review of quality control tests; and g. Safety inspection.
D. The daily inspection reports must identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed.
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-8
E. The daily inspection reports will be signed by the responsible quality control technician and the Program Administrator. The Commissioner will be provided at least one legible original copy of each daily inspection reports, by 10:00 am on the work day following the day of record. 1. The Contractor must inform the Commissioner 24 hours in advance:
a. Structural steel inspections that will be performed b. Concrete pours that will be performed
2. Daily Test Reports. The Contractor must be responsible for establishing a system which will record all quality control test results. Daily test reports must document the following information: a. Technical specification item number and description; b. Test designation; c. Location; d. Date and time of test; e. Control requirements; f. Test results; g. Causes for rejection; h. Recommended remedial actions; and i. Retests.
F. Test results from each day's work period must be submitted to the Commissioner prior to the start of the next day's work period. When required by the technical specifications, the Contractor must maintain statistical quality control charts. The daily test reports will be signed by the responsible quality control technician.
1.09 CORRECTIVE ACTION REQUIREMENTS
A. The Quality Control Program will indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action will include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications.
B. The Quality Control Program will detail how the results of quality control inspections and tests will be used for determining the need for corrective action and will contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control.
C. When applicable or required by the technical specifications, the Contractor must establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action will be linked to the control charts.
1.10 SURVEILLANCE BY THE COMMISSIONER
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-9
A. All items of material and equipment will be subject to surveillance by the Commissioner at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place will be subject to surveillance by the Commissioner at the site for the same purpose.
B. Surveillance by the Commissioner does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work.
C. Any testing performed by the Commissioner and deemed by the Contractor to be improperly performed will be noted. In addition, a written document by the Contractor will be submitted indicating the deviation noted. Testing procedures will be considered accurate and correct unless this procedure is followed. The Contractor must not seek additional compensation for any testing irregularities not reported.
D. Any testing performed by the Contractor and deemed by the Contractor to be improperly performed or not meeting the requirements of the project specifications must be noted by the Contractor on their daily reports.
E. No videotaping or recording of QA or QC personnel will be permitted unless written permission is given by both parties.
1.11 NONCOMPLIANCE
A. The Commissioner will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor must, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Commissioner or its authorized representative to the Contractor or its authorized representative at the site of the work, must be considered sufficient notice.
B. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Commissioner, the Commissioner may: 1. Order the Contractor in writing to replace ineffective or unqualified quality
control personnel or subcontractors within 24 hours after receipt of such order.
2. Order the Contractor to stop operations until appropriate corrective actions are taken.
3. Withhold progress payments in the event of Contractor failure to take corrective actions within the specified time.
4. The Contractor is required to address and assist in the resolution as needed or as requested by the Commissioner.
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-10
5. Contractor quality control program will not be measured for payment and will be considered included in the total contract price.
1.12 NOTIFICATION OF CHANGES A. The Contractor must notify the Commissioner, 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 Commissioner
PART 2 - PRODUCTS
2.01 NOT APPLICABLE
PART 3 - EXECUTION
3.01 NOT APPLICABLE
PART 4 - METHOD OF MEASUREMENT
4.01 NOT APPLICABLE
PART 5 - BASIS OF PAYMENT
5.01 The preparation of a Quality Control Program and its implementation, including any corrective measures that may be required to be carried out by the Contractor to bring items of work into compliance with the requirements of the Quality Control Program and the technical specifications will not be paid for separately but will be included in the total Contract price.
END OF SECTION 01400
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-1 LATEX MODIFIED CONCRETE
ADDENDUM 1
LATEX MODIFIED CONCRETE SECTION 03320
PART 1 GENERAL 1.1 SECTION INCLUDES
A. Work under this section is subject to the requirements of the Contract
Documents.
B. Furnish all labor, materials, tools, transportation and equipment to install cast-in-place latex modified concrete as indicated on the Contract Documents.
1.2 RELATED WORK
A. Related work specified elsewhere includes:
1. Section 02714 Concrete Pavements 2. Section P-610 Structural Portland Cement Concrete 3. Section P-613 Preformed Joint Strip Seal
1.3 REFERENCES
A. The composition and quality of the latex modified concrete shall conform to the requirements specified in the Illinois Department of Transportation Guide Bridge Special Provisions, (GBSP) adopted April 1, 2016 except as herein modified.
1.4 WARRANTEES AND GUARANTEES
A. The specified work must be guaranteed by the Contractor for a period of
1 year from the date of Substantial Completion of the Project, at no additional cost to the City. During such time the Contractor must make good, repair or replace, as the Commissioner may deem necessary or desirable, at the Contractor’s own cost and expense, any defect which in the opinion of the Commissioner is due to imperfections in materials, installation, workmanship, or, the extent that the Contractor has participated in design, such design.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-2 LATEX MODIFIED CONCRETE
PART 2 PRODUCTS
A. Materials shall meet the following Articles of Section 1000:
1. Section 1020 Latex/Portland Cement Concrete (Note 1&2) 2. Section 1018 Packaged Rapid Hardening Concrete 3. Section 1022.02 Concrete Curing Materials
Note 1: The latex admixture shall be a uniform, homogeneous, non-toxic, film-forming, polymeric emulsion in water to which all stabilizers have been added at the point of manufacture. The latex admixture shall not contain any chlorides and shall contain 46 to 49 percent solids.
The Contractor shall submit a manufacturer's certification that the latex emulsion meets the requirements of FHWA Research Report RD-78-35, Chapter VI. The certificate shall include the date of manufacture of the latex admixture, batch or lot number, quantity represented, manufacturer's name, and the location of the manufacturing plant. The latex emulsion shall be sampled and tested in accordance with RD-78-35, Chapter VII, Certification Program.
The latex admixture shall be packaged and stored in containers and storage facilities which will protect the material from freezing and from temperatures above 85⁰F (30⁰C). Additionally, the material shall not be stored in direct sunlight and shall be shaded when stored outside of buildings during moderate temperatures.
Note 2: Cement shall be Type I Portland cement. Fine aggregate shall be natural
sand and the coarse aggregate shall be crushed stone or crushed gravel. The gradation of the coarse aggregates shall be CA 13, CA 14 or CA 16.
B. The latex modified concrete shall be a workable mixture having the
following properties or limits, per cubic yard:
1. Type I Portland Cement 658 lb. (390 kg) Content, minimum
2. Latex Admixture, minimum 24.5 gal (121.3 L) 3. Fine aggregate 1500-1715 lb. 4. Coarse Aggregate 1245-1436 lb. 5. Water, maximum (including 157 lb.
free moisture on the aggregates) 6. This mix design is based on a specific gravity of 2.65 for both the
fine and the coarse aggregates. The mix will be adjusted by the Engineer to compensate for aggregate specific gravity and moisture.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-3 LATEX MODIFIED CONCRETE
C. The latex concrete shall meet the following requirements: 1. Maximum Aggregate size 3/4’’ 2. Air content, maximum (ASTM C231) 7% 3. Water-cement ratio (considering all 0.03 to 0.40
the nonsolids in the latex admixture as part of the total water)
4. Slum (ASSHTO T-119) 3 to 6 in. (Measured 4 to 5 mins after discharge from a continuous mixer)
5. Minimum 4 days compressive strength 3000psi 6. Minimum 28 day compressive strength 4500psi
PART 3 EXECUTION
3.1 EQUIPMENT
A. The equipment used shall be subject to the approval of the Engineer and shall meet the following requirements:
1. Surface Preparation Equipment. Surface preparation equipment
shall be according to the applicable portions of Section 1100 and the following:
a. Mechanical Blast Cleaning Equipment. Mechanical blast
cleaning may be performed by high-pressure waterblasting or shotblasting. Mechanical blast cleaning equipment shall be capable of removing weak concrete at the surface and shall have oil traps.
b. Mechanical high-pressure waterblasting equipment shall
be mounted on a wheeled carriage and shall include multiple nozzles mounted on a rotating assembly, and shall be operated with a 7000 psi (48 MPa) minimum water pressure. The distance between the nozzles and the deck surface shall be kept constant and the wheels shall maintain contact with the deck surface during operation.
c. Hand-Held Blast Cleaning Equipment. Blast cleaning
using hand-held equipment may be performed by high-pressure waterblasting or abrasive blasting. Hand-held blast cleaning equipment shall have oil traps. Hand-held high-pressure waterblasting equipment that is used in areas inaccessible to mechanical blast cleaning equipment shall have a minimum water pressure of 7000 psi (48 MPa).
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-4 LATEX MODIFIED CONCRETE
d. Vacuum Cleanup Equipment. The equipment shall be equipped with fugitive dust control devices capable of removing wet debris and water all in the same pass. Vacuum equipment shall also be capable of washing the deck with pressurized water prior to the vacuum operation to dislodge all debris and slurry from the deck surface.
e. Power-Driven Hand Tools. Power-driven hand tools will be permitted including jackhammers lighter than the nominal 45 lb. (20 kg) class. Jackhammers or chipping hammers shall not be operated at an angle in excess of 45 degrees measured from the surface of the slab.
2. Pull-off Test Equipment. Equipment used to perform pull-off
testing shall be either approved by the Engineer, or obtained from one of the following approved sources:
James Equipment 007 Bond Tester 800-426-6500
Germann instruments, Inc. BOND-TEST Pull-off System 847-329-9999
SDS Company DYNA Pull-off Tester 805-238-3229
a. Pull-off test equipment shall include all miscellaneous
equipment and materials to perform the test and clean the equipment, as indicated in the Illinois Test procedure 304 and 305 “Pull-off Test (Surface or Overlay Method)”. Prior to the start of testing, the Contractor shall submit to the Engineer a technical data sheet and material safety data sheet for the epoxy used to perform the testing. For solvents used to clean the equipment, a material safety data sheet shall be submitted.
3. Concrete Equipment: A mobile Portland cement concrete plant shall be used for Latex Concrete and shall be according to Articles 1020.12, 1103.04 and the following:
a. The device for proportioning water shall be accurate within
one percent. b. The mixer shall be a self-contained, mobile, continuous
mixer used in conjunction with volumetric proportioning. c. The mixer shall be calibrated prior to every placement of
material or as directed by the Engineer.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-5 LATEX MODIFIED CONCRETE
4. Finishing Equipment. Finishing equipment shall be according to
Article 503.03.
5. Mechanical Fogging Equipment. Mechanical fogging equipment shall be according to 503.03.
3.2 CONSTRUCTION REQUIREMENTS
Sidewalks, curbs, drains, reinforcement and/or existing transverse and longitudinal joints which are to remain in place shall be protected from damage during scarification and cleaning operations. All damage caused by the Contractor shall be corrected, at the Contractor’s expense, to the satisfaction of the Engineer.
The Contractor shall control the runoff water generated by the various construction activities in such a manner as to minimize, to the maximum extent practicable, the discharge of untreated effluent into adjacent waters, and shall properly dispose of the solids generated according to Article 202.03. The Contractor shall submit a water management plan to the Engineer specifying the control measures to be used. The control measures shall be in place prior to the start of runoff water generating activities. Runoff water shall not be allowed to constitute a hazard to adjacent or underlying roadways, waterways, drainage areas or railroads nor be allowed to erode existing slopes.
A. Surface preparation for precast deck panels
1. Precast planks will have a rough finish at the top surface. After
placement of all reinforcement and expansion joint assemblies, and other embedments, the top surface of planks shall be leaned by sandblasting followed by an air blast to remove all dust and loose material or oil and foreign materials which will prevent bond. The sandblast shall be of sufficient duration and strength to removal all dirt, oil, loose material but is not to remove the epoxy coating from the newly placed reinforcing bars. The compressor shall be equipped with a filter to prevent oil from entering the air supply. In the event of rain after the sandblasting is completed, the deck and patching areas must be kept wet until the LMC deck is placed. If it is not feasible the sandblasting and cleaning procedure must be repeated. In lieu of sandblasting, high pressure water at approximately 7,000 psi can be used as long as appropriate safety precautions are taken.
2. The only construction joints allowed shall be at the location of the
roadway transverse expansion joints and longitudinal stage construction joints.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-6 LATEX MODIFIED CONCRETE
3. Before placing the LMC, the finishing machine shall be operated over the full length of bridge segment to be cast to check support rails for deflection and confirm the minimum LMC deck thickness. All necessary adjustments shall be made and another check performed, unless otherwise directed by the Engineer.
B. Placement Procedure: Concrete placement shall be according to Article
503.07 and the following:
1. Bonding Method. The precast panel shall be cleaned to the satisfaction of the Engineer and shall be thoroughly wetted and maintained in a dampened condition with water for at least 12 hours before placement of the latex modified concrete. Any excess water shall be removed by compressed air or by vacuuming prior to the beginning of LMC placement. Water shall not be applied to the deck surface within one hour before or at any time during placement of the deck.
2. Latex Modified Concrete Placement. Placement of the concrete
shall be according to Article 503.16. Internal vibration will be required along edges and adjacent to bulkheads, and where the thickness exceeds 3 in. (75 mm). Internal vibration along the longitudinal edges of a pour will be required with a minimum of 2 hand-held vibrators, one on each edge of the pour. Hand finishing will be required along the edges of the pour and shall be done from sidewalks, curbs or work bridges.
A construction dam or bulkhead shall be installed in case of a delay of 30 minutes or more in the concrete placement operation. All construction joints shall be formed. When required by the Engineer the previously placed latex modified deck shall be sawed full-depth to a straight and vertical edge before fresh concrete is placed. The Engineer will determine the extent of the removal. When longitudinal joints are not shown on the plans, the locations shall be subject to approval by the Engineer and shall not be located in the wheel paths.
3. The Contractor shall stencil the date of construction (month and
year) and the letters LX into the LMC deck before it takes its final set. The stencil shall be located in a conspicuous location, as determined by the Engineer, for each stage of construction. This location shall be outside of the grooving where possible and within 3 ft. (1 m) of an abutment joint. The characters shall be 3 to 4 in. (75 mm to 100 mm) in height, 1/4 in. (5 mm) in depth and face the centerline of the roadway.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-7 LATEX MODIFIED CONCRETE
C. Limitations of Operations:
1. Weather Limitations. Temperature control for concrete placement shall be according to 1020.14(b). The concrete protection from low air temperatures during the curing period shall be according to Article 1020.13(d). Concrete shall not be placed when rain is expected during the working period. If night placement is required, illumination and placement procedures will be subject to the approval of the Engineer. No additional compensation will be allowed if night work is required.
2. Other Limitations. Concrete delivery vehicles driven on the
structure shall be limited to a maximum load of 6 cu. yd. (4.6 cu. m).
a. Mobile concrete mixers, truck mixers, concrete pumps, or
other heavy equipment will not be permitted on any portion of the deck where the top reinforcing mat has been exposed. Conveyors, buggy ramps and pump piping shall be installed in a way that will not displace undercut reinforcement bars. Air compressors may be operated on the deck only if located directly over a pier and supported off undercut reinforcement bars. Compressors will not be allowed to travel over undercut reinforcement bars.
b. Concrete removal may proceed during final cleaning and
concrete placement on adjacent portions of the deck, provided the removal does not interfere in any way with the cleaning or placement operations.
c. Water or contaminants from the hydro-scarification shall
not be permitted in areas where the new LMC deck has been placed until the deck has cured a minimum of 24 hours.
d. No concrete shall be removed within 6 ft. (1.8 m) of
newly-placed LMC until the concrete has obtained a minimum compressive strength of 3000 psi (20,700 kPa) or flexural strength of 600 psi (4,150 kPa).
D. Curing:
1. The minimum curing time shall be 48 hours of wet cure followed
by 48 hours of dry cure. The wet cure shall be according to Article 1020.13(a)(5) (Wetted Cotton Mat Method). When the cotton mats have been pre-dampened, excess water shall not be
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-8 LATEX MODIFIED CONCRETE
allowed to drip from the cotton mats onto the LMC deck during placement of the mats. After the wet cure is completed all layers of covering materials shall be removed to allow for the dry cure.
2. If the ambient temperature falls below 50⁰F (10⁰C) during either
the wet or dry curing periods, the time below 50⁰F (10⁰C) will not be included in the 96 hour curing period. If there is sufficient rain to wet the surface of the deck for more than one hour of the dry cure period, the wet time will not be included in the 48 hour dry cure period.
E. Opening to Traffic.
1. No traffic or construction equipment will be permitted on the LMC
deck until after the specified cure period and the concrete has obtained a minimum compressive strength of 4000 psi (27,500 kPa) or flexural strength of 675 psi (4,650 kPa) unless permitted by the Engineer.
F. Latex Modified Concrete Testing:
1. The Engineer reserves the right to conduct pull-off tests on the LMC to determine if any areas are not bonded to the underlying deck panels, and at a time determined by the Engineer. The LMC will be tested according to the Illinois Test procedure 305 “Pull-off Test”, and the Contractor shall provide the test equipment. Each individual test shall have a minimum strength of 150 psi (1,034 kPa). Unacceptable test results will require removal and replacement of the latex modified concrete at the Contractor’s expense, and the locations will be determined by the Engineer. When removing portions of the LMC, the saw cut shall be a minimum depth of 1 in. (25 mm).
2. If the LMC is to remain in place, all core holes due to testing shall
be filled with concrete. Only enough water to permit placement and consolidation by rodding shall be used, and the material shall be struck-off flush with the adjacent material.
PART 4 METHOD OF MEASUREMENT
4.1 MEASUREMENT
A. Latex Modified Concrete will be measured by cubic yard placed and accepted by the Commissioner.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
03320-9 LATEX MODIFIED CONCRETE
PART 5 BASIS OF PAYMENT 5.1 PAYMENT
A. Payment for Latex Modified Concrete will be made at the Contract unit price per cubic yard and accepted by the Commissioner. The price will be full compensation for furnishing all materials, for all preparation, and for all labor, equipment, tools and all work necessary to complete the item.
B. When the Engineer conducts pull-off tests on the existing surface or
latex modified deck and they are acceptable, Contractor expenses incurred due to testing and for filling core holes will be paid under this item, Latex Modified Concrete. Unacceptable pull-off tests will be at the Contractor’s expense.
C. Payment will be made under:
Item 03320-01 – LATEX MODIFIED CONCRETE, per CY
END OF SECTION 03320
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-1
ADDENDUM 1
FROST PROTECTION COURSE SECTION P-154 PART 1 DESCRIPTION
1.01 GENERAL
A. This item consist of a subbase course, hereinafter referred to as the frost protection course, composed of granular materials constructed on a prepared subgrade or underlying course or stabilization course in accordance with these Specifications, and in conformity with the dimensions and typical cross section shown on the Drawings, or as directed by the Commissioner. The work under this Section is subject to the requirements of the Contract Documents.
1.02 RELATED WORK
A. As specified in the following Sections: 1. Section P-152 Excavation and Embankment 2. Section P-629 Geotextile Fabric
PART 2 MATERIALS
2.01 GENERAL:
A. The frost protection material must consist of crushed stone or crushed recycled concrete having a gradation of CA-1, CA-6, CA-5, Recycled Concrete Base (RCB) or as specified on the Drawings, conforming to the requirements of the Illinois Department of Transportation, Standard Specifications for Road and Bridge Construction (S.S.R.B.C.), latest edition. The material must be Class D quality or better. The portion of the frost protection material passing a No. 40 sieve must have a plasticity index of not more than 4 when tested in accordance with ASTM D 4318.
B. The materials to be used for Stabilization Stone must consist of crushed stone or crushed recycled concrete having a gradation of CA-6 or CA-1 as directed by the Commissioner, quality Class D or better, conforming to the requirements of Article 1004.01 of the S.S.R.B.C.
C. Where crushed recycled concrete (CA-1, CA-6, CA-5, and RCB) are used for frost protection course or stabilization stone, they must be
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-2
obtained by the Contractor from the O’Hare stockpiles only. They must be crushed from clean rubble obtained from pavement removal or foundations from O’Hare Airport projects.
D. Not Used
E. For the material to be used for the geotextile fabric, see Section P-629.
PART 3 CONSTRUCTION METHODS
3.01 GENERAL:
A. The frost protection course must be placed where designated on the Drawings or as directed by the Commissioner. The material must be shaped and thoroughly compacted within the tolerances specified.
B. Stabilization stone must only be placed in areas of severely adverse subgrade conditions and as directed by the Commissioner.
C. Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support without movement the construction equipment, must be mechanically stabilized to the depth necessary to provide such stability as directed by the Commissioner. The mechanical stabilization must principally include the addition of a fine-grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so that the course will not deform under the traffic of the construction equipment. The addition of the binding medium to the subbase material must not increase the soil constants of that material above the limits specified.
D. The frost protection course and stabilization stone must be placed in accordance with the requirements of Section 311 of the S.S.R.B.C. for Type B except as modified herein.
3.02 OPERATION IN PITS:
A. All work involved in clearing and stripping pits and handling unsuitable material encountered must be performed by the Contractor at his/her expense. The frost protection and stabilization stone material must be obtained from pits or sources that have been accepted by the Commissioner. The material in the pits must be excavated and handled in such a manner that a uniform and satisfactory product can be secured.
3.03 PREPARING UNDERLYING COURSE:
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-3
A. Before any frost protection or stabilization stone material is placed, the underlying course must be prepared and conditioned as specified. The course must be checked and accepted by the Commissioner before placing and spreading operations are started. The subgrade must be compacted in accordance with the requirements of Section P-152 "Excavation and Embankment." Immediately before placement of the frost protection course, the subgrade must be proof-rolled with a 25 ton or heavier pneumatic tired roller making at least 8 passes over the entire area in alternate (perpendicular) directions or a fully loaded semi-truck loaded to the legal limit at the Commissioner’s discretion.
B. Grade control between the edges of the pavement must be by means of grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals which will permit string lines or check boards to be placed between the stakes, pins, or forms.
C. In areas where the Commissioner directs the Contractor to over-excavate below subgrade level and backfill the over-excavation with stabilization stone, the stabilization stone must be placed on a layer of non-woven geotextile filter fabric per Section P-629, leveled and compacted to make the subgrade firm and stable. Areas of undercut of 6 inches or less must be stabilized with CA-6, crushed stone or crushed recycled concrete and areas of undercut greater than 6 inches must be stabilized with crushed stone or crushed recycled concrete, CA-1 capped to subgrade level with 4 inches of CA-6. All undercut and backfill work to be directed by the Commissioner.
D. To protect the subgrade and to ensure proper drainage, the spreading of the frost protection course must begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one-way slope.
3.04 MATERIALS ACCEPTANCE IN EXISTING CONDITION:
A. When the entire frost protection or stabilization stone material is secured in a uniform and satisfactory condition and contains approximately the required moisture, such approved material may be moved directly to the spreading equipment for placing. The material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with the proper blending. The materials from these sources must meet the requirements for gradation, quality, and consistency. It is the intent of this section of the Specifications to secure materials that will not require further mixing. The moisture content of the material must be approximately that required to obtain maximum density. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-4
such instances, some mixing or manipulation may be required, immediately preceding the rolling, to obtain the required moisture content. The final operation must be blading or dragging, if necessary, to obtain a smooth uniform surface true to line and grade.
3.05 PLANT MIXING:
A. When materials from several sources are to be blended and mixed, the material must be processed in a central or travel mixing plant. The material must be thoroughly mixed with the required amount of water. After the mixing is complete, the material must be transported to and spread on the underlying course without undue loss of the moisture content.
3.06 GENERAL METHODS FOR PLACING:
A. The frost protection course must be constructed in layers. Any layer must be not more than 6 inches thickness for CA-6; nor more than 12 inches for CA-5, CA-1, or RCB. The material, as spread, must be of uniform gradation with no pockets of fine or coarse materials. The frost protection course, unless otherwise permitted by the Commissioner, must not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling must be kept within this limit. No material will be placed in snow or on a soft, muddy, or frozen course.
B. When more than one layer is required, the construction procedure described herein must apply similarly to each layer.
C. During the placing and spreading, sufficient caution must be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the frost protection course mixture.
D. Where geotextile fabric is required to be placed under the frost protection course, it must be placed over the subgrade in accordance with the manufacturer's recommendations and Section P-629. The fabric must be non-woven. In areas of undercut and backfill, the fabric must be placed over the backfill at the top of subgrade level. The frost protection course material must be back-dumped on the fabric in a sequence of operations beginning at the outer edges of the area with subsequent placement toward the middle. Dumping of the material directly on the fabric will only be permitted to establish an initial working platform. No vehicles or construction equipment will be allowed on the fabric prior to the placement of the frost protection course. Fabric which is damaged during installation or subsequent placement of frost protection course must be repaired or replaced by
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-5
the Contractor at his own expense to the satisfaction of the Commissioner.
3.07 FINISHING AND COMPACTING:
A. After spreading or mixing, the material must be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers must be furnished to adequately handle the rate of placing and spreading of the frost protection course.
B. Not Used
C. The course must not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase. When the rolling develops irregularities to the CA-6 that exceed 1/2-inch when tested with a 16-foot straightedge, the irregular surface must be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above. Irregularities in the CA-5 or RCB placement must not exceed ½ inch and must be checked by means of surveying.
D. The field density of the compacted CA-6 material for airport roads must be at least 95% of the maximum density of laboratory specimens when compacted and tested in accordance with ASTM D1557. The in-place field density shall be determined using a nuclear gage in accordance with ASTM D6938.
E. CA-1 and CA-5 must be compacted to consolidation in a manner approved by and to the satisfaction of the Commissioner. They must be rolled to consolidate and lock the aggregates into stable layers.
F. Verification of consolidation and interlocking of the RCB will be performed via a rolling pattern procedure. The rolling pattern will be developed by recording the number of passes of a vibratory roller needed to ensure proper consolidation and interlocking of the RCB material using survey elevation data. The RCB will be installed in twelve (12) inch lifts and rolled an acceptable number of times until survey data shows that the consolidation of the material is negligible and to the acceptance of the Commissioner. The specified number of passes, determined by the rolling pattern, will be the required amount of passes used for the RCB material and that particular vibratory roller for the project. If the Contractor wishes to change vibratory rollers during the project, then a new rolling pattern must be developed. The Contractor must verify the rolling pattern once per week or every time a new piece of equipment is used. The rolling pattern development must be performed in the presence of and to the satisfaction of the
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-6
Commissioner. The Contractor will perform a rolling pattern verification whenever the Commissioner deems it is needed to properly control the process or the Commissioner deems the process out of control.
G. Along places inaccessible to rollers, the subbase material must be tamped thoroughly with mechanical or hand tampers.
H. Sprinkling during rolling, if necessary, must be in the amount and by equipment acceptable to the Commissioner. Water must not be added in such a manner or quantity that free water will reach the underlying layer and cause it to become soft.
3.08 ACCEPTANCE SAMPLING AND TESTING
A. CA-6, CA-5, CA-1 and RCB shall be accepted for gradation and density or consolidation as specified herein. Sampling locations shall be determined on a random basis in accordance with statistical procedures contained in ASTM D3665. Sampling of aggregates shall be in accordance with ASTM D75.
B. One gradation test per ASTM C136 must be run per 5000 tons per aggregate type delivered or a minimum of one test per week, whichever is more frequent, or when materials substantially change as determined by the Commissioner. The aggregate type will be accepted for gradation when it falls within the limits and tolerances specified for CA-6, CA-5, CA-1 and RCB. If the proper gradation is not attained, the gradation test will be repeated. A material that does not pass the gradation after retest shall be rejected and replaced by the Contractor at the Contractor’s expense.
C. For CA-6, each lift must be tested for density; a minimum of one test must be taken for each 250 cubic yards of material placed per layer, or as directed by the Commissioner. The material will be accepted for density when the field density is at least the specified percent of the maximum density of the laboratory specimen prepared from samples delivered to the job site. If the specified density is not attained, the material shall be reworked and additional random density tests made. This procedure shall be followed until the specified density is reached.
D. Consolidation of the RCB will be accepted if the proper rolling pattern had been utilized during the installation of the material, all aggregate interlock is complete and the consolidation effort has been checked. The consolidation effort will be checked via the survey data per P-154.3.07.F every 400 LF/lift installed.
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-7
3.09 SURFACE TEST:
A. After the course is completely compacted, the surface must be tested for smoothness and accuracy of grade and crown; any portion found to lack the required smoothness or to fail in accuracy of grade or crown must be scarified, reshaped, recompacted, and otherwise manipulated as the Commissioner may direct until the required smoothness and accuracy are obtained. The finished surface must not be above the theoretical vertical grade and may not vary more than 1/2-inch when tested with a 16 foot straightedge applied parallel with, and at right angles to the centerline. Surface test may be made by means of survey and/or templates.
3.10 THICKNESS:
A. The thickness of the completed subbase course must be determined by depth tests, survey, or cores conducted by the Contractor taken at intervals so each test must represent no more than 500 square yards. When the deficiency in thickness is more than 1/2 inch, the Contractor must correct such areas by scarifying, adding satisfactory mixture, rolling, sprinkling, reshaping, and finishing in accordance with these Specifications. The Contractor must replace at his/her expense the frost protection material where borings are taken for test purposes.
3.11 PROTECTION:
A. Work on frost protection course must not be conducted during freezing temperature nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction must be stopped.
3.12 MAINTENANCE:
A. Following the final shaping of the material, the subbase must be maintained throughout its entire length by the use of standard motor graders and rollers until, in the judgment of the Commissioner, the frost protection course meets all requirements and is acceptable for the construction of the next course. The Contractor is totally responsible for the preparation, maintenance and protection of the frost protection course and no additional compensation will be considered for any reworking of the material for any reason.
PART 4 METHOD OF MEASUREMENT
4.01 MEASUREMENT:
CHICAGO DEPARTMENT OF AVIATION FROST PROTECTION COURSE UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-154-8
A. The yardage of frost protection course to be paid for will be the number of square yards of frost protection course of a nominal thickness {or the number of cubic yards of frost protection course material of a variable thickness based on average cross sectional area per Drawing dimensions multiplied by the length} placed, compacted and accepted in the completed course. The quantity of frost protection course material will be measured in final position based on surface area, or by means of average end areas computed from depth dimensions in the Drawings. Frost protection materials will not be included in any other excavation quantities.
B. The yardage of undercut and backfill with stabilization stone to be paid for will be the number of cubic yards of undercut material removed, measured in place. This quantity will govern regardless of the volume of stone or recycled concrete required for backfill.
PART 5 BASIS OF PAYMENT
5.01 PAYMENT:
A. Payment will be made at the Contract unit price per square yard for frost protection course. This price will be full compensation for furnishing all materials including geotextile fabric; for all preparation, hauling, placing and compacting of these materials; and for all labor, equipment, tools, and all work necessary to complete the item.
B. Payment will be made at the Contract unit price per cubic yard for undercut and backfill with stabilization stone. This price will be full compensation for furnishing all materials including geotextile filter fabric, for all excavation, removal and disposal of off the Airport, preparation, hauling, placing and compacting these materials; and for all labor, equipment, tools, and all work necessary to complete the item. Payment will not be made for materials placed outside the theoretical grade line beyond the limits defined on the typical sections.
C. Payment will be made under: 1. Item P-154-01 - Paving - Frost Protection Course, Contractor
supplied CA-6 – 8”, per square yard
END OF SECTION P-154
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-1
ELASTOMERIC CONCRETE SECTION P-612 PART 1 GENERAL
1.01 SECTION INCLUDE
A. Work under this section is subject to the requirements of the Contract Documents.
B. Furnish and install all Elastomeric Concrete Work as shown on the Drawings and as specified herein, including but not limited to the following:
1. Elastomeric Concrete surrounding longitudinal joint strip seal assembly.
1.02 RELATED WORK
A. As specified in the following divisions:
1. Section P-613 Preformed Joint Strip Seal
1.03 SUBMITTALS
A. Submit the following at least forty (40) days before use:
1. Product Data
a. Manufacturer's Literature - Materials description and installation instructions for elastomeric concrete.
b. Manufacturer's Installation Instructions - Indicate special procedures, surface preparation and perimeter conditions requiring special attention.
2. Samples
Submit a minimum of four (4) samples of the following:
a. Elastomeric concrete components
b. Bonding agent
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-2
3. Test Reports
a. Submit test reports necessary to show compliance with the Contract Drawings.
4. Manufacturer's Certification
a. Certify that product(s) meets or exceeds the specified requirements.
5. Operation and Maintenance Manuals
1.04 QUALITY ASSURANCE
A. Contractor Qualifications: Elastomeric Concrete work must be performed only by a qualified Contractor. The term qualified means experienced in performing the work required by this Section. The qualified Contractor must:
1. Be trained by the Manufacturer and shall have completed a program of instruction in the use of the elastomeric concrete system
2. Have documented experiences on Projects similar in size and scope to this Project.
3. Submit evidence of such qualification upon request by the Commissioner.
B. Manufacturer shall have documented experience on projects similar to this project, in scope and size, to the satisfaction of the Commissioner.
C. Manufacturer shall provide written confirmation that a formall Quality Management System and Quality Processes have been adopted in the areas of, (but not limited to) Engineering, Manufacturing, Quality Control and Customer Service for all processes, products and their components.
D. Perform work in accordance with manufacturer’s requirements for weather conditions, preparation of surfaces and materials installation instructions.
1.05 DELIVERY, STORAGE AND HANDLING
A. The elastomeric concrete material shall be delivered in original, tightly sealed containers, clearly labeled with the manufacturer’s name, product identification and lot numbers where applicable.
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-3
B. The unopen elastomeric concrete material shall be stored out of the weather, in original, tightly sealed containers, as recommended by the manufacturer. Storage temperature shall not exceed manufacturer’s recommendations.
C. Access and Storage Areas.
1. To reduce interference with airport operations, all access and storage areas shall be subject to approval of the Commissioner.
1.06 WARANTEES AND GUARANTEES
A. The specified work must be guaranteed by the Contractor for a period of 5 years from the date of Substantial Completion of the Project, at no additional cost to the City. During such time the Contractor must make good, repair or replace, as the Commissioner may deem necessary or desirable, at the Contractor's own cost and expense, any defect which in the opinion of the Commissioner is due to imperfections in materials, installation, workmanship, or, the extent that the Contractor has participated in design, such design
1.07 ENVIRONEMTNAL REQUIREMENTS
A. Maintain temperature and humidity recommended by the manufacturer during and after installation.
1.08 SPECIAL REQUIREMENTS A. Field Measurements - Before proceeding with the work, the Contractor
shall verify all dimensions and take such measurements as are required for proper installation of the work.
B. Coordination - Coordinate work of this section with adjacent work of other trades.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Only elastomeric concrete that is recommended by the chosen preformed strip seal joint manufacturer from Section P-613 of these Specifications shall be used for replacement of the longitudinal strip seal expansion joint.
B. The material shall not be installed in the field prior to approval by the Commissioner.
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-4
2.02 GENERAL
A. The Contractor shall furnish a manufacturer's certification that all materials proposed for use on the project have been pretested and will meet the requirements as set forth in the manufacturer's current literature and this Specification.
B. Elastomeric concrete shall be field mixed and consist of a 100% solids two component polyurethane and pregraded aggregate mix. When properly mixed and poured, the elastomeric concrete cures rapidly, flows and fills any voids, spalls or irregularities forming a monolithic unit. The elastomeric concrete used must set up and allow for traffic no later than two (2) hours after the final pour.
C. Bonding agent shall be as recommended by the manufacturer.
PART 3 EXECUTION
3.01 GENERAL A. Conduct a pre-installation conference with the manufacturer's
representative prior to construction to establish procedures for maintaining optimum working conditions and coordination of work. Furnish the Commissioner a copy of the recommended procedures and install the elastomeric concrete according to the manufacturer's instructions.
3.02 PREPARATION
A. The elastomeric concrete manufacturer's representative familiar with the elastomeric concrete installation procedures shall be present during the initial installation to insure that proper surface preparation, application, and handling techniques are being used by the Contractor.
B. Removals - The existing expansion joint and surrounding concrete shall be removed to the limits shown on the Plans and in accordance with Section P-150 of this Specification.
C. Cleaning - Each joint face shall be sandblasted or otherwise prepared in accordance with the manufacturer's recommendation.
The sandblasting nozzle must be held at an angle or fitted with deflectors to direct the sand against the joints face within one or two inches of the concrete. A minimum of one pass shall be made for each joint face.
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-5
After sandblasting, the joint cavity shall be cleaned, removing all sand or other debris that would interfere with joint closure. Just prior to placing bonding agent and elastomeric concrete, the joints shall be air- blasted to remove sand and dust. Air compressors used for sandblasting and air blasting shall be equipped with traps to remove moisture and oil from the air. Air blasting shall be done in one direction only.
The joint shall be considered clean when no residue is evident after rubbing a finger or dark lint free cloth along the cleaned dry joint face.
Alternate cleaning proposals may be submitted in writing to the Commissioner for consideration.
D. Coordinate the placement of elastomeric concrete with staging of the construction.
3.03 INSTALLATION
A. Bonding agent shall be applied in accordance with the manufacturer's recommendations to the sides and base of the removed concrete blackout.
B. Elastomeric concrete shall be mixed and placed/poured as shown on the Plans and in accordance with the manufacturer's recommendations for weather conditions, preparation of surfaces and material installation.
C. All elastomeric concrete must be properly cured and protected by the Contractor. The work must be protected from the elements, flowing water, and from defacement of any nature during construction operations. Traffic or loading must not be allowed on elastomeric concrete surfaces until it is sufficiently cured.
3.04 CLEANING
A. Clean adjoining surfaces of smears, compound, or other soiling due to these operations, as work progresses. Restore, refinish or replace any adjacent surfaces or materials which are marred or damaged to the satisfaction of the Commissioner, at no cost to the City.
B. All rubbish and debris resulting from the work of this section shall be collected, removed from the site and disposed of legally.
C. All Areas shall be left in a broom clean condition
CHICAGO DEPARTMENT OF AVIATION Elastomeric Concrete UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
P-612-6
PART 4 METHOD OF MEASUREMENT
4.01 MEASUREMENTS
A. No separate measurement for Elastomeric Concrete as it is incidental to Strip Seal Expansion Joint installed and accepted by the Commissioner.
PART 5 BASIS OF PAYMENT
5.01 PAYMENTS
A. No separate payment for Elastomeric Concrete. Payment will be made as incidental to P-613-01, Strip Seal Expansion Joint, installed and accepted by the Commissioner. Incidental items include but is not limited to furnishing all materials, for all preparation, and for all labor, equipment, tools and all work necessary to complete the items.
END OF SECTION P-612
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID, ADDENDUM 1
P-613-1 PREFORMED JOINT STRIP SEAL
ADDENDUM 1
PREFORMED JOINT STRIP SEAL SECTION P-613
PART 1 GENERAL
1.01 DESCRIPTION
A. Work under this section is subject to the requirements of the Contract Documents.
B. This work shall consist of furnishing of all labor, material, tools, equipment and appurtenances required to remove, dispose of and reconstruct transverse and longitudinal strip seal expansion joints as shown on the Plans and as specified herein, including but not limited to the following:
1. Removal and disposal of existing transverse and longitudinal strip seal joints, including the removal of any/all surrounding concrete as indicated on the Plans.
2. Placement of the new longitudinal joint assembly.
3. Form and place cast-in-place concrete and elastomeric concrete surrounding the transverse and longitudinal joint respectively.
4. Protect and cover work area from vehicular traffic. 1.02 RELATED WORK
A. As specified in the following divisions: 1. Section P-610 Structural Portland Cement Concrete 2. Section P-612 Elastomeric Concrete
1.03 REFERENCES A. The work shall conform to all applicable portions of Section 520,
Bridge Expansion Joints, and any related referenced Article(s)/Section(s) of the Illinois Department of Transportation Standard Specifications for Road and Bridge Constructions, April 1, 2016 (SSRBC).
B. Supplemental Specifications and Recurring Special Provisions, adopted April 1, 2016 and any subsequent revisions Published by the Illinois Department of Transportation.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-2 PREFORMED JOINT STRIP SEAL
1.04 SUBMITTALS
A. Submit the following:
1. Shop Drawing
a. Longitudinal Strip Seal Joint Systems
2. Samples and/or Product(s) Data:
Submit a minimum of four (4) samples of the following:
a. Manufacturer's Literature - Materials description and installation instructions for all components of the joints.
b. Manufacturer's Installation Instructions - Indicate special procedures, surface preparation and perimeter conditions requiring special attention.
c. Elastomeric Sealing Element
d. Assembly of Steel Edge Members and supporting plate with welded anchors.
e. Lubricant Adhesive
f. Elastomeric Sealing Element - "T" and "X" Intersections
g. Product Data - Provide data indicating physical properties, performance criteria and limitations.
3. Test Reports
4. Manufacturer's Certification Certify that product(s) meets or exceeds the specified
requirements.
5. Operation and Maintenance Manuals
1.05 QUALITY ASSURANCE
A. Strip seal joint manufacturer and installer shall have documented experience on projects similar to this project, in scope and size, to the satisfaction of the Commissioner.
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-3 PREFORMED JOINT STRIP SEAL
B. Perform work in accordance with manufacturer's requirements for preparation of surfaces and material installation instructions.
C. Contractor to submit test data indicating successful welding procedures between new and existing strip seals and steel assembly extrusions.
D. Contractor to submit test data indicating successful welding procedures between new strip seals and steel assembly extrusions at field splice locations.
E. Contractor to submit procedures and test data indicating successful execution of a waterproof seal at all field splices and all intersections of new transverse and longitudinal strip seals with existing transverse strip seals and longitudinal silicone expansion joints.
1.06 DELIVERY, STORAGE AND HANDLING A. Materials shall be delivered to the project in sealed containers
bearing manufacturer's name and material identification. Materials shall be stored in strict accordance with the manufacturer's printed directions, copies of which shall be furnished to the Commissioner.
B. Protect materials against damage from mechanical abuse, plaster, salts, acids, staining and other foreign matter, by approved means during transportation, storage and erection and until completion of construction work. All unsatisfactory materials shall be removed from the premises, and all damaged materials replaced with new materials.
C. Access and Storage Areas.
1. To reduce interference with airport operations, all access and storage areas shall be subject to approval of the Commissioner.
1.07 WARRANTEES AND GUARANTEES A. The specified work must be guaranteed by the Contractor for a
period of 5 years from the date of Substantial Completion of the Project, at no additional cost to the City. During such time
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-4 PREFORMED JOINT STRIP SEAL
the Contractor must make good, repair or replace, as the Commissioner may deem necessary or desirable, at the Contractor's own cost and expense, any defect which in the opinion of the Commissioner is due to imperfections in materials, installation, workmanship, or, the extent that the Contractor has participated in design, such design.
B. The strip seal expansion joint device shall seal the deck surface, curbs, gutters, sidewalks, medians and such and prevent water from seeping through the joint area. Any seepage of water through the joint will be cause for rejection of the installation.
C. Warranty shall include coverage for all components of the installed strip seal joint and installation and accessories, including failure to achieve movement capability or water tight seal, loss of adhesion, failure of steel edge members, supporting plate and anchors, connections, and surrounding concrete materials.
1.08 ENVIRONMENTAL REQUIREMENTS
A. Maintain temperature and humidity recommended by the manufacturer during and after installation.
1.09 SPECIAL REQUIREMENTS
A. Field Measurements - Before proceeding with the fabrication of the work, the Contractor shall verify all dimensions and take such measurements as are required for proper fabrication and erection of the work.
B. Coordination - Coordinate work of this section with adjacent work of other trades.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS A. Watson Bowman Acme
Corp. 95 Pineview Drive Amherst, New York 14228 Phone: (716) 691-7566
B. The D.S. Brown Company 300 East
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-5 PREFORMED JOINT STRIP SEAL
Cherry Street North Baltimore, Ohio 45872 Phone: (419) 257-3561
2.02 MATERIALS
A. The Contractor shall furnish a manufacturer's certification that all materials proposed for use on the project have been pretested and will meet the requirements as set forth in the manufacturer's current literature and these Specifications.
B. The material shall not be installed in the field prior to the Commissioner's approval.
C. Any existing steel elements or portions of which are to remain shall be tested, cleaned and inspected as specified herein.
D. The polychloroprene strip seal gland shall be supplied and installed in one continuous length. The shape of the gland shall promote self- removal of foreign material during normal joint operation. The physical properties shall generally be in accordance with the following table:
PHYSICAL PROPERTY ASTM TEST REQUIREMENTS METHOD
Tensile Strength D412 2000 psi Elongation @ Break D412 250%, min Hardness, Type A Durometer D2240 Modified 55 ±5 points Oven Aging, 70h @ 212°F D573
Tensile Strength 20% loss max Elongation 20% loss max Hardness 0 to + 10points
Oil Swell, 70hrs @ 212°F D-471 45% Ozone Resist, 70hrs @ 104°F D1149 Method B No Cracks
20% strain, 300 pphm, in air Low Temperature Stiffening D2240 0 to +15point
7 days @ 14°F Hardness (Type A Durometer)
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-6 PREFORMED JOINT STRIP SEAL
Compression Set, 70 hrs @ 212°F 0395 Method B 40%
E. The material used in bonding the polychloroprene gland to the steel elements shall be one part moisture curing polyurethane and hydrocarbon solvent mixture meeting the requirements of ASTM 0- 4070-81.
F. The material utilized to produce a shape suitable to mechanically lock the sealing element in place throughout the normal movement cycle shall be ASTM A-36 or ASTM A-588 weathering grade steel. The configuration shall be a minimum thickness of 1/2" as measured from the internal locking mechanism to the deck wearing surface as well as to other surfaces to be embedded or in contact with other steel members.
G. All steel surfaces not embedded in concrete shall be treated for corrosion protection in accordance with the applicable Article(s)/Section(s) of the SSRBC.
H. The anchorage configuration shall be as detailed on the Plans and shall provide a minimum of 0.75 square inches of bolt area per linear foot of joint. (Minimum Yz" diameter hardware of 6" centers both sides of joint).
PART 3 EXECUTION
3.01 INSPECTION A. Inspect the condition of the existing expansion joints and joint
opening and report any deviations from Plans. 3.02 REMOVAL
A. Existing joints shall be removed at the locations and to the limits shown on the Plans. Surrounding concrete shall be removed to the limits shown on the Plans and in accordance with Section P-611 of these Specifications.
3.03 PREPARATION
A. For All Joints:
1. The joint system shall be set to line and grade, ensuring that the system's uppermost plane matches the existing finished
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-7 PREFORMED JOINT STRIP SEAL
roadway profile.
2. Before securing or casting in the joint system to the structure, the setting dimension shall be adjusted under the direction of the Commissioner, to correspond to the proper ambient temperature. The adjustment is accomplished by means of pre- stressing devices, furnished by the manufacturer, which shall accompany the expansion joint system to the job site.
B. For All Joint Types:
1. Coordinate the joint replacement with staging of the construction.
2. The Contractor shall provide one continuous piece of strip seal which extends the entire width and/or length of the roadway.
3.04 INSTALLATION
A. Steel assembly and steel extrusions shall be spliced to the existing or new roadway's expansion joints as applicable to form a water tight seal in a manner approved by the Commissioner.
B. The new strip seals shall be field installed in continuous lengths, and connected to the existing roadway's expansion joint to form a water tight seal. Number of field splices should be minimized. Field splices are only allowed as required by the construction staging and as approved by the Commissioner.
C. To ensure proper fit of the seal and increase the ease of installation, dirt, spattered or standing water shall be removed from the steel cavity using a brush, scraper or compressed air.
D. Immediately prior to installation, the joint system shall be inspected by the Commissioner. No kinks or bends in the joint system shall be allowed. Any joint system exhibiting bends or kinks due to transportation and mishandling, shall be cause for removal from site and replaced by a new joint at no additional cost to the City.
3.05 CLEANING
A. Clean adjoining surfaces of smears, compound, or other soiling due to these operations, as work progresses. Restore, refinish or replace any adjacent surfaces or materials which are marred or
CHICAGO DEPARTMENT OF AVIATION UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID
P-613-8 PREFORMED JOINT STRIP SEAL
damaged to the satisfaction of the Commissioner, at no cost to the City.
B. All rubbish and debris resulting from the work of this section shall be collected, removed from the site and disposed of legally.
C. All Areas shall be left in a broom clean condition.
PART 4 MEASUREMENT
4.01 MEASUREMENT
A. Preformed Joint Strip Seal will be measured by foot placed and accepted by the Commissioner.
PART S BASIS OF PAYMENT
5.01 PAYMENT
A. Payment for Preformed Joint Strip Seal will be made at the Contract unit price per foot and accepted by the Commissioner. The price will be full compensation for furnishing all materials, for all preparation, and for all labor, equipment, tools and all work necessary to complete the item. Elastomeric concrete as shown in the contract drawings is included as incidental to the price of this line item.
B. Payment will be made under: 1. Item P-613-01 - Strip Seal Expansion Joint, per LF
END OF SECTION P-613
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-1
ADDENDUM 1
CONTRACTOR QUALITY CONTROL PROGRAM
SECTION 01400
PART 1 - GENERAL
1.01 Summary
A. This Section includes the following: 1. Administrative and procedural requirements for Contractor to establish,
provide, and maintain an effective Quality Control Program that complies with this Section and with Part Two of Three – General Conditions, Article VI, “Quality of Workmanship, Equipment and Materials”.
2. The Contractor must establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction for all work items included under this project, as described in the Contract Documents, conform to the contract requirements, whether manufactured by the Contractor or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor must assume full responsibility for accomplishing the stated purpose. This purpose will be included in a mission statement for the program.
3. The intent of this section is to enable the Contractor to establish a necessary level of control prior to performing work that will:
a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the
Commissioner that the specification requirements must be met. c. Allow the Contractor as much latitude as possible to develop its own
standard of quality control. d. The Contractor must not begin any construction or production of
materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Commissioner.
e. The requirements for the Contractor's Quality Control Program contained in this section are in addition to and separate from the acceptance testing requirements stated in the technical specifications. Acceptance testing requirements will be as specified in the individual technical specifications.
4. Special inspections are required for, but are not necessarily limited to, the following:
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-2
a. Placement of Structural Concrete b. Placing of Reinforcing Steel c. Taking of Test Specimens and Placement of Concrete d. Structural Steel and Field Welding e. Embeds in Structural Concrete
5. Specific quality control requirements for individual construction activities and/or materials are specified in the Sections pertaining to those activities and/or materials.
6. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements.
7. Specified tests, inspections, and related actions are to be considered the minimum requirement, and thus do not limit the Contractor's quality control procedures to affirm compliance with the Contract Document requirements.
8. Contractor is required to provide any and all quality control services required by the Contract Documents, permit requirements, and any authority having jurisdiction.
9. The requirements for the Contractor's Quality Control Program contained in this section are in addition to and separate from the acceptance testing requirements stated in Part Three of Three - Technical Specifications. Acceptance testing requirements will be as specified in the individual technical specifications.
10. The terms “Quality Assurance” and “Quality Control”, as used throughout the Technical Specification Sections included in Part Three of Three – Technical Specifications exclusive of this Section, shall be used interchangeably to refer to Contractor’s obligation to ensure that all workmanship, equipment, and materials as required per the Section is provided/performed with strict adherence to the Contract Documents and the Contractor’s Quality Control Program.
11. Approval of the Quality Control Program is required prior to the start of construction. The Commissioner reserves the right to require changes in the Quality Control Program and operations as necessary, including removal of personnel, to ensure the specified quality of work. The Contractor’s Quality Control organization personnel shall be subject to approval of the Commissioner. The Commissioner may require the removal and replacement of any individual for non-compliance with quality requirements specified in the contract.
1.02 DEFINITIONS
A. Quality: Conformance to the requirements established by the Contract Documents.
B. Control: To guide and have influence over
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-3
C. Quality Control (QC) Program: The Contractor’s system to manage, control, and document their own, their supplier’s, and their subcontractor’s activities and materials to comply with the Contract Documents.
D. Program Administrator: The Contractor’s representative who is responsible for the implementation and administration of the Contractor Quality Control Program for this Contract.
E. Quality Assurance Program: The procedures by which the Construction Manager ensures the QC Program is being executed in a manner compliant with the Contract Documents.
F. CM Quality Assurance Manager: The Construction Manager’s representative who is responsible for the inspection of the Contractor’s work and administration of the Quality Assurance Program.
G. Resident Engineer: The Construction Manager’s representative who is the Contractor’s point of contact for this Contract.
H. Quality Assurance Materials Testing (QAMT): The Independent Testing Laboratory hired by the City of Chicago to perform all field and laboratory tests for acceptance per Contract Documents. The QAMT is managed and scheduled by the Construction Manager.
I. Mock-ups: Full-size, physical example of assemblies to illustrate finishes and materials. Mock-ups are used to verify selections made under sample submittals, to demonstrate aesthetic effects or details and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not samples. Mock-ups establish the standard by which the Work will be judged. Mock-ups supersede samples in the approval and acceptance of the Work.
J. Definable Feature of Work: A task or set of tasks that are separate and distinct from other tasks, but is integral to the performance on the Contract.
1.03 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. These are to be checked against the Contract Documents for applicability.
B. American Society For Testing And Materials (ASTM) 1. ASTM A 880 (1995) Criteria for Use in Evaluation of Testing Laboratories
and Organization for Examination and Inspection of Steel, Stainless Steel, and Related Alloys
2. ASTM C 1077 (1998) Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-4
3. ASTM D 3666 (2000) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials
4. ASTM D 3740 (1999; Rev C.) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction
5. ASTM E 329 (2000; Rev. A) Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction
6. ASTM E 543 (1999) Agencies Performing Nondestructive Testing C. American Institute of Steel Construction (AISC)
1. ANSI/AISC 360 Specification for Structural Steel Buildings D. American National Standards Institute (ANSI) / American Welding Society
(AWS) 1. ANSI/AWS D1.1 (2008) Structural Welding Code - Steel
1.04 SUBMITTALS
A. Submit the following in accordance with the General Conditions, Article XI, "Shop Drawings, Product Data and Samples". 1. Action Submittals
a. Quality Control (QC) Program. B. Submit a Quality Control Program for review at the Pre-Construction
Conference. The Quality Control Program shall include a preliminary submittal of the list of definable features of work that shall cover the first 90 days of construction.
C. Approval of the Quality Control Program shall be treated as “accepted, predicated upon successful implementation.” If the Quality Control Program is not approved, then all work, except for the mobilization of storage and office trailers, temporary utilities, and surveying, will stop.
1.05 DESCRIPTION OF QUALITY CONTROL PROGRAM
A. General Description. This Quality Control Program will ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program will be effective for control of all construction work performed under this Contract and will specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control over the product.
B. Quality Control Program. The Contractor must describe the Quality Control Program in a written document which will be reviewed by the Commissioner prior to the start of any production, construction, or off-site fabrication. The
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-5
written Quality Control Program will be submitted to the Commissioner for review within fifteen (15) days of contract award. The Quality Control Program will be organized to address, as a minimum, the following items: 1. Quality control testing plan; 2. Documentation of quality control activities; 3. Requirements for corrective action when quality control and/or acceptance
criteria are not met. C. The Contractor is encouraged to add any additional elements to the Quality
Control Program that it deems necessary to adequately control all production and/or construction processes required by this contract.
1.06 QUALITY CONTROL ORGANIZATION
A. Qualified technicians must be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned must be subject to the qualification specified.
B. Payment will not be made for any materials installed without Quality Control inspection by the Contractor. In addition, the Commissioner may withhold, or deny payment for an inspected item, if in the Commissioner’s opinion; the Contractor’s Quality Control Program is not functioning as required by the project specifications.
C. The quality control organization will consist of the following minimum personnel: 1. Quality Control Technicians. A sufficient number of quality control
technicians necessary to adequately implement the Quality Control Program will be provided. These personnel will be engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field.
2. The quality control technicians will report directly to the Responsible Quality Representative and will perform the following functions: a. Performance of all quality control tests as required by the technical
specifications 3. Staffing Levels. The Contractor must provide qualified quality control staff
to monitor each work activity to meet the minimum test requirements of the specifications.
1.07 QUALITY CONTROL TESTING PLAN
A. As a part of the overall Quality Control Program, the Contractor must implement a quality control testing plan, as required by the technical specifications. The testing plan will include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-6
that the Contractor deems necessary to adequately control production and/or construction processes.
B. The testing plan can be developed in a spreadsheet fashion and will, as a minimum, include the following: 1. Specification item number (e.g., Section 03310); 2. Item description (e.g., PCC Pavements); 3. Test type (e.g., gradation, grade, air, slump, temp, etc..); 4. Test standard (e.g., ASTM or AASHTO test number, as applicable); 5. Test frequency (e.g., as required by technical specifications or minimum
frequency when requirements are not stated; or when materials substantially change as determined by the Commissioner);
6. Responsibility (e.g., plant technician); and 7. Control requirements (e.g., target, permissible deviations).
C. The testing plan will contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Commissioner will be given access to witness all quality control sampling and testing.
D. All quality control test results must be documented by the Contractor as specified.
E. Testing:
1. 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 the CM Quality Assurance Manager 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 Construction Manager via Program Administrator. Furnish a summary report of field tests at the end of each month. Attach a copy of the summary report to the last daily Quality Control Daily Report of each month.
2. Control and Verification Tests: Control tests are those tests made for Contractor under the Quality Control Plan to assist the Contractor in maintaining control of his operations. As described above, the Contractor shall procure the services of an independent commercial laboratory to perform the required control tests. The Specifications contain the minimum; testing criteria, frequency of testing, procedures, methods of construction, and the number of control tests to be made for each phase of the work. Notify the CM Quality Assurance Manager a minimum of 24 hours in advance of the time samples will be taken by Contractor for quality control testing. The CM Quality Assurance Manager will then notify its own
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-7
testing laboratory contractor (QAMT) so that verification test samples may be taken.
3. Check Tests: The Contractor shall furnish to Construction Manager the quantities of materials to be used for check testing acceptance as required in the Specifications. Check testing acceptance will be performed by the Construction Manager at an independent laboratory (QAMT) at no cost to the Contractor. No direct payment will be made to the Contractor for the furnishing of materials used for check testing acceptance.
1.08 DOCUMENTATION
A. The Contractor must maintain current quality control records of all tests performed under the Quality Control Program. These records must include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken.
B. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the Contract Documents. Legible copies of these records must be furnished to the Commissioner daily, prior to the next day’s production. The records must cover all work placed subsequent to the previously furnished records and must be verified and signed by the Contractor's qualified quality representative.
C. Specific Contractor quality control records required for the contract must include, but are not necessarily limited to, the following records: 1. Daily Inspection Reports. Each Contractor quality control technician must
maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Commissioner. These technician's daily reports must provide factual evidence that continuous quality control inspections have been performed and will, as a minimum, include the following: a. Technical specification item number and description; b. Compliance with approved submittals; c. Proper storage of materials and equipment; d. Proper operation of all equipment; e. Adherence to plans and technical specifications; f. Review of quality control tests; and g. Safety inspection.
D. The daily inspection reports must identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed.
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-8
E. The daily inspection reports will be signed by the responsible quality control technician and the Program Administrator. The Commissioner will be provided at least one legible original copy of each daily inspection reports, by 10:00 am on the work day following the day of record. 1. The Contractor must inform the Commissioner 24 hours in advance:
a. Structural steel inspections that will be performed b. Concrete pours that will be performed
2. Daily Test Reports. The Contractor must be responsible for establishing a system which will record all quality control test results. Daily test reports must document the following information: a. Technical specification item number and description; b. Test designation; c. Location; d. Date and time of test; e. Control requirements; f. Test results; g. Causes for rejection; h. Recommended remedial actions; and i. Retests.
F. Test results from each day's work period must be submitted to the Commissioner prior to the start of the next day's work period. When required by the technical specifications, the Contractor must maintain statistical quality control charts. The daily test reports will be signed by the responsible quality control technician.
1.09 CORRECTIVE ACTION REQUIREMENTS
A. The Quality Control Program will indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action will include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications.
B. The Quality Control Program will detail how the results of quality control inspections and tests will be used for determining the need for corrective action and will contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control.
C. When applicable or required by the technical specifications, the Contractor must establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action will be linked to the control charts.
1.10 SURVEILLANCE BY THE COMMISSIONER
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-9
A. All items of material and equipment will be subject to surveillance by the Commissioner at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place will be subject to surveillance by the Commissioner at the site for the same purpose.
B. Surveillance by the Commissioner does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work.
C. Any testing performed by the Commissioner and deemed by the Contractor to be improperly performed will be noted. In addition, a written document by the Contractor will be submitted indicating the deviation noted. Testing procedures will be considered accurate and correct unless this procedure is followed. The Contractor must not seek additional compensation for any testing irregularities not reported.
D. Any testing performed by the Contractor and deemed by the Contractor to be improperly performed or not meeting the requirements of the project specifications must be noted by the Contractor on their daily reports.
E. No videotaping or recording of QA or QC personnel will be permitted unless written permission is given by both parties.
1.11 NONCOMPLIANCE
A. The Commissioner will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor must, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Commissioner or its authorized representative to the Contractor or its authorized representative at the site of the work, must be considered sufficient notice.
B. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Commissioner, the Commissioner may: 1. Order the Contractor in writing to replace ineffective or unqualified quality
control personnel or subcontractors within 24 hours after receipt of such order.
2. Order the Contractor to stop operations until appropriate corrective actions are taken.
3. Withhold progress payments in the event of Contractor failure to take corrective actions within the specified time.
4. The Contractor is required to address and assist in the resolution as needed or as requested by the Commissioner.
CHICAGO DEPARTMENT OF AVIATION QUALITY CONTROL PROGRAM UNITED AIRLINES EMPLOYEE PARKING LOT PAVEMENT RECONSTRUCTION PROJECT NO. H7104.15-01 ISSUED FOR BID ADDENDUM 1
01400-10
5. Contractor quality control program will not be measured for payment and will be considered included in the total contract price.
1.12 NOTIFICATION OF CHANGES A. The Contractor must notify the Commissioner, 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 Commissioner
PART 2 - PRODUCTS
2.01 NOT APPLICABLE
PART 3 - EXECUTION
3.01 NOT APPLICABLE
PART 4 - METHOD OF MEASUREMENT
4.01 NOT APPLICABLE
PART 5 - BASIS OF PAYMENT
5.01 The preparation of a Quality Control Program and its implementation, including any corrective measures that may be required to be carried out by the Contractor to bring items of work into compliance with the requirements of the Quality Control Program and the technical specifications will not be paid for separately but will be included in the total Contract price.
END OF SECTION 01400