01 general requirements gardi concourse b se …business.flydenver.com/bizpdf/diaid_1939.pdf ·...

667

Upload: others

Post on 08-Oct-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR
Page 2: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

VOLUME II - TECHNICAL SPECIFICATIONS 01 GENERAL REQUIREMENTS TABLE OF CONTENTS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 000110-1

REVISION NO. 00

VOLUME II – TECHNICAL SPECIFICATIONS FEDERAL FAA SPECIFICATIONS

SPEC DESCRIPTION

GP 110 Percentage Within Limits

P-150 Demolition

P-152 Excavation, Subgrade, and Embankment

P-153 Controlled Low-Strength Material

P-160 Watering

P-161 Geotextile

P-301 Soil-Cement Base Course

P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course)

P-404 Asphalt-Treated Permeable Base

P-501 Portland Cement Concrete (PCC) Pavement

P-603 Bituminous Tack Coat

P-604A Preformed Expansion Joint Compression Seals

P-604B Polychloroprene Compression Joint Seals

P-605 Joint Sealants for Concrete Pavements

P-610 Structural Portland-Cement Concrete

P-620 Runway and Taxiway Marking

B-101 Installation of Bollards

D-701 Pipe for Storm Drains and Culverts

D-705 Pipe Underdrains for Airports

D-750 Trench Drain

D-751 Manholes, Catch Basins, Inlets, and Inspection Holes

T-901 Seeding

T-905 Topsoiling

L-139 Temporary Construction Marker Lights

Page 3: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

VOLUME II - TECHNICAL SPECIFICATIONS 01 GENERAL REQUIREMENTS TABLE OF CONTENTS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 000110-2

REVISION NO. 00

NON-FEDERAL CSI SPECIFICATIONS – CIVIL & MEP

DIVISION SPEC DESCRIPTION

02 024116 Structure Demolition

024119 Selective Demolition

05 050510 Welding

07 071353 Elastomeric Sheet Waterproofing

08 083800 Vault Hatches for Water Distribution Systems

09 099713 Coating for Vault Hatches for Water Distribution System

22 220400 Basic Plumbing Requirements

220500 Common Work Results for Plumbing Equipment

220517 Sleeves and Sleeve Seals for Plumbing Piping

220518 Escutcheons for Plumbing Piping

220523 General Duty Valves for Plumbing Piping

220529 Hangers and Supports for Plumbing Piping and Equipment

220533 Heat Tracing for Plumbing Piping

220553 Identification for Plumbing Piping and Equipment

220719 Plumbing Piping Insulation

221116 Domestic Water Piping

221119 Domestic Water Piping Specialties

221226 Potable Water Cabinets

221313 Facility Sanitary Sewers

221316 Sanitary Waste and Vent Piping

221319 Sanitary Waste Piping Specialties

221323 Sanitary Waste Interceptors

221413 Facility Storm Drainge Piping

221423 Storm Drainage Piping Specialties

26 260519 Low-Voltage Electrical Power Conductors and Cables

260526 Grounding and Bonding for Electrical Systems

260533 Raceways and Boxes for Electrical Systems

260543 Underground Ducts and Raceways for Electrical Systems

264219 Passive Cathodic Protection for Buried and Submerged Piping, Structures, and Appurtenances

31 312319 Dewatering

315000 Excavation Support and Protection – Non-Roads and Bridges

Page 4: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

VOLUME II - TECHNICAL SPECIFICATIONS 01 GENERAL REQUIREMENTS TABLE OF CONTENTS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 000110-3

REVISION NO. 00

NON-FEDERAL CSI SPECIFICATIONS - FUELING

DIVISION SPEC DESCRIPTION

05 05999 Welding

15 15010 Basic Mechanical Requirements

15050 Basic Mechanical Materials and Methods

15055 Coatings and Corrosion Protection

15170 Aviation Fueling Shystme Piping, Valves, and Fittings

15172 Aviation Fueling System Equipment

15179 Aviation Fueling System Inspection, Cleaning, Flushing, and Testing

15190 Mechanical Identification

16 16010 Basic Electrical Requirements

16012 Underground Conduits, Duct Banks, and Hand Holes

16190 Supporting Devices and Seals

16195 Electrical Identification

16452 Grounding

16642 Cathodic Protection

END OF SECTION

Page 5: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-1

SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL 1 WITHIN SPECIFICATION LIMITS (PWL) 2

110-01 GENERAL. When the specifications provide for acceptance of material 3 based on the method of estimating percentage of material within specification limits (PWL), 4 the PWL will be determined in accordance with this section. All test results for a lot will be 5 analyzed statistically to determine the total estimated percent of the lot that is within 6 specification limits. The PWL is computed using the sample average (X) and sample 7 standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification 8 tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From 9 these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper 10 Quality Index, is computed and the PWL for the lot for the specified n is determined from 11 Table 1. All specification limits specified in the technical sections shall be absolute values. 12 Test results used in the calculations shall be to the significant figure given in the test 13 procedure. 14

There is some degree of uncertainty (risk) in the measurement for acceptance because only a 15 small fraction of production material (the population) is sampled and tested. This uncertainty 16 exists because all portions of the production material have the same probability to be 17 randomly sampled. The Contractor’s risk is the probability that material produced at the 18 acceptable quality level is rejected or subjected to a pay adjustment. The Owner’s risk is the 19 probability that material produced at the rejectable quality level is accepted. 20

It is the intent of this section to inform the Contractor that, in order to consistently offset the 21 Contractor’s risk for material evaluated, production quality (using population average and 22 population standard deviation) must be maintained at the acceptable quality specified or 23 higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that 24 will meet the specified acceptance criteria when sampled and tested at the frequencies 25 specified. 26

110-02 METHOD FOR COMPUTING PWL. The computational sequence for 27 computing PWL is as follows: 28

a. Divide the lot into n sublots in accordance with the acceptance requirements 29 of the specification. 30

b. Locate the random sampling position within the sublot in accordance with the 31 requirements of the specification. 32

c. Make a measurement at each location, or take a test portion and make the 33 measurement on the test portion in accordance with the testing requirements of the 34 specification. 35

Page 6: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-2

d. Find the sample average (X) for all sublot values within the lot by using the 36 following formula: 37

X = (x1 + x2 + x3 + . . .xn) / n 38

Where: X = Sample average of all sublot values within a lot 39

x1, x2 = Individual sublot values 40

n = Number of sublots 41

e. Find the sample standard deviation (Sn) by use of the following formula: 42

Sn = [(d12 + d2

2 + d32 + . . .dn

2)/(n-1)]1/2 43

Where: Sn = Sample standard deviation of the number of sublot values in the set 44

d1, d2 = Deviations of the individual sublot values x1, x2, … from the average value X 45

that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X) 46

n = Number of sublots 47

f. For single sided specification limits (that is, L only), compute the Lower 48 Quality Index QL by use of the following formula: 49

QL = (X - L) / Sn 50

Where: L = specification lower tolerance limit 51

Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, 52 using the column appropriate to the total number (n) of measurements. If the value of 53 QL falls between values shown on the table, use the next higher value of PWL. 54

g. For double-sided specification limits (that is, L and U), compute the Quality 55 Indexes QL and QU by use of the following formulas: 56

QL = (X - L) / Sn 57 and 58 QU = (U - X) / Sn 59

Where: L and U = specification lower and upper tolerance limits 60

Estimate the percentage of material between the lower (L) and upper (U) tolerance 61 limits (PWL) by entering Table 1 separately with QL and QU, using the column 62 appropriate to the total number (n) of measurements, and determining the percent of 63 material above PL and percent of material below PU for each tolerance limit. If the 64 values of QL fall between values shown on the table, use the next higher value of PL 65 or PU. Determine the PWL by use of the following formula: 66

Page 7: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-3

PWL = (PU + PL) - 100 67

Where: PL = percent within lower specification limit 68

PU = percent within upper specification limit 69

EXAMPLE OF PWL CALCULATION 70

Project: Example Project 71

Test Item: Item P-401, Lot A. 72

a. PWL Determination for Mat Density. 73

(1) Density of four random cores taken from Lot A. 74

A-1 = 96.60 75

A-2 = 97.55 76

A-3 = 99.30 77

A-4 = 98.35 78

n = 4 79

(2) Calculate average density for the lot. 80

X = (x1 + x2 + x3 + . . .xn) / n 81

X = (96.60 + 97.55 + 99.30 + 98.35) / 4 82

X = 97.95% density 83

(3) Calculate the standard deviation for the lot. 84

Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -85 97.95)2)) / (4 - 1)]1/2 86

Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 87

Sn = 1.15 88

(4) Calculate the Lower Quality Index QL for the lot. (L=96.3) 89

QL = (X -L) / Sn 90

QL = (97.95 - 96.30) / 1.15 91

QL = 1.4348 92

Page 8: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-4

(5) Determine PWL by entering Table 1 with QL= 1.44 and n= 4. 93

PWL = 98 94

b. PWL Determination for Air Voids. 95

(1) Air Voids of four random samples taken from Lot A. 96

A-1 = 5.00 97

A-2 = 3.74 98

A-3 = 2.30 99

A-4 = 3.25 100

(2) Calculate the average air voids for the lot. 101

X = (x1 + x2 + x3 . . .n) / n 102

X = (5.00 + 3.74 + 2.30 + 3.25) / 4 103

X = 3.57% 104

105

Page 9: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-5

(3) Calculate the standard deviation Sn for the lot. 106

Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / 107 (4 - 1)]1/2 108

Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2 109

Sn = 1.12 110

(4) Calculate the Lower Quality Index QL for the lot. (L= 2.0) 111

QL = (X - L) / Sn 112

QL = (3.57 - 2.00) / 1.12 113

QL = 1.3992 114

(5) Determine PL by entering Table 1 with QL = 1.41 and n = 4. 115

PL = 97 116

(6) Calculate the Upper Quality Index QU for the lot. (U= 5.0) 117

QU = (U - X) / Sn 118

QU = (5.00 - 3.57) / 1.12 119

QU = 1.2702 120

(7) Determine PU by entering Table 1 with QU = 1.29 and n = 4. 121

PU = 93 122

(8) Calculate Air Voids PWL 123

PWL = (PL + PU) - 100 124

PWL = (97 + 93) - 100 = 90 125

EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178) 126

Project: Example Project 127

Test Item: Item P-401, Lot A. 128

a. Outlier Determination for Mat Density. 129

(1) Density of four random cores taken from Lot A arranged in 130 descending order. 131

Page 10: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-6

A-3 = 99.30 132

A-4 = 98.35 133

A-2 = 97.55 134

A-1 = 96.60 135

(2) Use n=4 and upper 5% significance level of to find the critical value 136 for test criterion = 1.463. 137

(3) Use average density, standard deviation, and test criterion value to 138 evaluate density measurements. 139

(a) For measurements greater than the average: 140

If (measurement - average)/(standard deviation) is less than test 141 criterion, 142

then the measurement is not considered an outlier 143

For A-3, check if ( 99.30 - 97.95 ) / 1.15 is greater than 1.463. 144

Since 1.174 is less than 1.463, the value is not an outlier. 145

(b) For measurements less than the average: 146

If (average - measurement)/(standard deviation) is less than test 147 criterion, 148

then the measurement is not considered an outlier. 149

For A-1, check if ( 97.95 - 96.60 ) / 1.15 is greater than 1.463. 150

Since 1.435 is less than 1.463, the value is not an outlier. 151

NOTE: In this example, a measurement would be considered an outlier 152 if the density were: 153

Greater than (97.95 + 1.463 × 1.15) = 99.63% 154

OR 155

less than (97.95 - 1.463 × 1.15) = 96.27%. 156

Table 1. Table for Estimating Percent of Lot Within Limits (PWL) 157

Page 11: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-7

Percent Within Limits (PL and PU)

Positive Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362

98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630

97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420

96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454

95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635

94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914

93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265

92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670

91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118

90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602

89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115

88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653

87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212

86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789

85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382

84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990

83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610

82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241

81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882

80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533

79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192

78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858

77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531

76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211

75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896

74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587

73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282

72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982

Page 12: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-8

Percent Within Limits (PL and PU)

Positive Values of Q (QL and QU)

n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686

70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394

69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105

68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820

67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537

66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257

65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980

64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705

63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432

62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161

61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892

60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624

59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358

58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093

57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829

56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566

55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304

54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042

53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781

52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521

51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260

50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000

158

Page 13: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-9

159 Percent Within Limits (PL and PU)

Negative Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

49 -0.0363 -0.0300

-0.0281

-0.0272

-0.0267

-0.0264

-0.0262

-0.0260

48 -0.0725 -0.0600

-0.0562

-0.0544

-0.0534

-0.0528

-0.0524

-0.0521

47 -0.1087 -0.0900

-0.0843

-0.0817

-0.0802

-0.0793

-0.0786

-0.0781

46 -0.1447 -0.1200

-0.1125

-0.1090

-0.1070

-0.1057

-0.1049

-0.1042

45 -0.1806 -0.1500

-0.1406

-0.1363

-0.1338

-0.1322

-0.1312

-0.1304

44 -0.2164 -0.1800

-0.1688

-0.1636

-0.1607

-0.1588

-0.1575

-0.1566

43 -0.2519 -0.2100

-0.1971

-0.1911

-0.1877

-0.1855

-0.1840

-0.1829

42 -0.2872 -0.2400

-0.2254

-0.2186

-0.2147

-0.2122

-0.2105

-0.2093

41 -0.3222 -0.2700

-0.2537

-0.2461

-0.2418

-0.2391

-0.2372

-0.2358

40 -0.3568 -0.3000

-0.2822

-0.2738

-0.2691

-0.2660

-0.2639

-0.2624

39 -0.3911 -0.3300

-0.3107

-0.3016

-0.2964

-0.2931

-0.2908

-0.2892

38 -0.4251 -0.3600

-0.3392

-0.3295

-0.3239

-0.3203

-0.3179

-0.3161

37 -0.4586 -0.3900

-0.3679

-0.3575

-0.3515

-0.3477

-0.3451

-0.3432

36 -0.4916 -0.4200

-0.3967

-0.3856

-0.3793

-0.3753

-0.3725

-0.3705

35 -0.5242 -0.4500

-0.4255

-0.4139

-0.4073

-0.4030

-0.4001

-0.3980

34 -0.5563 -0.4800

-0.4545

-0.4424

-0.4355

-0.4310

-0.4280

-0.4257

33 -0.5878 -0.5100

-0.4836

-0.4710

-0.4638

-0.4592

-0.4560

-0.4537

32 -0.6187 -0.5400

-0.5129

-0.4999

-0.4924

-0.4877

-0.4844

-0.4820

31 -0.6490 -0.5700

-0.5423

-0.5290

-0.5213

-0.5164

-0.5130

-0.5105

30 -0.6787 -0.6000

-0.5719

-0.5582

-0.5504

-0.5454

-0.5419

-0.5394

Page 14: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-10

Percent Within Limits (PL and PU)

Negative Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

29 -0.7077 -0.6300

-0.6016

-0.5878

-0.5798

-0.5747

-0.5712

-0.5686

28 -0.7360 -0.6600

-0.6316

-0.6176

-0.6095

-0.6044

-0.6008

-0.5982

27 -0.7636 -0.6900

-0.6617

-0.6477

-0.6396

-0.6344

-0.6308

-0.6282

26 -0.7904 -0.7200

-0.6921

-0.6781

-0.6701

-0.6649

-0.6613

-0.6587

25 -0.8165 -0.7500

-0.7226

-0.7089

-0.7009

-0.6958

-0.6922

-0.6896

24 -0.8417 -0.7800

-0.7535

-0.7401

-0.7322

-0.7271

-0.7236

-0.7211

23 -0.8662 -0.8100

-0.7846

-0.7716

-0.7640

-0.7590

-0.7556

-0.7531

22 -0.8897 -0.8400

-0.8160

-0.8036

-0.7962

-0.7915

-0.7882

-0.7858

21 -0.9124 -0.8700

-0.8478

-0.8360

-0.8291

-0.8245

-0.8214

-0.8192

20 -0.9342 -0.9000

-0.8799

-0.8690

-0.8625

-0.8583

-0.8554

-0.8533

19 -0.9550 -0.9300

-0.9123

-0.9025

-0.8966

-0.8928

-0.8901

-0.8882

18 -0.9749 -0.9600

-0.9452

-0.9367

-0.9315

-0.9281

-0.9258

-0.9241

17 -0.9939 -0.9900

-0.9785

-0.9715

-0.9671

-0.9643

-0.9624

-0.9610

16 -1.0119 -1.0200

-1.0124

-1.0071

-1.0037

-1.0015

-1.0000

-0.9990

15 -1.0288 -1.0500

-1.0467

-1.0435

-1.0413

-1.0399

-1.0389

-1.0382

14 -1.0448 -1.0800

-1.0817

-1.0808

-1.0800

-1.0794

-1.0791

-1.0789

13 -1.0597 -1.1100

-1.1173

-1.1192

-1.1199

-1.1204

-1.1208

-1.1212

12 -1.0736 -1.1400

-1.1537

-1.1587

-1.1613

-1.1630

-1.1643

-1.1653

11 -1.0864 -1.1700

-1.1909

-1.1995

-1.2043

-1.2075

-1.2098

-1.2115

10 -1.0982 -1.2000

-1.2290

-1.2419

-1.2492

-1.2541

-1.2576

-1.2602

Page 15: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT GENERAL PROVISIONS GARDI CONCOURSE B SE SECTION 110 – PWL CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 110-11

Percent Within Limits (PL and PU)

Negative Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10

9 -1.1089 -1.2300

-1.2683

-1.2860

-1.2964

-1.3032

-1.3081

-1.3118

8 -1.1184 -1.2600

-1.3088

-1.3323

-1.3461

-1.3554

-1.3620

-1.3670

7 -1.1269 -1.2900

-1.3508

-1.3810

-1.3991

-1.4112

-1.4199

-1.4265

6 -1.1342 -1.3200

-1.3946

-1.4329

-1.4561

-1.4717

-1.4829

-1.4914

5 -1.1405 -1.3500

-1.4407

-1.4887

-1.5181

-1.5381

-1.5525

-1.5635

4 -1.1456 -1.3800

-1.4897

-1.5497

-1.5871

-1.6127

-1.6313

-1.6454

3 -1.1496 -1.4100

-1.5427

-1.6181

-1.6661

-1.6993

-1.7235

-1.7420

2 -1.1524 -1.4400

-1.6016

-1.6982

-1.7612

-1.8053

-1.8379

-1.8630

1 -1.1541 -1.4700

-1.6714

-1.8008

-1.8888

-1.9520

-1.9994

-2.0362

END OF SECTION 110 160

Page 16: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-1

ITEM P-150 DEMOLITION

DESCRIPTION

150-1.1 This item shall consist of removal of existing items outlined within the project limits. The Owner reserves the right to keep all items to be removed/demolished. Prior to demolition, the Contractor shall coordinate with the Owner to determine the salvage requirements. The Contractor shall dispose of material not salvaged at a licensed disposal site or as directed by the DEN Project Manager. Material salvaged and not turned over to the Owner shall become the property of the Contractor. The Contractor shall refer to the Demolition Plans for specific project demolition requirements.

The Contractor shall protect personnel from possible airborne contaminants such as dried fecal matter (bird droppings), concrete dust, and metal dust. The Contractor is responsible for determining compliance with OSHA safety requirements. Do not begin demolition or deconstruction until authorization is received from the DEN Project Manager. Remove rubbish and debris from the project site; do not allow accumulations on airfield pavements or infield areas. Remove rubbish and debris from airport property at a minimum of weekly, or as otherwise directed by the DEN Project Manager. In the interest of occupational safety and health, all work shall be performed in accordance with the DEN ROCIP provisions, The DEN General Requirements, the Construction Safety and Phasing provisions, and all pertinent OSHA safety requirements.

Prevent the spread of dust and debris on airfield pavements and avoid the creation of a nuisance and/or hazard in the surrounding area. Sweep and/or vacuum remove dust and debris from pavements as often as necessary to control the spread of debris that may result in foreign object damage potential to aircraft.

The Contractor shall notify all utility, oil, and gas facility owners and the DEN Project Manager in writing 30 days in advance of requiring work in areas currently occupied by oil and gas wells and buried pipelines.

The Contractor shall refer to and also consider as integral contractual requirements for demolition, the DEN Division 02 “Existing Conditions” demolition specifications.

150-1.2 BURIED PIPELINES. Contractor is responsible to contact the Owner as to the status of the pipeline. If pipelines have been abandoned in-place by the pipeline owners, the pipelines may not have been purged or cleaned and may contain petroleum products. The Contractor shall exercise extreme care in removing these facilities and is responsible for removing the pipe including any remaining contents, irrespective of the current pipe conditions. The Contractor should also expect to find other pipelines, etc. which have been abandoned by unknown owners during the 15 to 20-year life of the oil and gas fields. Contract documents indicate the general location of known pipelines and developed utilities. All pipelines shown on the drawings shall be located by the Contractor by potholing to verify location, depth, and usage. The Contractor shall remove all utility pipes and lines included in the project area, in accordance with these specifications. All buried pipelines, utilities, buried tanks, and any other structures within the construction area of all runways, taxiways and aprons extending to 10 feet (3 m) outside the limits of construction and not less than 15 feet

Page 17: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-2

(4.6 m) below the finished grade level shall be removed. The Contractor shall notify oil and gas facility owners and the DEN Project Manager in writing 30 days in advance of requiring work in areas currently occupied by oil and gas wells and buried pipelines.

Piping a minimum of 15 feet (4.6 m) below finished grade elevations, or plan excavation, may be left in place or removed and salvaged at the discretion of the Contractor. The ends of any pipelines left in place shall have the ends capped prior to burial, according to applicable Federal Department of Transportation Regulations. Any piping which is left in place shall be surveyed and the coordinates of the ends of the abandoned pipe (or other items left in place) shall be provided to the DEN Project Manager and included on the "as-built" drawings.

150-1.3 ELECTRICAL. The Contractor shall remove all abandoned cable, cable identified to be removed, ductwork, base cans including concrete encasement and all light fixtures, signs, and duct markers within the construction limits of pavements to be removed, widened or constructed, or as shown on the Drawings. Protect existing airfield lighting fixtures and base plates from damage and deliver them to the Airport for storage, as directed by the DEN Project Manager. Discard all base cans, conduit, transformers and cable off-site. The Electrical Contractor shall provide written documentation to the DEN Project Manager that electrical cable has been removed prior to slab saw-cutting and demolition.

150-1.4 FOUNDATIONS AND SLABS ON GRADE. All structures at or above grade and to a depth of not less than 15 feet (4.6 m) below the final finished grade line and within 10 feet horizontally of the construction limits shall be removed, as indicated on the plans.

150-1.5 WATER WELLS. There is a possibility that water wells are located in work areas. The wells are permitted by the State of Colorado and shall be abandoned in accordance with current Revised and Amended Rules and Regulations of the Board of Examiners of Water Well Construction and Pump Installation Contractors.

150-1.6 REMOVAL OF PAVEMENT MARKINGS AND CURING COMPOUND. All paint and concrete curing compound to be removed, as shown on the plans, shall be removed from the surface of the existing pavement. Equipment, tools and machines used in the performance of the removal operations shall be safe and in satisfactory working condition at all times. The Contractor shall provide satisfactory evidence that the Contractor's equipment has been used in the performance of similar work. Method for removal shall be approved by the DEN Project Manager, prior to commencing with removal operations. On asphalt pavements, water blasting will be allowed only if it can be demonstrated that no major damage to the asphalt pavement occurs, otherwise, grinding will be required. Sandblasting will not be permitted. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch (3 mm) deep. On concrete pavements, water blasting shall be used for all removals. Sandblasting will not be permitted.

Page 18: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-3

The water blasting equipment shall be truck mounted and shall be capable of water pressures of 2,000 to 40,000 psi (14 to 276 MPa). The equipment shall be capable of adjusting the pressure to accomplish paint or cure removal without damaging the paving surface. The equipment shall be capable of following a straight line and be maneuverable to accommodate various pavement markings. The spray width needs to be able to accommodate lines 6” and wider. If water blasting is used to remove lines on active airfield pavements, a vacuum system will be provided to allow for timely repainting and the prevention of any debris being ingested into propellers or turbine engines, once the water blasting equipment has exited the active pavements.

If required on asphalt pavement, the grinding equipment shall be capable of adjusting the height to accomplish paint removal with only lightly scaring, but not damaging the paving surface. The equipment shall be capable of following a straight line and be maneuverable to accommodate various pavement markings. A vacuum truck shall be used to immediately clean up all debris created by the removal process.

No material shall be deposited on the airfield pavement. All wastes shall be disposed of in areas indicated in the contract documents.

150-1.7 EXISTING ROADWAYS. Roadway demolition shall consist of all portions of asphalt and concrete roadway within the project limits, including all existing haul roads and any alternate access road.

150-1.8 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the adjacent concrete pavement and to the underlying base materials to remain in place. All saw cuts shall be made perpendicular to the slab surface.

a. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the joint between the removal area and adjoining pavement to stay in place shall first be cut full-depth with a standard diamond-type concrete saw. Next, a full-depth sawcut shall be made parallel to the joint, at least 24 inches (610 mm) from the joint and at least 12 inches (305 mm) from the end of any dowels. All pavements between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb. (14 kg) or less, or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2-inch (13 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12 foot (3.7 m) straightedge. Saw-cutting depth may vary nominally, and no extra payment will be allotted for varying depths. Saw-cutting shall be considered incidental to the associated work.

The Contractor shall remove the remaining portion of concrete pavement slab by lifting and placing directly into haul trucks. The Contractor will not be allowed to use hydraulic rams on excavators that may damage the cement-treated base below the pavement to be removed.

Page 19: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-4

An alternative removal method may be accepted by the DEN Project Manager, if the Contractor can demonstrate to the DEN Project Manager successful removal without damage to adjacent concrete or base material below. If, during subsequent removals it is found the method is causing damage to the adjacent panels or base material below, the Contractor’s method shall be rejected by the DEN Project Manager and the DEN Project Manager shall direct the Contractor to begin using the method above.

The Contractor’s removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed or repaired, as directed by the DEN Project Manager. Any damage shall be repaired at the Contractor’s expense.

b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas which are damaged during construction shall be repaired at no cost to the Owner. Repair of previously existing damage areas will be paid for as listed in the bid schedule.

(1) Spall Repair. Spalls shall be repaired where indicated and where directed by the DEN Project Manager. Repair materials and procedures shall be completed, as outlined in specification P-501.

(2) Under-break Repair. Any under-breaking of slabs that are to remain in-place shall result in the entire slab removal and replacement at the Contractor’s expense to the next joint. If approved by the DEN Project Manager, the under-break may be repaired, as indicated in the plans.

(3) Underlying Material. The underlying material adjacent to the edge of, and under the existing pavement which is to remain in place, shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement which is to remain in place. Any material under the portion of the concrete pavement to remain in place which is disturbed or loses its compaction, shall be carefully removed and replaced with material as indicated in the plans. The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. If the disturbed material causes under-breaking of concrete panels that are to remain in-place, it shall result in the entire slab removal and replacement at the Contractor’s expense to the next joint. If approved by the DEN Project Manager, the under-break may be repaired, as indicated in the plans.

150-1.9 EXISTING ASPHALT CONCRETE PAVEMENT REMOVAL AND REPAIR BY MILLING. This item shall consist of milling existing bituminous concrete pavement to allow for placement of sufficient thickness of bituminous concrete overlay for pavement repairs or construction on the airfield pavements. The vertical edges of the milled surface shall be sawcut to expose a clean, true, vertical edge to pave against. All operations shall be carefully controlled to prevent damage to the asphalt pavement and to the underlying material to remain in place. Stair-step milling is required for the runway and taxiway shoulder widening interface. This item shall consist of multiple passes as required to establish the “stair-step”, as shown on the plans.

Page 20: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-5

150-1.10 EXISTING FULL-DEPTH ASPHALT CONCRETE PAVEMENT REMOVAL. This item shall consist of saw-cutting and removal of existing bituminous concrete pavement (including base materials). Asphalt pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. Asphalt pavement to be removed in conjunction with full-depth asphalt pavement removal shall be completed by milling operations, or other method, as directed by the DEN Project Manager. Contractor shall coordinate with the DEN Project Manager for asphalt millings salvage, stockpile, and/or placement requirements.

Removal operations shall be carefully controlled to prevent damage to the adjacent pavement and to underlying materials to remain in place. Areas which are damaged during construction shall be repaired at no cost to the Owner.

150-1.11 REMOVAL OF SIGNS AND DELINEATORS. Sign demolition shall consist of the removal and disposal of the all existing signs and delineators, including their foundations and posts, within the project limits along all existing haul roads and any alternate access road.

150-1.12 WASTE DISPOSAL. All waste material generated as a result of demolition operations shall be disposed of as indicated in the plans; contract documents, including Section 017419 Construction Waste Management and Disposal; and the local laws and regulations pertaining to disposal of these materials.

MATERIALS

150-2.1 BURIED PIPELINE. Materials used to cap off pipelines remaining in the ground shall be of the size and type normally used for this operation.

150-2.2 EQUIPMENT. Excavation and Hauling Equipment: Provide equipment as necessary to remove and dispose of items outlined in the plans for demolition and to restore the area.

CONSTRUCTION METHODS

150-3.1 GENERAL. Blasting will not be allowed on this project.

150-3.2 REMOVAL ITEMS. Remove items where shown on the plans. Care shall be taken not to damage any items to be salvaged and returned to the Owner or existing items which are to remain in operation.

Page 21: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-6

150-3.3 PROTECTION. Before beginning any deconstruction or demolition, record existing conditions in the presence of the DEN Project Manager showing the condition of structures and other facilities adjacent to areas of alteration or removal. Record of existing conditions shall be obtained by way of photographic or video log, as required by the DEN Project Manager. Include in record the elevation of the top of inlets, elevation of inlet barrel segments, manhole/inlet floor slabs, possible conflicting plumbing lines, the location and extent of existing cracks and other damages.

Take necessary precautions to avoid damage to existing items and/or portions of existing items that will remain in place, to be reused. Repair or replace damaged items, as approved by the DEN Project Manager. Coordinate the work of this section with all other work indicated.

150-3.4 BURIED PIPELINE AND STORM SEWERS.

a. Trenching. The removal of cover on top of and surrounding the abandoned pipelines shall be performed without damaging the pipeline. All trench sidewalls shall be properly sloped or benched and/or braced, shored or sheeted to afford safe working conditions, to protect adjacent pipelines, and to prevent caving.

b. Testing. The Contractor shall test the exposed trench excavation and the pipeline for dangerous or explosive gases and to positively determine that the line has been emptied, cleaned, and/or purged, prior to performing any further operations.

c. Cutting of Pipeline and Storm Sewers. Extreme care shall be exercised whenever the pipeline or storm sewer to be removed is cut into, especially the first cut on the abandoned pipeline. The Contractor shall use a method to cut the pipeline into sections for removal which provides safety for workers and equipment. The initial cut shall not be made with a cutting torch.

(1) Backfilling. If required, select embankment (1" maximum size), per Item P-152 (or placement of CLSM per Item P-153) to 12 inches (305 mm) over the top of the pipe shall be completed before backfilling operations are started.

The Contractor shall take all necessary precautions to protect the pipe from any damage, movement or shifting. In general, backfilling shall be performed by pushing the material from the end of the trench into, along and directly over the pipe so that the material will be applied in the form of a rolling slope rather than by side filling which may damage the pipe. Backfilling from the sides of the trench will be permitted after sufficient material has first been carefully placed over the pipe to such a depth as to protect the pipe.

Compaction equipment used above the pipe zone shall be of a type that does not damage the pipe. Provide for the proper maintenance of traffic flow and accessibility as may be necessary. Make adequate provisions for the safety of property and persons. Temporary cribbing, sheeting, or other timbering shall be removed unless specifically authorized in writing. Dewatering per Section 312319 shall be continued until the trench is completely backfilled. Brush, stumps, logs, planking, disconnected drains, boulders, etc. shall be removed from the material to be used for backfilling the trench.

Page 22: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-7

(2) General Compaction Requirements. Requirements of this section shall apply unless more stringent requirements are established by the local agency involved.

Trench backfill shall be compacted to the requirements of Item P-152.

(3) Mechanical Compaction. Method of compaction shall be at Contractor's option, as approved by the DEN Project Manager.

The Contractor shall be responsible to provide the proper size and type of compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. In-place compaction tests shall be made. Contractor shall remove and re-compact material that does not meet specified requirements.

d. Removal of Water and Residual Petroleum Products from Pipelines. Any pipeline containing water or residual petroleum products, after abandonment by the pipeline owner, shall have the water or the residual products removed from the pipeline, by the Contractor, using a nitrogen purge, steam, or other approved means. The material removed from the pipeline shall be hauled away and disposed of properly. The Contractor shall assume that all pipelines to be removed contain significant amounts of residual products that must be disposed of offsite.

150-3.5 BURIED UTILITY LINES. The Contractor shall remove all abandoned electrical, telephone, and other utility lines whether shown on the contract drawings or not. All known lines are shown, but there may be other unknown abandoned lines in the area. It shall be the Contractor's responsibility to check the status of all abandoned lines. Care shall be taken to assure that all abandoned electric lines are not live and cannot be activated accidentally.

150-3.6 GROUND SURFACE REPAIR. The Contractor shall rough grade and compact areas affected by demolition to maintain site grades and contours. All holes remaining after demolition operations shall have sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Item P-152. The ground surface area repaired shall properly drain and that water will not pond.

150-3.7 WATER WELLS. The Contractor shall employ a licensed water well contractor to demolish and abandon existing water wells and provide necessary documentation to the State of Colorado Agencies and Boards, as required.

150-3.8 INSPECTION POINTS. Upon completion of demolition work, and prior to backfilling operations, the DEN Project Manager shall inspect the Contractor's work. After backfilling and grading operations, the Contractor's Quality Control Inspector shall perform inspection and final acceptance, per Division 1 General Requirements Section 014510 – Contractor Quality Control and Section 014520 Contractor Quality Control Program - FAA.

Page 23: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-8

150-3.9 MILLING. The construction operation shall be scheduled and proceed in a manner that produces a uniformly finished milled surface with a neat uniform right angle cut at the end of the milled section. The depth of the asphalt pavement removal shall be as called for on the plans and/or full depth of the joining lift. The entire area designated on the plans shall be milled until the pavement surfaces result in pavement that conforms to the typical section and cross section requirements specified. The milling process shall produce a pavement surface that is true to grade with a uniform texture. The transverse slope of the pavement shall be uniform to a degree that no depressions or mis-alignment of slope greater than 1/2-inch in 16 feet are present when tested with a straightedge.

Milling shall be performed with a power-operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed of in a DEN approved waste site. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner.

The Contractor shall establish positive means for removal of milled residue. Solid residue shall be removed from pavement surfaces before it is blown by traffic action or wind. Residue shall not be permitted to flow into drainage facilities. The milled residue shall be disposed of legally off airport property. The millings generated shall be disposed of off-site, or as indicated in the plans, or as dictated by the DEN Project Manager.

150-3.10 FULL-DEPTH ASPHALT SAWCUT. A smooth, straight, vertical edge along existing pavements to remain shall be established by saw-cutting to the full depth of the asphalt section. The sawcut edge of pavement shall be cleaned and bituminous tack coat applied, per Item P-603, prior to paving against the sawcut edge.

Page 24: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-9

METHOD OF MEASUREMENT

150-4.1 REMOVE CONCRETE PAVEMENT – REINFORCED (FULL-DEPTH). Measurement of removal of reinforced concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal, because the pavement was damaged by negligence on the part of the Contractor, shall not be included in the measurement for payment. The thickness of the existing material to be removed (including PCCP, base materials, and subbase materials) is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all saw-cutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal.

150-4.2 REMOVE CONCRETE PAVEMENT –NON-REINFORCED (FULL-DEPTH). Measurement of removal of non-reinforced concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal, because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed (including PCCP, base materials, and subbase materials) is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all saw-cutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal.

150-4.3 REMOVE CONCRETE PAVEMENT – REINFORCED (SLAB ONLY). Measurement of removal of reinforced concrete pavement (slab only) shall be made per square yard based on the area shown on the plans. Contractor shall remove panels in manner so as to protect and prevent damage to the underlying cement-treated base course. Damage caused to the underlying base course shall be repaired by the Contactor at no expense to DEN. The thickness of the existing PCCP material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all saw-cutting, excavation, hauling and disposal (including disposal fees) of pavement necessary to facilitate removal.

150-4.4 REMOVE CONCRETE PAVEMENT – NON-REINFORCED (SLAB ONLY). Measurement of removal of non-reinforced concrete pavement (slab only) shall be made per square yard based on the area shown on the plans. Contractor shall remove panels in manner so as to protect and prevent damage to the underlying cement-treated base course. Damage caused to the underlying base course shall be repaired by the Contactor at no expense to DEN. The thickness of the existing PCCP material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all saw-cutting, excavation, hauling and disposal (including disposal fees) of pavement necessary to facilitate removal.

Page 25: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-10

150-4.5 REMOVE TEMPORARY CONCRETE PAVEMENT. Measurement of removal of temporary concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal, because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed (including PCCP, base materials, and subbase materials) is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all saw-cutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal.

150-4.6 REMOVE 3” PAVEMENT DRAIN. Measurement of Remove 3” pavement drain shall be made per each. The drain shall be disposed of off-site. Removal shall include all excavation, hauling, and disposal (including disposal fees).

150-4.7 REMOVE PVC DRAIN PIPE. Payment shall be made at the contract unit price per linear foot. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-4.7 REMOVE TRENCH DRAIN. Measurement of Remove Trench Drain shall be made per linear foot. All trench drain removed shall be salvaged to a location on DEN property, as directed by the DEN Project Manager.

150-4.8 REMOVE INNER VSR TRENCH DRAIN. Measurement of Remove Inner VSR Trench Drain shall be made per linear foot. All trench drain removed shall be disposed of offsite. Removal shall include all excavation, hauling, and disposal (including disposal fees).

150-4.9 REMOVAL AND RE-INSTALLATION OF GROUND MOUNTED PC AIR UNIT. Measurement of Re-installation of Ground-Mounted PC Air Unit shall be made per each. The removal and re-installation shall include all components of the PC Air Unit. All components shall be salvaged to a location on DEN property, as directed by the DEN Project Manager. The removal and re-installation shall be contracted through and performed by Trautman and Shreve, in adherence with the unit warranty provisions.

150-4.10 REMOVAL AND RE-INSTALLATION OF PLB MOUNTED PC AIR UNIT. Measurement of Removal and Re-installation of PLB PC Air Unit shall be made per each. The removal and re-installation shall include all components of the PC Air Unit. All components shall be salvaged to a location on DEN property, as directed by the DEN Project Manager. The removal and re-installation shall be contracted through and performed by Trautman and Shreve, in adherence with the unit warranty provisions.

150-4.11 REMOVE BOLLARD. Measurement of Remove Bollard shall be made per each. Removal shall include all excavation, hauling, and disposal (including disposal fees).

150-4.12 REMOVE JERSEY BARRIER. Measurement of Removal Jersey Barrier shall be made per each. All barriers removed shall be salvaged to a location on DEN property, as directed by the DEN Project Manager.

Page 26: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-11

150-4.13 REMOVE METAL DOGHOUSE BAGGAGE STRUCTURE AND FOUNDATION (COMPLETE). Measurement for Remove Metal Doghouse Baggage Structure and Foundation (Complete) shall be made per each. Contractor shall coordinate with the DEN Project Manager, prior to commencing with demolition activities, to verify salvage requirements. Removal shall include all items outlined in the plans and shall include salvage and all excavation, hauling, and disposal (including disposal fees).

150-4.14 REMOVE METAL DOGHOUSE BAGGAGE STRUCTURE AND INSTALL CONCRETE CAP. Measurement for Remove Metal Doghouse Baggage Structure and Install Concrete Cap shall be made per each. Contractor shall coordinate with the DEN Project Manager, prior to commencing with demolition activities, to verify salvage requirements. Removal shall include all items outlined in the plans and shall include salvage and all hauling and disposal (including disposal fees). Fabrication of the concrete structural capping slab, including modification of the existing subsurface lizard-tongue vault, shall be considered incidental to the work.

150-4.15 REMOVE DEICING SUPPLY SYSTEM AND STORAGE TANK (COMPLETE). Measurement for Remove Deicing Supply System and Storage Tank (Complete) shall be made per lump sum. Removal shall include all items outlined in the plans and shall include all excavation, hauling, and disposal (including disposal fees). Contractor shall coordinate with the DEN Project Manager, prior to commencing with demolition activities, to verify salvage requirements and governing Division 1 contract requirements for demolition and environmental compliance.

150-4.16 REMOVE AND RESET SPENT OIL CABINETS. Measurement for Remove and Reset Spent Oil Cabinets shall be made per each. Oil cabinets removed shall be salvaged to a location on DEN property, as directed by the DEN Project Manager, for re-installation.

Page 27: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-12

BASIS OF PAYMENT

150-5.1 REMOVE CONCRETE PAVEMENT – 17” REINFORCED (FULL-DEPTH). Payment shall be made at the contract unit price per square yard of pavement section materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.2 REMOVE CONCRETE PAVEMENT – 17” NON-REINFORCED (FULL-DEPTH). Payment shall be made at the contract unit price per square yard of pavement section materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.3 REMOVE CONCRETE PAVEMENT – 21” REINFORCED (FULL-DEPTH). Payment shall be made at the contract unit price per square yard of pavement section materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.4 REMOVE CONCRETE PAVEMENT – 21” NON-REINFORCED (FULL-DEPTH). Payment shall be made at the contract unit price per square yard of pavement section materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.5 REMOVE CONCRETE PAVEMENT – 17” REINFORCED (SLAB ONLY). Payment shall be made at the contract unit price per square yard of concrete pavement materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.6 REMOVE CONCRETE PAVEMENT – 21” NON-REINFORCED (SLAB ONLY). Payment shall be made at the contract unit price per square yard of concrete pavement materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.7 REMOVE CONCRETE PAVEMENT – 21” REINFORCED (SLAB ONLY). Payment shall be made at the contract unit price per square yard of concrete pavement materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

Page 28: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-13

150-5.8 REMOVE TEMPORARY CONCRETE PAVEMENT. Payment shall be made at the contract unit price per square yard of pavement section materials removed and disposal of off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.9 REMOVE 3” PAVEMENT DRAIN. Payment shall be made at the contract unit price per each. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.10 REMOVE PVC DRAIN PIPE. Payment shall be made at the contract unit price per linear foot. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.11 REMOVE TRENCH DRAIN. Payment will be made at the contract unit price per linear foot. The price includes the removal, salvage, and delivery to DEN. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.12 REMOVE INNER VSR TRENCH DRAIN. Payment will be made at the contract unit price per linear foot. The price includes the removal, salvage, and delivery to DEN. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.13 REMOVAL AND RE-INSTALLATION OF GROUND MOUNTED PC AIR UNIT. Payment will be made at the contract unit price per each unit removed and re-installed. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.14 REMOVAL AND RE-INSTALLATION OF PLB MOUNTED PC AIR UNIT. Payment will be made at the contract unit price per each unit removed and reinstalled. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.15 REMOVE BOLLARD. Payment will be made at the contract unit price per each unit removed and disposal of removed materials off-site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.16 REMOVE JERSEY BARRIER. Payment will be made at the contract unit price per each barrier removed and salvaged for re-installation. The price includes the removal and delivery to DEN for re-installation. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

Page 29: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-14

150-5.17 REMOVE METAL DOGHOUSE BAGGAGE STRUCTURE AND FOUNDATION (COMPLETE). Payment will be made at the contract unit price per each. The price includes removal, salvage of applicable items, and disposal of remaining items. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.18 REMOVE METAL DOGHOUSE BAGGAGE STRUCTURE AND INSTALL CONCRETE CAP. Payment will be made at the contract unit price per each. The price includes removal, salvage of applicable items, and disposal of remaining items. The price includes as incidental the fabrication of the concrete structural capping slab, including modification of the existing subsurface lizard-tongue vault. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

150-5.19 REMOVE DEICING SUPPLY SYSTEM AND STORAGE TANK (COMPLETE). Payment will be made at the contract unit price per lump sum. The price includes removal of all items outlined in the plans and shall include all excavation, hauling, and disposal (including disposal fees). Price includes as incidental all items required to remain in full compliance with DEN Division 1 standards for removal of disposal of the item, including local and federal laws pertaining to removal and disposal of the item.

150-5.20 REMOVE AND RESET SPENT OIL CABINETS. Payment shall be made at the contract unit price per each. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item, including removal, salvage, and re-installation of the item.

Payment shall be made under:

Item P-150-5.1 Remove Concrete Pavement - 17" Reinforced (Full-Depth) – per square yard

Item P-150-5.2 Remove Concrete Pavement - 17" Non-Reinforced (Full-Depth) – per square yard

Item P-150-5.3 Remove Concrete Pavement - 21" Reinforced (Full-Depth) – per square yard

Item P-150-5.4 Remove Concrete Pavement - 21" Non-Reinforced (Full-Depth) – per square yard

Item P-150-5.5 Remove Concrete Pavement - 17" Non-Reinforced (Slab Only) – per square yard

Item P-150-5.6 Remove Concrete Pavement - 21" Non-Reinforced (Slab Only) – per square yard

Item P-150-5.7 Remove Concrete Pavement - 21" Reinforced (Slab Only) – per square yard

Item P-150-5.8 Remove Temporary Concrete Pavement – per square yard

Page 30: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-150 DEMOLITION CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-150-15

Item P-150-5.9 Remove 3" Pavement Drain – per each

Item P-150-5.10 Remove PVC Drain Pipe – per linear foot

Item P-150-5.11 Remove Trench Drain – per linear foot

Item P-150-5.12 Remove Inner VSR Trench Drain – per linear foot

Item P-150-5.13 Removal and Reinstallation of Ground Mounted PC Air Unit – per each

Item P-150-5.14 Removal and Reinstallation of PLB Mounted PC Air Unit – per each

Item P-150-5.15 Remove Bollard – per each

Item P-150-5.16 Remove Jersey Barrier – per each

Item P-150-5.17 Remove Metal Doghouse Baggage Structure and Foundation (Complete) – per each

Item P-150-5.18 Remove Metal Doghouse Baggage Structure and Install Concrete Cap – per each

Item P-150-5.19 Remove Deicing Supply System and Storage Tank (Complete) – per lump sum

Item P-150-5.20 Remove and Reset Spent Oil Cabinets – per each

END OF ITEM P-150

Page 31: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-1

ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT

DESCRIPTION

152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans.

152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below:

a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and placement of all material, regardless of its nature, which is not otherwise classified and paid for under one of the following items. Unclassified excavation material shall consist of material cut within the project construction limits and placed within the construction limits as embankment or structural fill.

b. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankments or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas designated by the DEN Project Manager within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport.

c. Waste Embankment. Waste embankment shall consist of material excavated under “Unclassified Excavation” operations, which is in excess of materials required for placement within the construction limits as embankment or structural fill. Waste embankment materials shall be placed, graded, and compacted on Airport Property, as designated by the Engineer.

152-1.3 UNSUITABLE EXCAVATION. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the DEN Project Manager.

Page 32: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-2

152-1.4 SELECT EMBANKMENT. Select Embankment shall consist of material as described below.

There are 2 zones of Select Embankment Material:

Lower Select Embankment: the lower 4.5 feet (1.4 m)

Upper Select Embankment: the upper 1.5 feet (.5 m).

The upper 8 inches (200 mm) to 1 foot (300 mm) of the Upper Select Embankment will be cement treated.

Lower Select Embankment material shall consist of existing in-place select fill, including moisture conditioning of the existing on-site select fill. Moisture conditioning of the existing select fill shall be performed to a depth of 12 inches below planned finished grades or to 3 feet (1 m) below existing site grades, whichever is greater. This will require over-excavation of existing soils using a maximum 8 inch (200 mm) lift thickness, and tested for classification (including gradation and Atterberg limits), swell-consolidation, and water soluble sulfates will not be required for Lower Select Embankment material consisting of in-place and moisture conditioned existing on-site select fill.

If required, imported Lower Select Embankment materials be free of unsuitable materials, including claystone, contain 100% passing the 3 inch (75 mm) sieve, less than 90% passing the No. 200 sieve, have a maximum Liquid Limit of 40, a maximum Plasticity Index of 30, and less than 3% swell potential. The swell sample shall be remolded to 95% of the maximum dry density at optimum moisture as determined by ASTM D 698 for initial acceptance of the proposed imported Lower Select Embankment Material. During placement of the imported Lower Select Embankment Material, the swell sample shall be obtained from the compacted in-place imported Lower Select Embankment Material.

The lower and upper select embankment materials should be properly moisture conditioned and compacted in accordance with the specifications.

Upper Select embankment material shall be obtained from the borrow area indicated in the plans and shall meet the requirements of the specification.

a. Cement Treated Upper Select Embankment. The Upper Select Embankment material, of which the upper 12 inches (300 mm) will be cement-treated, shall be an imported material free of unsuitable materials, with 100% passing the 1-inch sieve, no more than 45% retained on a No. 4 sieve, less than 50% passing the No. 200 sieve, a maximum Plasticity Index of 15, a maximum water soluble sulfates content of 0.5%, and less than 3% swell potential. The swell sample shall be remolded to 95% of the maximum dry density at optimum moisture as determined by ASTM D 698 for initial acceptance of the proposed Upper Select Embankment material. During placement of the Upper Select Embankment material, the swell sample shall be obtained from the compacted in-place Upper Select Embankment material.

Page 33: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-3

152-1.5 MATERIAL CLASSIFICATION. Non-cohesive soils, for the purposes of determining compaction control, are those with a plasticity index of less than 3 when tested in accordance with ASTM D 4318. Any other material shall be considered cohesive.

CONSTRUCTION METHODS

152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151, as applicable. This work shall be measured and paid for as incidental to the associated work items.

The suitability of material to be placed in embankments shall be subject to approval by the DEN Project Manager. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the DEN Project Manager.

When the Contractor’s excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the DEN Project Manager notified . At the direction of the DEN Project Manager, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work.

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

If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the DEN Project Manager, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor’s operations during the period of the contract.

152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the DEN Project Manager has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the DEN Project Manager. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans.

Page 34: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-4

When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the DEN Project Manager. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas.

The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work.

a. Selective Grading. When selective grading is indicated on the plans, the more suitable material designated by the DEN Project Manager shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3.3.

b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches (300 mm) below the subgrade, or to the depth specified by the DEN Project Manager. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of off the airport. The cost is incidental to this item]. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for “Unclassified Excavation.” The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans.

c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the DEN Project Manager. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the DEN Project Manager. The DEN Project Manager shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the DEN Project Manager determines as avoidable. Unavoidable overbreak will be classified as “Unclassified Excavation.”

d. Hazardous Materials. Some material (equipment, debris, soil, wastes, etc.) may be affected by hazardous constituents, chemicals or compounds used during oil and gas production, residential development, public improvement construction or agricultural use. Material contaminated or potentially contaminated with hazardous constituents, chemicals or compounds shall be assessed by the contractor regarding the hazardous characteristic(s) of each material. The assessment will be made in accordance with requirements specified by the Colorado Department of Public Health and Environment (CDPHE) and the Colorado Department of Natural Resources - Oil and Gas Conservation Commission (OGCC). The Contractor shall notify the Engineer in writing immediately upon discovery or suspicion of the existence of such hazardous material.

Page 35: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-5

e. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the DEN Project Manager. All foundations thus excavated shall be backfilled with suitable material and compacted as specified.

f. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 8 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D 698. The material to be compacted shall be within +0% to -2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils).

The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D 6938. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the DEN Project Manager.

All testing shall be done by a laboratory hired by the Contractor. The results shall be furnished daily to the Engineer for determination of acceptance.

In areas of excavation, a minimum of two density and moisture content tests shall be taken per day or a minimum of one test per 1,000 square yards, whichever results in a greater number of tests. Density and moisture content tests are only required on the final surface. If field-tested density or moisture content of the final surface is found to be outside of a specified range, the area represented by the test shall be re-worked and re-tested. Pavement materials shall not be placed on the completed surface until testing results have been furnished to, and approved in writing by the Engineer.

All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the DEN Project Manager.

Blasting shall not be allowed.

Page 36: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-6

152-2.3 BORROW EXCAVATION. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed.

The contractor shall distinguish borrow sources to distinguish materials to be used as common embankment and select embankment. The Contractor shall prepare a Select Embankment Material Plan for select material excavation and select material placement based on the plan information and the Contractor's further exploration of upper select embankment material availability. The Select Embankment Material Plan shall contain the results of the following investigation:

a. Select Borrow investigation for designated areas.

b. Test hole or pit explorations in runway/taxiway and select borrow areas at approximately 300' on centers.

c. Sample testing at each exploration for depth of topsoil, depth of select material, elevation of surface, and laboratory tests for Plasticity Index, sieve analysis, percent passing 200 sieve, classification, soluble sulfates, and swell consolidation.

d. Detailed log of each test hole or pit.

e. Estimate of select material available in each area.

When borrow sources are outside the boundaries of the airport property, it shall be the Contractor’s responsibility to locate and obtain the borrow source, subject to the approval of the DEN Project Manager. The Contractor shall notify the DEN Project Manager at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly.

152-2.4 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (1.2 m) or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet (1.2 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment.

Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill.

Page 37: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-7

No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work.

152-2.5 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross-section, unless otherwise approved by the DEN Project Manager.

The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the DEN Project Manager. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment.

Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times.

The material in each layer shall be within +0% to -2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density.

Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for non-cohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D 698. Under all areas to be paved, the embankments shall be compacted to a depth of 8 inches and to a density of not less than 95% percent of the maximum density as determined by ASTM D 698.

On all areas outside of the pavement areas, no compaction will be required on the top 4 in (100 mm).

The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. ASTM D 6938 using Procedure A, the direct transmission method, and ASTM D 6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D 6938. The Contractor’s laboratory shall perform all density tests in the DEN Project Manager’s presence and provide the test results upon completion to the DEN Project Manager for acceptance.

Page 38: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-8

In embankment areas, a minimum of two density and moisture content tests shall be taken per lift per day or a minimum of one test per 1,000 cubic yards of material placed, whichever results in a greater number of tests. If field-tested density or moisture content of a completed lift is found to be outside of a specified range, the area represented by the test shall be re-worked and re-tested. Additional embankment or pavement materials shall not be placed on the completed lift or area until testing results have been furnished to, and approved in writing by the DEN Project Manager.

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

During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line.

When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the DEN Project Manager and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the DEN Project Manager.

When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1.2 m) below the finished subgrade.

Payment for compacted embankment will be made under “Waste Embankment.”

152-2.6 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans.

Page 39: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-9

Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted.

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

152-2.7 HAUL. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work.

152-2.8 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12-foot (3.7-m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), and shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. The smoothness measurements shall be made by the Contractor on a 50-foot grid parallel and perpendicular to the centerline in the presence of the DEN Project Manager. The grade shall be determined at spot elevations shown on the Plans for the surface course, on a grid not to exceed 50 feet. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and re-compacting.

On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) from true grade as shown on the typical sections and/or contours shown on the plans and meeting FAA grading criteria. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping.

152-2.9 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. If, in the judgment of the DEN Project Manager, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further re-handling.

Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905.

152-2.10 RESTORING BORROW AREAS. The Contractor shall, upon completion of his borrow excavation activities, prepare the borrow sites for planting by performing the following work:

Page 40: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-10

a. Remove and bury all rock over 6" in dimension in accordance with rock disposal methods as noted under Section 2.2 Excavation.

b. Grade all sites to drain as indicated in these specifications and drawings.

c. Remove all trash and other foreign objects so that the areas can be reused for farming purposes.

d. Rip the borrow area site in a manner as approved by the DEN Project Manager. After the area is ripped to the 18 inch ( 450 mm) depth, the area ripped shall be treated on the surface to reduce excessive surface roughness or cloddiness and produce an area suitable for future seeding. Treatment may include discing, harrowing, cultipacking or other means as approved by the Engineer. In areas where rock is the predominant surface remaining, the Contractor may spread 18 inches (450 mm) of acceptable material over the rock areas as approved by the Engineer at no additional cost to the City.

All work required to prepare the borrow area for planting as designated under this section shall be considered as incidental work.

METHOD OF MEASUREMENT

152-3.1 The quantity of “Unclassified Excavation” shall be paid for on the basis of the number of cubic yards, measured in its original position.

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

Unclassified excavation shall be paid for on the basis of the number of cubic yards excavated, as calculated by the Engineer from triangulated computer models of the design finished surface shown on the plans and the existing surface.

The Contractor may elect to verify and use the existing surface provided by the Engineer for quantity measurements. Alternatively, the Contractor may perform and submit a new topographic survey of the existing surface to the Engineer for review and approval. Work that alters the existing surface shall not begin until the Contractor has submitted a written notice stating whether the Engineer’s existing surface model of the Contractor’s own topographic survey will be used. The Contractor shall submit the survey to the Engineer for approval a minimum of one week prior to altering the existing surface. Approval shall be granted by a written statement by the Engineer.

The Contractor may submit existing conditions surveys, or consent to use the Engineer’s existing surface, for clearly defined portions of the project area at separate times, in order to expedite the release of these areas for work to begin. The survey shall be performed by a licensed Professional Land Surveyor and shall include sufficient detail of grade breaklines and features to accurately model the existing terrain. Surveys shall be furnished in AutoCAD (current version) with 3D lines representing a triangulated surface.

Page 41: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-11

The quantity of Unclassified Excavation is material cut within the project construction limits and re-placed within the construction limits as embankment or structural fill. The Contractor shall supply a finished grade survey to the Engineer to verify that the finished surface is within tolerance of the plan elevations. No separate or additional payment shall be made for embankment, temporary stockpiling, compaction, disking, watering, mixing, sloping, subgrade preparation, or any other operations necessary to complete the work, except as noted below. All excess material will be placed in the designated area as “Waste Embankment” or disposed of offsite at an approved site.

152-3.2 The quantity of “Borrow Excavation” shall be paid for on the basis of the number of cubic yards removed in the original location of borrow excavation operations. The Contractor is responsible for surveying the borrow excavation area prior to and after excavation operations and shall submit volumetric differences to the Engineer for acceptance.

152-3.3 The quantity of “Waste Embankment” shall be paid for on the basis of the number of cubic yards placed. The Contractor is responsible for surveying the waste embankment areas prior to and after embankment operations and shall submit volumetric differences to the Engineer for acceptance.

BASIS OF PAYMENT

152-4.1 “Unclassified Excavation” payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

152-4.2 “Borrow Excavation” payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

152-4.3 “Waste Embankment” payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item P-152-4.1 Unclassified Excavation - per cubic yard

Item P-152-4.2

Item P-152-4.3

Waste Embankment – per cubic yard

Borrow Excavation - per cubic yard

Page 42: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-152-12

TESTING REQUIREMENTS

ASTM D698 Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound (2.49 kg) Rammer and 12 in (305 mm) Drop

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

ASTM D1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort

ASTM D2167 Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method.

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

END OF ITEM P-152

Page 43: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-153 CONTROLLED LOW STRENGTH MATERIAL (CLSM) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-153-1

ITEM P-153 CONTROLLED LOW-STRENGTH MATERIAL (CLSM)

DESCRIPTION

153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material (CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the DEN Project Manager.

MATERIALS

153-2.1 MATERIALS

a. Portland Cement. Portland cement shall conform to the requirements of ASTM C150 Type I or II. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used.

b. Fly Ash. Flyash shall conform to ASTM C618, Class C or F.

c. Fine Aggregate (Sand). Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces performance characteristics of the CLSM specified here will be accepted, except as follows.

Sieve Size Percent Passing by weight

3/4 inch (19 mm) 100

No. 200 (0.075 mm) 0 - 12

d. Water. Water used in mixing shall be potable and free of oil, salt, acid, alkali, sugar, vegetable matter, or other substances injurious to the finished product.

e. The CLSM used in the construction of Item L-110, Duct Bank, shall have Red Color added.

Page 44: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-153 CONTROLLED LOW STRENGTH MATERIAL (CLSM) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-153-2

MIX DESIGN

153-3.1 PROPORTIONS. The Contractor shall submit, to the DEN Project Manager, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced for payment until the DEN Project Manager has given written approval of the proportions. The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. Laboratory costs are incidental to this item. The proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed.

a. Compressive Strength. CLSM shall be designed to achieve a 28-day compressive strength of 100 to 300 psi when tested in accordance with ASTM D4832. There should be no significant strength gain after 28 days.

b. Consistency. CLSM should be designed to achieve a consistency that will produce an approximate 8-inch diameter circular-type spread without segregation when tested by: (1) filling a 3-inch inside diameter by 6-inch length flow cylinder (non-absorbent pipe) (2) strike off of the flow cylinder and start of lift within five seconds of filling and (3) by steady upward pull, lift the cylinder in a time period of between two and four seconds. Adjustments of the material proportions should be made to achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be maintained at one cubic yard (cubic meter) for the given batch weights.

CONSTRUCTION METHODS

153-4.1 PLACEMENT.

a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed by the DEN Project Manager. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one layer, the base layer shall be free of surface water and loose foreign material prior to placement of the next layer.

b. Limitations of Placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35°F and rising. At the time of placement, CLSM shall have a temperature of at least 40°F. Mixing and placement shall stop when the air temperature is 40°F and falling or when the anticipated air or ground temperature will be 35°F or less in the 24 hour period following proposed placement.

Page 45: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-153 CONTROLLED LOW STRENGTH MATERIAL (CLSM) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-153-3

153-4.2 CURING AND PROTECTION

a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F, the material may be rejected by the DEN Project Manager if damage to the material is observed.

b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi is obtained. The Contractor shall be responsible for providing evidence to the DEN Project Manager that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1a.

153-4.3 Acceptance. Acceptance of CLSM delivered and placed as shown on the plans or as directed by the DEN Project Manager shall be based upon mix design approval and batch tickets provided by the Contractor to confirm that the delivered material conforms to the mix design. The Contractor shall verify by additional testing, each 1,000 cubic yards of material used. Verification shall include confirmation of material proportions and tests of compressive strength to confirm that the material meets the original mix design and the requirements of CLSM as defined in this specification. Adjustments shall be made as necessary to the proportions and materials prior to further production.

METHOD OF MEASUREMENT

153-5.1 There shall be no direct measurement or payment for CLSM. The work under this item shall be considered subsidiary to other items of work.

BASIS OF PAYMENT

153-6.1 CLSM shall be considered incidental to the project. No payment shall be made for CLSM.

TESTING REQUIREMENTS

ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low-Strength Material (CLSM) Test Cylinders

Page 46: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-153 CONTROLLED LOW STRENGTH MATERIAL (CLSM) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-153-4

MATERIAL REQUIREMENTS

ASTM C33 Standard Specification for Concrete Aggregates

ASTM C150 Standard Specification for Portland Cement

ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete

ASTM C595 Standard Specification for Blended Hydraulic Cements

END OF ITEM P-153

Page 47: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-160 WATERING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-160-1

ITEM P-160 WATERING

DESCRIPTION

160-1.1 This work shall consist of obtaining, conveying, and applying water for compaction of embankments and subgrades; for concrete; haul road; for dust control; and for any other purposes in accordance with the requirements of the Contract Documents or as designated by the DEN Project Manager.

MATERIALS

160-2.1 WATER QUALITY. Water required for construction use shall be clean and free from sewage, oil, acid, strong alkalis, organic material, and other substances injurious to the finished product. Water obtained from the City supplied source is acceptable for use as construction water. If the Contractor provides an alternative source for water supply, water of questionable quality shall be tested in accordance with ASTM C1602. All alternative supply sources shall be subject to approval by the DEN Project Manager.

160-2.2 CITY SUPPLIED WATER SOURCE. The City shall make available a source of construction water from the water line close to the existing Contractor Staging Area location shown on the Drawings. There is not an unlimited supply of water available and the Contractor will be held responsible for misuse of water. The tap size shall be limited to 1-1/2 inches (38 mm).

It shall be the Contractor's responsibility to contact the Denver Water Department (DWD) and the DEN Project Manager and arrange for connection to the above referenced waterline, to include installation of meter. The Contractor's connection plan, its distribution system, and its filling operations must be coordinated with, submitted to, and approved by the DWD prior to installation. All costs associated with waterline connections and distribution shall be included in the unit prices bid for the applicable items of construction.

160-2.3 POTABLE WATER. Potable water may be hauled in and stored by the Contractor.

Page 48: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-160 WATERING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-160-2

CONSTRUCTION METHODS

160-3.1 TRANSPORT OF WATER. The Contractor may transport water overland to an approved temporary storage facility, or construct temporary supply piping to his primary use point. The approximate location and alignment of the Contractor's temporary supply/distribution system must be approved by the DEN Project Manager in writing prior to its installation and must be removed by the Contractor upon completion of work. Potential contamination of existing domestic water system shall be held as the responsibility of the contractor.

160-3.2 EQUIPMENT. The water equipment shall be of capacity and designed to assure uniform application of water in the amounts required.

160-3.3 PERMITS. The Contractor shall obtain the required DWD permit(s) relative to tapping the water line and/or the use of said water.

METHOD OF MEASUREMENT

160-4.1 There shall be no direct measurement or payment for watering. The work under this item shall be considered subsidiary to other items of work.

BASIS OF PAYMENT

160-5.1 Watering shall be considered incidental to the project. No payment shall be made for watering.

TESTING REQUIREMENTS

ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete

END OF ITEM P-160

Page 49: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-1

ITEM P-161 GEOTEXTILE

DESCRIPTION

161-1.1 This item shall consist of the work necessary to furnish and install geotextile fabrics (bondbreaker fabric) on base course and asphalt pavement, complete.

161-1.2 QUALITY ASSURANCE CERTIFICATION. Contractors shall furnish geotextile fabric materials and shall submit to the DEN Project Manager a mill certificate or affidavit signed by a legally authorized official from the company manufacturing the fabric. The mill certificate or affidavit shall attest that the fabric meets chemical, physical, and manufacturing requirements stated in this Specification. Contractors shall also submit to the DEN Project Manager, not later than 45 days prior to commencing work in this section, documented evidence of proven technical competence, past record of satisfactory performance on similar projects, and sufficient capacity to do the volume of work specified herein.

161-1.3 SUBMITTALS. All contractors shall furnish to the DEN Project Manager, no later than 45 days prior to delivery of materials to the project, the following data:

a. Complete material specifications, descriptive drawings, and literature.

b. Listing of all exceptions to the requirements specified herein.

c. Factory test results of materials certified by fabric manufacturer being similar shall be submitted showing conformance with the requirements of these Specifications and which by actual usage has been demonstrated to be satisfactory for the intended application.

Before commencing the work specified under this section, the Contractor shall submit to the DEN Project Manager for approval all installation drawings, procedures, and a schedule for carrying out the work.

Contractors shall submit certification from manufacturer that the product delivered to the project site will have property values equal to or greater than those specified. Certified property values shall be equal to the average value less 2 standard deviations.

A sample of 1 square foot of the geotextile fabric shall be furnished to the DEN Project Manager from each shipment for verification and testing. The lot number of the roll and the location of the sample obtained must be documented.

Samples of fabric sewn scams and/or securing pins shall also be furnished if required on the project.

Page 50: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-2

161-1.4 MANUFACTURER’S SERVICES. A fabric manufacturer's representative shall inspect the site for acceptability and provide technical supervision and assistance at all times during installation of the fabric, and as may be required by the DEN Project Manager.

MATERIALS

161-2.1 NON-WOVEN GEOTEXTILE FABRIC. The non-woven geotextile fabric shall be used for areas beneath the shoulder section of Item P-404 and placed as a bond breaker over Item P-304 and P-306 for PCC pavement sections. For filter fabric installed as a component part of the underdrain system, refer to the requirements in Item D-705. Fabric material shall be a pervious sheet of polyester, polypropylene, polyethylene, or polyamide fibers oriented into a stable network so that the fibers retain their relative position with respect to each other. The fabric shall be composed of continuous or discontinuous (staple) fibers held together through spun bonding, melt bonding, resin bonding, or needle punching. The edges of the fabric shall be salvaged or otherwise finished to prevent the other material from pulling away from the fabric. The fabric shall be woven into a width greater than 6 feet. The fabric shall conform to the physical requirements in Table No. 1.

Table 1

PHYSICAL REQUIREMENTS (for Nonwoven Fabric)

Physical Physical

Requirements Test Method

Thickness, MU., min 70 ASTM D 5199

Mass (Weight), oz./sq.yd., min. 6.0 ASTM D 5261

Water Permittivity sec, min. 1.5 ASTM D 4491 (Falling Head)

Apparent Opening Six (AOS), U.S. Standard Sieve Size

50 ASTM D 4751

Grab Tensile Strength, lbs., min 180 ASTM D 4632

Grab Elongation, % min. 50 ASTM D 4632

Mullen Burst Strength, psi, min. 290 ASTM D 3786

Puncture Strength, lbs., min. 806 ASTM D 4833

Trapezoid Tear Strength, lbs., min. 75 ASTM D 4533

Seam Efficiency, % 70-90 ASTM D 4632

Hydrocarbon Resistance, % Change <20 USEPA 9090 (Modified)

Ultraviolet Radiation Resistance, % Strength Retention, min. at 150 hours

70 ASTM D 4355

Page 51: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-3

161-2.2 SECURING PINS. Securing pins for geotextile fabric shall be secured with 9 inch steel staples having a 3/16 inch diameter with pointed ends. Geotextile fabric over Cement Treated Base (CTB) shall be secured with concrete nails with 1.5 inch diameter washers long enough to hold the fabric in place while the next pavement section is placed.

161-2.3 SEAMS. Seams shall be required in applications where stress transfer from one geotextile to another is necessary. Seaming may replace overlapping at the Contractor’s option.

Seam types shall be a flat or player seam, a “J” type seam, or a butterfly scam. A “J” type seam is preferred. Stitch counts (stitches per inch) shall range from 3 to 7. The standard stitch type shall be a chainstitch.

Sewing machinery shall make a double thread chainstitch, Type 401, and be capable of penetrating four layers of the geotextile. Machines may be hand held or table/equipment mounted, depending on fabric specified.

Sewing thread shall consist of nylon, polypropylene, polyester, or Kevlar thread.

A minimum 2 inches of fabric shall extend beyond the seam threads or a length sufficient to develop the required seam strength.

Seam strength shall be measured using grab-tensile procedures in accordance with ASTM D 4632. Seam efficiency is defined as the ratio of tensile strength across the seam to the strength of the intact fabric.

Factory sewing shall be utilized wherever possible to eliminate or reduce field seams.

161-2.4 DELIVERY, STORAGE, AND HANDLING OF MATERIAL. Geotextile materials delivered to site shall be inspected for damage, unloaded, and stored with the minimum of handling. Materials shall not be stored directly on the ground. During shipment and storage, filter cloth shall be furnished with a suitable wrapping for protection against moisture and extended ultraviolet exposure prior to placement. Rolls shall be stored in a manner which protects them from the elements. If stored outdoors, they shall be elevated and protected with a waterproof cover. Materials shall be handled in such a manner as to ensure delivery to the site in sound, undamaged condition.

Contractor shall furnish certified test reports with each shipment of material attesting that the fabric meets tile requirements of this Specification. Each roll shall be labeled or tagged to provide product identification sufficient for inventory and quality control purposes.

CONSTRUCTION METHODS

161-3.1 GENERAL. The geotextile fabric shall be placed in the manner and at the locations shown in the Drawings or as directed by the DEN Project Manager.

Page 52: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-4

At the time of installation, fabric shall be rejected if it has defects, ribs, holes, flaws, deterioration, or damage incurred during manufacture, transportation, storage, or placement. Visual review of the fabric shall be performed once the fabric has been placed and prior to placement of any overlying materials.

The fabric shall be placed with the machine direction (long dimension) down slope or normal to the natural slope, unless otherwise directed by the DEN Project Manager, and shall be laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be laid smooth to provide a minimum width of 12 inches, or greater if specified, of overlap for each joint. Overlap Joints and seams shall be measured as a single layer of cloth.

Securing pins with washers shall be inserted through both strips of overlapped cloth at not greater than the following intervals along a line through the midpoint of the overlap. Securing pins are not necessarily required during installation for underdrains:

Pin Spacing Slope

2 feet Steeper than 3:1

3 feet 3:1 to 4:1

5 feet Flatter than 4:1

Additional pins regardless of location shall be installed as necessary to prevent any slippage of the filter fabric. Each securing pin shall be pushed through the fabric until the washer bears against the fabric and secures it firmly to the foundation. Bags of soil or other methods approved by the DEN Project Manager shall be used to secure the geotextile during installation.

The fabric shall be protected at all times during construction from contamination by surface runoff and any fabric so contaminated shall be removed and replaced with uncontaminated fabric.

Should the fabric be damaged during any of the installation, the torn or punctured section shall be repaired by placing a piece of fabric which extends at least 18 inches in all directions beyond the damaged area. The fabric shall be sewn, secured with pins and washers as described above, or other methods as approved by the DEN Project Manager.

161-3.2 PAVEMENT APPLICATIONS. Geotextiles shall be overlapped a minimum of 12 inches in the direction of flow.

Subbase shall be cleared of all sharp objects. Unroll geotextile fabric on prepared subbase. Provide minimum 18 inch overlap of material. Provide minimum 12 inch overlap of material with geotextile lining of underdrain trench.

Page 53: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-5

Place overlying asphalt treated permeable base material in same direction as the geotextile overlap to avoid separation. Construction equipment other than hauling and paving equipment necessary for placement of the asphalt treated permeable base shall not be allowed on the geotextile. Operate hauling and paving equipment in a manner to prevent damage or displacement of the geotextile. Equipment shall avoid sudden acceleration, hard braking, and sharp turns while on the geotextile, and the paver shall not turn while on the geotextile. Large fabric wrinkles which may develop during the spreading operations shall be folded and flattened in the direction of the spreading. Special care shall be given to maintaining proper overlap and fabric continuity.

After placement of the asphalt treated permeable base, wrap geotextile around edge to completely surround exposed asphalt treated permeable base. The exposed fabric shall then be covered with the subsequent course.

Any damage to the fabric, such as tears, puncture, or excessive displacement, shall be repaired. The asphalt treated permeable base shall be removed from the top of from the fabric and the damaged area repaired as previously described Section 3.1.

METHOD OF MEASUREMENT

161-4.1 GEOTEXTILE FABRIC. Geotextile fabric used as “bondbreaker fabric” in conjunction with pavement construction shall be measured by the number of square yards in-place based on the areas on the plans or approved by the DEN Project Manager and measured in the field. No allowance will be made for materials in laps, seams, or for waste trimmed.

BASIS OF PAYMENT

161-5.1 GEOTEXTILE FABRIC. Payment shall be made at the contract unit price per square yard for bondbreaker fabric. The price shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item.

Item P-161-5.1 Bondbreaker Fabric – per square yard

Page 54: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-161 GEOTEXTILE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-161-6

MATERIAL REQUIREMENTS

ASTM D 5199 Method for Measuring Thickness of Textile Materials

ASTM D 5261 Test Method for Mass per Unit Area (Weight) of Woven Fabric

ASTM D 3786 Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method.

ASTM D 4355 Test Method for Deterioration of Geotextiles from Exposure to ultraviolet Light and Water (Xenon-Arc Type Apparatus)

ASTM D 4491 Test Methods for Water Permeability of Geotextiles by Permittivity

ASTM D 4533 Test Method for Trapezoid-Tearing Strength of Geotextiles

ASTM D 4632 Test Method for Breaking Load and Elongation of Geotextiles (Grab Method)

ASTM D 4751 Test Method for Determining the Apparent Opening Size of a Geotextile

ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products.

USEPA 9090 Compatibility Test for Wastes and Membrane Liners

END OF ITEM P-161

Page 55: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-1

ITEM P-301 SOIL-CEMENT BASE COURSE

DESCRIPTION

301-1.1 This item shall consist of constructing a base course by uniformly mixing soil, Portland cement, and water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the dimensions and typical cross-section shown on the plans. Tests shall be required for each approved soil included within the treated layer.

Runway, taxiway, or apron pavements shall be built in a series of parallel lanes using a plan that reduces the number of longitudinal and transverse joints to a minimum.

MATERIALS

301-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM C150, Type V.

301-2.2 WATER. Water used for mixing or curing shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product.

301-2.3 SOIL. The soil shall consist of the upper most 18 inches of select embankment as placed and paid for by Specifications Item P-152, Upper Select Embankment.

301-2.4 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials used for curing the soil-cement shall be RS-1, SS-1, or CRS-1.

MIX DESIGN

301-3.1 PROPORTIONS. Before the start of base course construction, tests shall be made on the soil or soil-aggregate material to be stabilized to determine the quantity of cement required for the mix design to provide a minimum 200 psi unconfined compressive strength at 5 days. Tests are required for each approved soil which will be included in the treated layer.

Test specimens containing various amounts of cement shall be compacted per ASTM D558, and the optimum moisture determined for each approved soil which will be in the treated layer. The specimens shall be tested for compressive strength in accordance with ASTM D1633. Samples at the optimum moisture shall be subjected to the wet-dry and the freeze-

Page 56: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-2

thaw test in accordance with American Association of State Highway and Transportation Officials (AASHTO) T135 and AASHTO T136, respectively.

The specified cement content for construction shall be the cement content of the test specimen which has a weight loss of 14% or less for granular soils, 10% for the more plastic granular and silty soils, and 7% for clay soils after 12 cycles of the durability test.

The compressive strength of soaked specimens should increase with both age and increase in cement content.

301-3.2 TESTING LABORATORY. The Contractor shall employ a testing laboratory to design the soil-cement base course mixture. The laboratory shall meet the requirements of ASTM D3740 including accreditation. Accreditation shall include all test procedures required to develop the mix design. A certification signed by the manager of the laboratory stating it meets these requirements shall be submitted to the DEN Project Manager. The certification shall contain as a minimum:

a. Qualifications of personnel; including the laboratory manager, supervising technician, and testing technicians involved in developing the soil-cement base course mixture.

b. Evidence of current accreditation by a nationally recognized laboratory accreditation organization for all test methods used in developing the soil-cement base course mixture.

301-3.3 MIX DESIGN SUBMITTAL The contractor shall submit the laboratory soil-cement base course mix design to the Project manager at least thirty (30) days prior to use. The submittal shall include the following:

a. Source of soil

b. Gradation of soil

c. Atterberg limits of soil

d. Water soluble sulfate content of soil

e. Swell potential of soil

f. Certificate of Compliance current within one (1) year verifying that the cement meets the specification requirements and support of this statement with test results

g. Moisture-density relationships for each cement content

h. Compressive strength results for each cement content

i. Recommended cement content

j. Testing laboratory qualifications

Page 57: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-3

CONSTRUCTION METHODS

301-4.1 WEATHER LIMITATIONS. The soil-cement base shall not be mixed or placed while the atmospheric temperature is below 40°F (4°C) or when conditions indicate that the temperature may fall below 40°F (4°C) within 24 hours, or when the weather is foggy or rainy, or to soils that are frozen or contain frost, or when the underlying material is frozen.

301-4.2 EQUIPMENT. The soil-cement may be constructed with any equipment that will meet the requirements for soil pulverization, cement application, mixing, water application, incorporation of materials, compaction, finishing, and curing specified here.

301-4.3 PREPARATION. The area to be stabilized shall be graded and shaped to conform to the lines, grades and cross-section shown on the plans. Any soft or yielding areas in the subgrade shall be removed and replaced with acceptable soil and compacted to the specified density.

301-4.4 PULVERIZATION. After completion of moist-mixing, the soil for the base course shall be pulverized so that 100% by dry weight passes a 1-inch (25 mm) sieve and a minimum of 80% passes a No. 4 (4.75 mm) sieve.

301-4.5 CEMENT APPLICATION, MIXING, AND SPREADING. Mixing of the soil, cement, and water shall be accomplished by the central-plant-mixed method or the mixed in place method.

a. Central Plant Mixed Method. The soil, cement, and water shall be mixed in either a batch or continuous-flow type pugmill. The plant shall be equipped with feeding and metering devices that will add the soil, cement, and water into the mixer in the specified quantities. Soil and cement shall be mixed sufficiently to prevent cement balls from forming when water is added. Mixing shall continue until a uniform mixture of soil, cement, and water is obtained.

The mixture shall be hauled to the project in trucks equipped with protective covers. The mixture shall be placed on the moistened subgrade in a uniform layer by an approved spreader. Not more than 30 minutes shall elapse between the placement of soil-cement in adjacent lane.

The layer of soil-cement shall be uniform in thickness and surface contour and of sufficient quantity that the completed base conforms to the required line, grade and cross-section. Dumping of the mixture in piles or windrows on the subgrade shall not be permitted.

Not more than 60 minutes shall elapse between the start of moist mixing and the start of compaction of soil-cement.

Page 58: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-4

b. Mixed-in-Place Method. Approximately shape pulverized material to the cross-section indicated. Cement shall be applied so that when uniformly mixed with the soil, the specified cement content is obtained, and a sufficient quantity of cement-treated soil is produced to construct a compacted cement-treated course conforming to the lines, grades, and cross-section indicated. Immediately after the cement has been distributed, it shall be mixed with the soil. The cement shall not be mixed below the required depth. Continue mixing until the cement has been sufficiently blended with the soil to prevent the formation of cement balls when water is applied. Determine moisture content of the mixture immediately after completion of mixing of the soil and cement. Provide water supply and pressure distributing equipment that will permit the application within three (3) hours of all mixing water on the section being processed. Incorporate water in the mix so that concentration of water near the surface does not occur. After all mixing water has been applied, continue mixing until the water is uniformly distributed throughout the full depth of the mixture. Do not apply cement if the soil moisture content exceeds the optimum moisture content specified for the cement-treated mixture. After mixing is complete, the proportions of the mixture shall be in accordance with the approved mix design.

301-4.6 COMPACTION. Immediately after spreading, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density.

The field density of the compacted mixture shall be at least 98% of the maximum density of laboratory prepared specimens compacted and tested in accordance with ASTM D558. Two tests shall be conducted each for the first 2 days of placement, then 1 test each day thereafter. Additional tests shall be performed as variations in the soil-cement base course occur and when in-place density tests do not correlate with previous test results. The in-place field density shall be determined in accordance with ASTM D1556, ASTM D2167, or ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. One test shall be conducted for each 300 square yards of material placed per lift, per day, or fraction thereof. No portion of the mixture shall remain undisturbed during mixing and before compaction for more than 30 minutes. The moisture content of the mixture at the start of compaction shall be within ±2 percentage points of the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D558. All testing shall be done by the Contractor’s laboratory in the presence of the DEN Project Manager and density test results shall be furnished upon completion to the DEN Project Manager for acceptance determination.

The compressive strength of the material shall be a minimum 200 psi. Test specimens containing various amounts of cement shall be compacted per ASTM D558, and specimens shall be tested for compressive strength in accordance with ASTM D1633. One set of four cylinders shall be made per 1,000 square yards, with a minimum of 2 sets per day. Two of the cylinders per set shall be cured for 5 days and accelerated, and two of the cylinders per set shall be seated and cured at 28 days at ambient temperature. The strength shall not be corrected for diameter.

Page 59: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-5

301-4.7 FINISHING. Finishing operations shall be completed during daylight hours. The completed base course shall conform to the required lines, grades, and cross-section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. The finishing operations shall be complete within two (2) hours after completion of mixing operations.

301-4.8 CONSTRUCTION JOINTS. At the end of each day’s construction, a straight transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material.

The protection provided for construction joints shall permit the placing, spreading, and compacting of base material without injury to the previous work. Where it is necessary to operate or turn any equipment on the completed base course, sufficient protection and cover shall be provided to prevent damage to the finished surface. A supply of mats or wooden planks shall be maintained and used as approved and directed by the DEN Project Manager.

Care shall be exercised to ensure thorough compaction of the base material immediately adjacent to all construction joints. When spreading or compacting base material adjacent to a previously constructed lane, care shall be taken to avoid damaging the previous work.

301-4.9 PROTECTION AND CURING. After the base course has been finished to grade and compacted as specified, it shall be protected against drying for a period of seven (7) days by the application of bituminous material or other acceptable methods. The curing method shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept moist continuously until the curing material is placed.

The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallons per square yard (0.91 l/m2) with approved heating and distributing equipment. The exact rate and temperature of application to give complete coverage without excessive runoff shall be as specified.

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

The curing material shall be maintained and applied as needed by the Contractor during the 7-day protection period.

Completed portions of the cement-treated soil area may be opened to light traffic, if approved by the DEN Project Manager, and provided the curing is not impaired. Sufficient protection from freezing shall be provided to the soil-cement for seven (7) days after its construction and until it has hardened.

Page 60: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-6

301-4.10 CONSTRUCTION LIMITATIONS. When any of the operations after the application of cement are interrupted for more than 30 minutes or when the uncompacted soil-cement mixture is wetted by rain so that the moisture content is exceeded by a small amount, the decision to reconstruct the portion affected shall rest with the DEN Project Manager. If the uncompacted, rain-wetted mixture exceeds the specified moisture content tolerance, the Contractor shall reconstruct the affected portion at the Contractor’s expense the portion affected. All material along the longitudinal or transverse construction joints not properly compacted shall be removed and replaced, at the Contractor’s expense, with properly moistened and mixed soil-cement compacted to specified density.

301-4.11 SURFACE TESTS. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 12-foot (3.7-m) straightedge applied parallel with, or at right angles to, the longitudinal axis of the pavement. Any variations in excess of this tolerance shall be corrected by the Contractor, at the Contractor’s expense, in a manner satisfactory to the DEN Project Manager.

301-4.12 THICKNESS. The completed thickness of the stabilized course shall be within 1/2 inch (12 mm) of the thickness indicated. Where the measured thickness is more than 1/2 inch (12 mm) deficient, such areas shall be corrected by scarifying, adding mixture of proper gradation, reblading, and recompacting as directed. Where the measured thickness is more than 1/2 inch (12 mm) thicker than indicated, the course shall be considered as conforming to the specified thickness requirements. Average job thickness shall be the average of all thickness measurements taken for the job, but shall be within 1/4 inch (6 mm) of the thickness indicated. The thickness of the stabilized course shall be measured at intervals which ensure one measurement for each 300 square yards (250 m2) of stabilized course. Measurements shall be made in 3-inch (75 mm) diameter test holes penetrating the stabilized course. Where the average thickness shown by the measurements made in one day’s construction is not within the tolerance given, the DEN Project Manager shall evaluate the area and determine if, in the DEN Project Manager’s opinion, it shall be reconstructed at the Contractor’s expense or the deficiency deducted from the total material in place.

301-4.13 MAINTENANCE. The Contractor shall be required to maintain, at the Contractor’s expense, the entire base course within the limits of the contract in a condition satisfactory to the DEN Project Manager until all the work has been completed. Maintenance shall include immediate repairs of any defects that may occur either before or after the cement is applied. The work shall be repeated as often as necessary to keep the area intact at all times. Repairs shall be made to ensure restoration of a uniform surface and the durability of the area repaired. Faulty work shall be replaced for the full depth of treatment. Adding a thin layer of soil-cement to the completed work to remedy low areas shall not be permitted.

301-4.14 QUALITY CONTROL/QUALITY ASSURANCE TESTING SUMMARY. Unless stated otherwise, all testing is conducted by the Contractor. All necessary field and laboratory testing shall be considered incidental to the work and no additional payment will be made.

The following table summarizes the testing required in this specification. The information included in this table does not waive any requirements listed previously in the specification.

Page 61: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-7

All test results shall be provided to the DEN Project Manager within 48 hours of completion of the tests.

Table 6 P-301 TESTING SUMMARY

Specification Reference

Test Type

Test Standard

Minimum Testing

Frequency

Responsible Party

4.6 Moisture-Density Relationship

ASTM D558 Two each for the first 2 days of placement, then 1 test each day thereafter.

Contractor

4.6 In-Place Density and Moisture Content

ASTM D1556 ASTM D2167 ASTM D6938

One test for each 300 square yards of material placed per lift, per day, or fraction thereof

Contractor

4.6 Compressive Strength

One set of 4 cylinders per 1,000 square yards

Contractor

4.11 Smoothness ±3/8 inch As directed by the DEN Project Manager

Contractor

4.12 Thickness ±1/2 inch 1 test per 300 square yard

Contractor

METHOD OF MEASUREMENT

301-5.1 The quantity of soil-cement base course shall be the number of square yards (sq m) of completed and accepted base course.

301-5.2 Portland cement shall be measured by the ton.

BASIS OF PAYMENT

301-6.1 Payment shall be made at the contract unit price per square yard (m2) for soil-cement base course. This price shall be full compensation for furnishing all materials, except Portland cement, and for all preparation, delivering, placing, and mixing of these materials; and for all labor, equipment, tools and incidentals necessary to complete the item.

Page 62: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-301 SOIL-CEMENT BASE COURSE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-301-8

301-6.2 Payment shall be made at the contract unit price per ton for cement. This price shall be full compensation for furnishing this material and for all delivery, placing, and incorporation of this material, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item P-301-6.1 Soil-Cement Base Course – per square yard

Item P-301-6.2 Portland Cement – per ton

TEST REQUIREMENTS

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates

ASTM D558 Standard Test Methods for Moisture-Density (Unit Weight) Relations of Soil-Cement Mixtures

ASTM D1556 Standard Test Method for Density and Unit Weight of Soil In-Place by the Sand Cone Method

AASHTO T135 Standard Method of Test for Wetting-and-Drying Test of Compacted Soil-Cement Mixtures

AASHTO T136 Standard Method of Test for Freezing-and-Thawing Tests of Compacted Soil-Cement Mixtures

MATERIAL REQUIREMENTS

ASTM C150 Standard Specification for Portland Cement

ASTM D977 Standard Specification for Emulsified Asphalt

ASTM D2027 Standard Specification for Cutback Asphalt (Medium-Curing Type)

ASTM D2028 Standard Specification for Cutback Asphalt (Rapid-Curing Type)

ASTM D2397 Standard Specification for Cationic Emulsified Asphalt

END OF ITEM P-301

Page 63: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-1

ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING OR SURFACE COURSE)

DESCRIPTION

403-1.1 This item shall consist of a base course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course.

The work set forth in this section consists of the Contractor’s preparation and submittal of an appropriate mix design, including the contractor’s options with respect thereto, discussion of appropriate equipment for use by the Contractor and the placement of pavement composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course.

Section headings used in this Section P-403 or any other part of this Contract are for convenience only and shall not be used in the interpretation of this Section P-403 or any other section or subsection of this Contract so as to indicate that phrases or clauses describing standards, tests, equipment, workmanship, material descriptions, characteristics or results to be achieved are confined to the Section heading under which they appear. Any requirement appearing in one location shall be as binding as if appearing in all. It is the intention of this contract that the work will result in an end hot mix asphalt pavement product which is dense, homogeneous, without segregation.

MATERIALS

403-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause “rust” staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler.

Page 64: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-2

a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142.

Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest mid-sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing.

The aggregate shall not contain more than a total of 20% by weight of flat particles, elongated particles, and flat and elongated particles when tested in accordance with ASTM D4791 with a value of 3:1.

Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot when tested in accordance with ASTM C29.

b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter.

The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318.

The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88.

Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C142.

Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318.

Page 65: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-3

The aggregate shall have sand equivalent values of 40 or greater when tested in accordance with ASTM D2419.

c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler.

403-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242.

403-2.3 ASPHALT CEMENT BINDER. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 64-22. A certificate of compliance from the manufacturer shall be included with the mix design submittal.

The supplier’s certified test report with test data indicating grade certification for the asphalt binder shall be provided to the DEN Project Manager for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the DEN Project Manager for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA.

403-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the DEN Project Manager for the following materials:

a. Coarse Aggregate.

(1) Percent of wear

(2) Soundness

(3) Clay lumps and friable particles

(4) Percent fractured faces

(5) Flat and elongated particles

(6) [Unit weight of slag]

b. Fine Aggregate:

(1) Liquid limit and Plasticity index

(2) Soundness

(3) Clay lumps and friable particles

(4) Percent natural sand

(5) Sand equivalent

c. Mineral Filler.

d. Asphalt Binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures.

Page 66: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-4

The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement.

The DEN Project Manager may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications.

403-2.5 ANTI-STRIPPING AGENT. Any anti-stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located.

COMPOSITION

403-3.1 COMPOSITION OF MIXTURE. The HMA plant mix shall be composed of a mixture of well-graded aggregate, filler and anti-strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF).

403-3.2 JOB MIX FORMULA. No hot-mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the DEN Project Manager. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow.

If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements.

Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti-stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti-strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner.

The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced.

The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum:

Page 67: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-5

a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF.

b. Percent of asphalt cement.

c. Asphalt performance, grade, and type of modifier if used.

d. Number of blows per side of molded specimen.

e. Laboratory mixing temperature.

f. Laboratory compaction temperature.

g. Temperature-viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures.

h. Plot of the combined gradation on the 0.45 power gradation curve.

i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content.

j. Specific gravity and absorption of each aggregate.

k. Percent natural sand.

l. Percent fractured faces.

m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria).

n. Tensile Strength Ratio (TSR).

o. Anti-strip agent (if required).

p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted.

The Contractor shall submit to the DEN Project Manager the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3.

When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix.

The JMF for each mixture shall be in effect until a modification is approved in writing by the DEN Project Manager. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the DEN Project Manager in writing before the new material is used. After the initial production JMF has been approved by the DEN Project Manager and a new or modified JMF is required for whatever reason, the subsequent cost of the DEN Project Manager’s approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated

Page 68: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-6

with the stoppage of production paving or restart of production paving due to the time needed for the DEN Project Manager to approve the initial, new or modified JMF.

The Marshall Design Criteria applicable to the project shall be as specified in Table 1.

Table 1. Marshall Design Criteria

Test Property Value

Number of blows 75

Stability, pounds minimum 1800

Flow, 0.01 inch (0.25 mm) 8-16

Air voids (percent) 3.5

Percent voids in mineral aggregate, minimum

See Table 2.

Table 2. Minimum Percent Voids In Mineral Aggregate (VMA)

Aggregate (See Table 3) Minimum VMA

Gradation 1 14 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117.

The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa.

Table 3. Aggregate - HMA Pavements

Sieve Size Percentage by Weight

Passing Sieve

1 inch (25 mm) 100

3/4 inch (19 mm) 76-98

1/2 inch (12 mm) 66-86

3/8 inch (9 mm) 57-77

No. 4 (4.75 mm) 40-60

No. 8 (2.36 mm) 26-46

No. 16 (1.18 mm) 17-37

No. 30 (0.60 mm) 11-27

No. 50 (0.30 mm) 7-19

Page 69: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-7

Sieve Size Percentage by Weight

Passing Sieve

No. 100 (0.15 mm) 6-16

No. 200 (0.075 mm) 3-6 Asphalt Percent:

Stone or gravel 4.5-7.0

Slag 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition.

403-3.3 RECLAIMED ASPHALT CONCRETE. RAP shall not be used.

403-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor’s laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction.

403-3.5 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 long and 24 wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F. The cold joint must be cut back using the same procedure that will be used during production in accordance with 403-4.12. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section.

The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 403-5.1 and 403-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots.

The test section shall be considered acceptable if the average mat density of the test section cores is greater than or equal to 96% and the average joint density of the test section cores is greater than or equal to 94%.

The test results shall be acceptable for the work to continue. If all of the test results meet the specified requirements, the test section shall remain as part of the project pavement. If test

Page 70: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-8

section is not considered acceptable, the test section shall be removed and replaced at no cost to the Owner and another test section shall be constructed.

If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the DEN Project Manager. Once an acceptable test section has been placed, payment for the test section that meets specification requirements shall be made in accordance with paragraph 403-8.1.

Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant-produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests.

Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of paragraph 403-6.1, has been approved, in writing, by the DEN Project Manager.

CONSTRUCTION METHODS

403-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the DEN Project Manager, if requested; however, all other requirements including compaction shall be met.

Table 4. Surface Temperature Limitations of Underlying Course

Mat Thickness

Base Temperature (Minimum)

Degrees F

3 inches or greater 40

Greater than 2 inches but less than 3 inches 45

Page 71: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-9

403-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes:

a. Requirements for all plants include:

(1) Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor’s expense. Scales shall be inspected and sealed as often as the DEN Project Manager deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01.

In lieu of scales, and as approved by the DEN Project Manager, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the DEN Project Manager.

(2) Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the Contractor’s quality control testing and use of the DEN Project Manager. The lab shall have sufficient space so that both testing representatives (DEN Project Manager’s and Contractor’s) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials.

Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations.

Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The DEN Project Manager shall be permitted unrestricted access to inspect the Contractor’s laboratory facility and witness quality control activities. The DEN Project Manager will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected.

(3) Inspection of plant. The DEN Project Manager, or DEN Project Manager’s authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures.

Page 72: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-10

(4) Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions:

(a) Stored in non-insulated bins for a period of time not to exceed three (3) hours.

(b) Stored in insulated storage bins for a period of time not to exceed eight (8) hours.

If the DEN Project Manager determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed.

403-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the DEN Project Manager. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened.

a. Material Transfer Vehicle (MTV). A material transfer vehicle is not required.

403-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface.

The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture.

If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor.

a. Automatic grade control. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor-directed mechanisms or devices that will maintain the paver

Page 73: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-11

screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1%.

The controls shall be capable of working in conjunction with any of the following attachments:

(1) Ski-type device of not less than 30 feet (9 m) in length

(2) Taut stringline (wire) set to grade

(3) Short ski or shoe

(4) Laser control

403-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic-tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition.

All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense.

The use of equipment that causes crushing of the aggregate will not be permitted.

a. Density Device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the DEN Project Manager upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician.

403-4.6 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate.

403-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler

Page 74: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-12

shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability.

403-4.8 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF.

The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%.

403-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A tack coat is required: between the existing pavement surface and the new hot mix asphalt, including milled surfaces; between layers of each lift of hot mix asphalt; and at any vertical surfaces that the new hot mix asphalt will be placed against including cold joints. Tack coat must be applied in accordance with Item P-603.

403-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the DEN Project Manager. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the DEN Project Manager.

The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature.

The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA

Page 75: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-13

surface course and certify to DEN Project Manager that every lot of each lift meets the grade tolerances of paragraph 403-5.2b(5) before the next lift can be placed.

The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F (121°C), unless otherwise indicated in the approved mix design.

Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it.

Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 10 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course.

Transverse joints in adjacent lanes shall be offset a minimum of 10 feet.

On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools.

Areas of segregation in the course, as determined by the DEN Project Manager, shall be removed and replaced at the Contractor’s expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long.

403-4.11 COMPACTION OF MIXTURE. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once.

Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field

Page 76: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-14

density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the DEN Project Manager.

In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device.

Any HMA that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor’s expense. Skin patching shall not be allowed.

403-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint.

Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. A asphalt tack coat or other product approved by the DEN Project Manager shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA.

403-4.13 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a surface treatment as directed by the DEN

Page 77: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-15

Project Manager. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings.

403-4.14 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following:

a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work.

b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following areas:

(1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines.

(2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment.

(3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement.

c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction.

d. A lighting plan must be submitted by the Contractor and approved by the DEN Project Manager prior to the start of any nighttime work.

MATERIAL ACCEPTANCE

403-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the DEN Project Manager at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor.

Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations.

Page 78: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-16

a. Hot Mixed Asphalt. Plant-produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited in place prior to compaction. Samples shall be taken in accordance with ASTM D979.

A standard lot shall be equal to one day’s production or 2000 tons whichever is smaller. If the day’s production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day’s production. If the day’s production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day’s production, but shall not exceed 2000 tons.

Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant.

(1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the DEN Project Manager on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979.

The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF.

(2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6971. Air voids will be determined by the DEN Project Manager in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D 6926 should be used, however mechanical hammers may be used if they are approved by the DEN Project Manager and calibrated to the same manual hammer density by varying the number of blows and for each specific mix. When calibrating the mechanical hammer, at least 5 samples should be compacted with the manual hammer (50 or 75 blows as specified) to establish an average density. Five samples should also be compacted at various blow counts with the mechanical hammer and plotted to give a curve that shows density vs blows. Where the average density of the manual hammer intersects the curve developed from the mechanical hammer, the number of blows required for the mechanical hammer is identified. The guide to control the vertical axis of the hammer shall not be used during compaction.

Prior to testing, the bulk specific gravity of each test specimen shall be measured by the DEN Project Manager in accordance with ASTM D2726 or ASTM D6752 using the procedure for laboratory-prepared thoroughly dry specimens for use in computing air voids and pavement density. ASTM D7227 may be used to expedite test results.

For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot.

Page 79: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-17

The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot.

(3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the DEN Project Manager in accordance with the requirements of paragraph 403-5.a.

b. In-Place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day’s production or 2000 tons whichever is smaller. If the day’s production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day’s production. If the day’s production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day’s production, but shall not exceed 2000 tons.

(1) Mat density. The lot size shall be the same as that indicated in paragraph 403-5.1a The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the DEN Project Manager on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint.

(2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 403-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the DEN Project Manager on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches.

(3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the DEN Project Manager and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the DEN Project Manager in accordance with paragraph 403-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the DEN Project Manager at no additional cost.

(4) Testing. The bulk specific gravity of each cored sample will be measured by the DEN Project Manager in accordance with ASTM D2726 or ASTM D6752.

Page 80: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-18

Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots.

(5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the DEN Project Manager in accordance with the requirements of paragraph 403-5.2b(1). Acceptance for joint density will be determined by the DEN Project Manager in accordance with the requirements of paragraph 403-5.2b(2).

c. Partial Lots HMA. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and DEN Project Manager agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot.

The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3.

403-5.2 ACCEPTANCE CRITERIA.

a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results:

(1) Air Voids

(2) Mat density

(3) Joint density

(4) Thickness

(5) Smoothness

(6) Grade

(7) Stability

(8) Flow

Page 81: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-19

Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 403-5.1. Joint density will be evaluated for acceptance in accordance with paragraph 403-5.2b(2).

Thickness will be evaluated by the DEN Project Manager for compliance in accordance with paragraph 403-5.2b(3). Acceptance for smoothness will be based on the criteria contained in paragraph 403-5.2b(4). Acceptance for grade will be based on the criteria contained in paragraph 403-5.2b(5).

The DEN Project Manager may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the DEN Project Manager, and if it can be demonstrated in the laboratory, in the presence of the DEN Project Manager, that such material was erroneously rejected, payment will be made for the material at the contract unit price. DEN Project Manager shall review and approve laboratory testing plan.

b. Acceptance Criteria.

(1) Mat Density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor’s expense.

(2) Joint Density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction.

(3) Thickness. Thickness of each course shall be evaluated by the DEN Project Manager for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the DEN Project Manager using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the DEN Project Manager to circumscribe the deficient area.

Page 82: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-20

(4) Grade. Grade shall be evaluated on the first day of placement and then every 24 hours to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the DEN Project Manager by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the DEN Project Manager. The lot size shall be 2,000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yard. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yard will require removal and replacement of the pavement in accordance with the limitations noted above. Contractor shall apply a surface treatment as directed by the DEN Project Manager to all areas that have been subject to grinding.

c. Density Outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded.

403-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY.

a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the DEN Project Manager. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5.1. Only one resampling per lot will be permitted.

(1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to calculate the redefined mat density shall include the initial tests made for that lot plus the retests.

(2) The cost for resampling and retesting shall be borne by the Contractor.

Page 83: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-21

b. Payment for Resampled Lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2.

c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%.

CONTRACTOR QUALITY CONTROL

403-6.1 GENERAL. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not limited to:

a. Mix Design

b. Aggregate Grading

c. Quality of Materials

d. Stockpile Management

e. Proportioning

f. Mixing and Transportation

g. Placing and Finishing

h. Joints

i. Compaction

j. Surface smoothness

k. Personnel

l. Laydown plan

The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor’s plan, the DEN Project Manager may require the Contractor’s technician to perform testing of samples to demonstrate an acceptable level of performance.

No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan.

Page 84: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-22

403-6.2 CONTRACTOR TESTING LABORATORY. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications.

403-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program.

a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results.

b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117.

c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566.

d. Moisture Content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D1461 or CDOT Procedure CP43.

e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site.

f. In-Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950.

g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor’s option.

h. Monitoring. The DEN Project Manager reserves the right to monitor any or all of the above testing.

403-6.4 SAMPLING. When directed by the DEN Project Manager, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified.

Page 85: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-23

403-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory.

Control charts shall be posted in a location satisfactory to the DEN Project Manager and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor’s test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor’s projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the DEN Project Manager may suspend production or acceptance of the material.

a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits:

Control Chart Limits For Individual Measurements

Sieve Action Limit Suspension Limit

3/4 inch (19 mm) ±6% ±9%

1/2 inch (12 mm) ±6% ±9%

3/8 inch (9 mm) ±6% ±9%

No. 4 (4.75 mm) ±6% ±9%

No. 16 (1.18 mm) ±5% ±7.5%

No. 50 (0.30 mm) ±3% ±4.5%

No. 200 (0.075 mm) ±2% ±3%

Asphalt Content ±0.45% ±0.70%

VMA -1.00% -1.5%

b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4.

Page 86: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-24

Control Chart Limits Based On Range

(Based On n = 2)

Sieve Suspension Limit

1/2 inch (12 mm) 11%

3/8 inch (9 mm) 11%

No. 4 (4.75 mm) 11%

No. 16 (1.18 mm) 9%

No. 50 (0.30 mm) 6%

No. 200 (0.075 mm) 3.5%

Asphalt Content 0.8%

c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if:

(1) One point falls outside the Suspension Limit line for individual measurements or range; or

(2) Two points in a row fall outside the Action Limit line for individual measurements.

403-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100.

403-6.7 QUALITY CONTROL/QUALITY ASSURANCE TESTING SUMMARY. Unless stated otherwise, all testing is conducted by the Contractor. All necessary field and laboratory testing shall be considered incidental to the work and no additional payment will be made.

The following table summarizes the testing required in this specification. The information included in this table does not waive any requirements listed previously in the specification. All test results shall be provided to the DEN Project Manager within 48 hours of completion of the tests.

Page 87: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-25

Table 6 P-403 TESTING SUMMARY

Specification Reference

Test Type

Test Standard

Minimum Testing

Frequency

Responsible Party

2.1a & 2.4a Coarse Aggregate – Material Properties and Quality

ASTM C131, ASTM C88, ASTM C142, Fractured Faces, ASTM D4791, ASTMC29

For each job mix formula approval

Contractor

2.1b &2.4b Fine Aggregate – Material Properties and Quality

ASTM D4318, ASTM C88, ASTM C142, ASTM D2419

For each job mix formula approval

Contractor

2.1b & 2.4b Natural Sand – Material Properties and Quality

ASTM D1073, ASTM D4318

For each job mix formula approval (if applicable)

Contractor

2.2 & 2.4c Mineral Filler - Material Properties and Quality

ASTM D242 For each job mix formula approval

(if applicable)

Contractor

2.3& 2.4d Asphalt Cement Binder

ASTM D6373, ASTM D6084

For each job mix formula, and each load delivered to project

Contractor

3.2 & 3.5 Job Mix Formula

Various For each job mix formula approval

Contractor

3.5 Test Section Various Approved section prior to start of full production paving

Contractor

Marshall:

5.1a(2) & 5.2b(2)

Stability and Flow

ASTM D6927 One per sublot DEN Project Manager

Page 88: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-26

Table 6 P-403 TESTING SUMMARY

Specification Reference

Test Type

Test Standard

Minimum Testing

Frequency

Responsible Party

5.1a(2) & 5.2b(1) Air Voids ASTM D3203 One per sublot DEN Project Manager

5.1a(2) & 5.1b(4) Bulk Specific Gravity

ASTM D2726 or ASTM D6752

One per sublot DEN Project Manager

5.1a(2) Theoretical Maximum Specific Gravity

ASTM D2041 One per sublot DEN Project Manager

5.1b(1) & 5.2b(1) Mat Density ASTM D2726 One per sublot DEN Project Manager

5.1b(2) & 5.2b(3)

Joint Density ASTM D2726 One per sublot DEN Project Manager

5.2b(3) Thickness Not less than ¼ inch deficient from indicated lift thickness, average lift thickness or combined lifts not less than indicated thickness (within grade tolerance)

One per sublot (mat density core)

DEN Project Manager

5.2b(4) Grade Less than 0.04 feet At spot elevations shown on the Paving Plans

Contractor

6.3a Asphalt Content

ASTM D6307 or ASTM D2172

Two per lot Contractor

6.3b Gradation ASTM D5444, ASTM C136, and ASTM C117

Two per lot Contractor

6.3c Moisture Content of Aggregates

ASTM C566 One per lot Contractor

Page 89: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-27

Table 6 P-403 TESTING SUMMARY

Specification Reference

Test Type

Test Standard

Minimum Testing

Frequency

Responsible Party

6.3d Moisture Content of HMA

ASTM D1461, CP43

One per lot Contractor

6.3e Temperature 6.3e Four tests per lot Contractor

6.3f In-Place Density Monitoring (mat and joint)

ASTM D2950 As needed for QC monitoring

Contractor

6.5 Voids in the Mineral Aggregate (VMA)

- One per sublot Contractor

METHOD OF MEASUREMENT

403-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage.

BASIS OF PAYMENT

403-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per ton for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Any waste leaving the project site in trucks will be deducted from the total measured tonnage. Both Quality Assurance and Quality Control representatives will agree, on a daily basis, as to the amount of material that is considered waste

Payment will be made under:

Item P-403-8.1 HMA Base Course – per ton

Page 90: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-28

TESTING REQUIREMENTS

AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot-Mixed, Hot-Laid Bituminous Paving Mixtures

ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in Aggregate

ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate

ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing

ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate

ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates

ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement

ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying

ASTM D75 Standard Practice for Sampling Aggregates

ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures

ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures

ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures

ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures

ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures

ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures

ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate

ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous-Aggregate Mixtures

Page 91: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-29

ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures

ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods

ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures

ASTM D3665 Standard Practice for Random Sampling of Construction Materials

ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials

ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method

ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils

ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate

ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures

ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate

ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus (6 inch-Diameter Specimen)

ASTM D6307 Standard Test Method for Asphalt Content of Hot-Mix Asphalt by Ignition Method

ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus

ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures

ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method

ASTM D7227 Standard Practice for Rapid Drying of Compacted Asphalt Specimens Using Vacuum Drying Apparatus

ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves

ASTM E178 Standard Practice for Dealing with Outlying Observations

AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate

Page 92: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING, OR SURFACE COURSE) CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-403-30

AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA)

AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin-Coated Specimens).

Asphalt Institute Handbook MS-26 Asphalt Binder

Asphalt Institute MS-2 Mix Design Manual, 7th Edition

CDOT CP43 Colorado Department of Transportation Procedure for Determining Moisture (Water) or Volatile Distillates Content of HMA

MATERIAL REQUIREMENTS

ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures

ASTM D946 Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction

ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use in Pavement Construction

ASTM D4552 Standard Practice for Classifying Hot-Mix Recycling Agents

ASTM D6373 Standard Specification for Performance Graded Asphalt Binder

END OF ITEM P-403

Page 93: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-1

ITEM P-404 ASPHALT-TREATED PERMEABLE BASE

DESCRIPTION

404-1.1 This item shall consist of the construction of an asphalt-treated permeable base (ATPB) course, composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course.

MATERIALS

404-2.1 AGGREGATE. Aggregates shall consist of crushed stone or crushed gravel with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve is course aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler.

a. Coarse Aggregate. Coarse aggregate shall shall consist of sound, tough durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 30 percent when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 10 percent or the magnesium sulfate soundness loss shall not exceed 9 percent, after five cycles, when tested in accordance with ASTM C88. The aggregates shall be free of any deleterious substances in accordance with ASTM C33.

Aggregate shall contain at least 90 percent by weight of crushed pieces having two or more fractured faces and 100 percent by weight of particles with one or more fractured faces. The area of each face shall be equal to at least 75 percent of the smallest mid-sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing.

The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, when tested in accordance with ASTM D 4791 with a ratio of 5:1.

b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone or gravel that meets the requirements for wear and soundness specified for course aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The

Page 94: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-2

fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D4318.

Natural (non-manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 10 percent natural sand by weight of total aggregates.

The aggregate shall have sand equivalent values of 35 or greater when tested in accordance with ASTM D2419.

c. Sampling and Testing. ASTM D75 shall be used in sampling course aggregate and ASTM C183 shall be used in sampling mineral filler. All aggregate samples required for testing shall be furnished by the Contractor and tested by an independent certified laboratory chosen by the Contractor and approved by the Engineer. No aggregate shall be used in the production of mixtures without prior approval.

404-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, if necessary, it shall meet the requirements of ASTM D242. When mineral filler is required to be batched separately, hydrated lime in the amount of 1.5 percent maximum by weight of the total aggregate shall be batched as part of the added mineral filler. No additional compensation will be allowed the contractor for furnishing and using hydrated lime.

404-2.3 BITUMINOUS MATERIAL. The bituminous material shall be viscosity grade PG 64-22 conforming to ASTM D6373. The material shall not be mixed above the allowable maximum mixing temperature of 250°F.

The Contractor shall furnish vendor's certified test reports for each tankload of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. However, the Engineer reserves the right to have the material tested and reject it if the asphalt cement does not meet the specifications.

404-2.4 ANTI-STRIPPING AGENT. Hydrated lime shall be added at a minimum dosage rate of 0.5 percent by weight of the aggregate. The amount of hydrated lime used shall be sufficient to produce a coated area above 95 percent and added to the mix design by an approved method.

COMPOSITION

404-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of aggregate, bituminous material and lime. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula.

Page 95: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-3

404-3.2 JOB MIX FORMULA. No bituminous mixture shall be produced for payment until the Engineer has given written approval of the job mix formula. The job mix shall be prepared by a certified laboratory at the Contractor’s expense and shall remain in effect for the duration of the project. The job mix formula shall establish a single percentage of aggregate passing each required sieve size, a single percentage of bituminous material to be added to the aggregate, the amount of anti-strip agent to be added (minimum of one half of one percent by weight), and a single temperature for the mixture as it is discharged into the hauling units. Proper asphalt content shall be determined by mixing trial batches in the laboratory.

The job mix formula shall be submitted to the Engineer at least 30 days prior to the start of paving and shall include:

a. Percent passing each sieve size and gradation requirements.

b. Percent of asphalt cement.

c. Asphalt viscosity.

d. Mixing temperature range.

e. Temperature of mix when discharged from the mixer.

f. Temperature viscosity relationship of the asphalt cement.

g. Percent of wear (LA abrasion).

h. Plasticity Index and Liquid Limit of fine aggregate.

i. Percent fractured faces.

j. Percent elongated particles.

k. Anti-strip agent.

The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing.

The combined aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation shown in Table 1 when tested in accordance with ASTM C136 and ASTM C117.

404-3.3 AGGREGATE GRADATION. The aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradations specified in Table 2, when tested in accordance with ASTM C117 and C136. The gradation shall be on the course side of the Master Band.

Page 96: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-4

TABLE 1 – AGGREGATE – ASPHALT TREATED PERMEABLE BASE

Sieve Designation (Square Openings)

Percentage by Weight Passing Sieves

1 ½ Inch (38 mm) 100

1 Inch (25 mm) 95-100

½ Inch (13 mm) 25-60

No. 4 0-10

No. 8 0-5

No. 200 0-2

Bituminous Cement 2.0-3.5% by weight of total mix

The gradation in Table 1 represents the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 1 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from course to fine.

The gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves will be subject to appropriate adjustments when aggregates of varying specific gravities are used. The adjustments to the job mix gradation curve should result in a curve of the same general shape as the median curve of the gradation band in Table 1 and fall within the gradation band.

The Asphalt Institutes Manual Series No. 2 (MS-2) contains a convenient procedure for "adjusting" the job mix gradation when aggregates of non-uniform specific gravity are proposed for use.

The optimum percent bituminous cement for the ATPB shall be established in accordance with Innovative Pavement Research Foundation Report IPRF-01-G-002-02-1(G); Stabilized and Drainable Base for Rigid Pavement, Appendix C, section ATPB 3.2 Mix Design - which states the following:

“The Job Mix Formula (JMF) shall establish a single percentage of dry weight of aggregate passing each required sieve size, a single percentage of asphalt cement to be added to the aggregate based on the weights of the total mix, and a single temperature for the mixture as it is discharged into the hauling units. When tested in accordance with ASTM C36 and ASTM C117, the combined aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation specified in Table 1. The gradation band shown in Table 1 shall be applied to the JMF and used for job control. When the component aggregates are blended together, mixed with the specified amount of asphalt cement at a temperature of 250° F, and compacted at 150° F with 35 blows of a

Page 97: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-5

standard Marshall hammer, the JMF shall have a permeability of not less than 500 ft/day nor more than 1,500 ft/day when tested in accordance with ASTM D 2434/AASHTO T 215 (Constant Head Permeability Test). The JMF shall have a minimum asphalt binder content of 2.0 percent by weight, which can be adjusted upward to 3.5 percent to provide stability under rollers during construction and to meet the desired permeability requirements."

The job mix tolerances shown in Table 2 shall be applied to the job mix formula to establish a job control grading band. The full tolerances still will apply if application of the job mix tolerances results in job control grading band outside the master grading band.

TABLE 1 – JOB MIX FORMULA TOLERANCES (BASED ON A SINGLE TEST)

Material Tolerance Plus or Minus

Aggregate Passing No. 4 Sieve or Larger 5 Percent

Aggregate Passing Numbers 8, 16, 30 and 50 Sieves 4 Percent

Aggregate Passing Numbers 100 and 200 Sieves 2 Percent

Bitumen* 0.40 Percent

Temperature of Mix* 20°F

* Unless otherwise approved by the Engineer.

The aggregate gradation may be adjusted within the limits of Table 1 as directed, without adjustments in the contract unit prices.

Should a change in sources of materials or differing components be made, a new job mix formula shall be established before the new material is used. Deviation from the final approved design for bituminous content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extractions. Dry aggregate gradations will be made at least twice daily. Extraction tests will be made twice daily and the results averaged and analyzed as one test for the day’s production. The mixture shall be tested for bitumen content in accordance with ASTM D2172 or ASTM D6307 and for aggregate gradation in accordance with ASTM C136 and ASTM C117.

The Contractor’s laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction.

404-3.4 TEST SECTION. At least one full day prior to full production, the Contractor shall prepare a quantity of ATPB mixture according to the approved job mix formula. The amount of mixture should be sufficient to construct a test section at least 300 feet long and 100 feet wide, placed in two sections and of the same depth specified on the plans. The test area will be designated by the Engineer. The underlying pavement on which

Page 98: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-6

the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment to be used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The Contractor shall make three (3) passes with a ten (10) ton steel wheel roller. The stability of the ATPB shall be checked by proof rolling with a dump truck loaded with 20 tons of material. No bituminous mixture shall be produced for payment prior to successful placement of and acceptance of a test strip by the Engineer.

If the test section should prove to be unsatisfactory, the necessary adjustments to plant operation, and/or placement procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. When the test section does not conform to specification requirements the test section shall be removed and replaced at the Contractors expense. Full production shall not begin without approval of the Engineer. The asphalt content may be adjusted during the test section if deemed appropriate. Any successful adjustment shall be used as the target asphalt content. Satisfactory test sections will be paid for in accordance with section 404-7.1.

QUALITY CONTROL

404-4.1 GENERAL. The Contractor will provide and maintain a quality control system that will require the Contractor to provide reasonable assurance that all materials and completed construction submitted for acceptance conform to the Contract requirements whether manufactured or processed by the Contractor, or procured from subcontractors or vendors.

A job mix shall be required by Section 404-3.2 of this specification prior to start of production, and whenever a change in materials warrants retesting.

404-4.2 QUALITY CONTROL DEFICINCIES. The Contractor shall take prompt action to correct any errors, equipment malfunction, process changes, or other assignable causes which have resulted or could result in submission of materials and completed construction which do not conform to the requirements of the specifications.

404-4.3 TOLERANCES. After the job mix formula is approved, the Contractor shall control the aggregate gradations, the percent bitumen, and the mix temperature within the tolerances specified herein. Failure to meet the control tolerances will be cause to suspend production until the Contractor has identified and corrected the operation to within the job mix tolerances. Continued production without correction may result in rejection and removal of the material.

404-4.4 TESTING LABORATORY. The Contractor or Producer shall provide a testing laboratory to perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the Quality Control program. The laboratory performing the testing shall meet the requirements of Section 01 45 25 including ASTM D3666 accreditation and have been approved through the submittal process prior to performing testing.

Page 99: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-7

404-4.5 QUALITY CONTROL TESTING. Extraction tests for bitumen content and aggregate gradation will be made at least twice daily. Sample aggregate for gradation in accordance with ASTM D979 or ASTM D75, as applicable. The mixture will be tested for bitumen content in strict conformance with ASTM D2172, D4125, or D6307. If ASTM D2172 or D6307 are used, test aggregate for gradation in accordance with ASTM D5444. If ASTM D4125 is used, test aggregate for gradation in accordance with ASTM C136 and C117.

The Contractor shall furnish the vendor’s certified test reports for each carload or equivalent of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted to use the material. The vendor’s certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All test reports shall be subject to verification by testing sample materials received for use on the project.

CONSTRUCTION METHODS

404-5.1 WEATHER LIMITATIONS. The mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 3, or the chill factor is less than 35°F.

The data for computing the chill factor can be obtained from airport weather equipment or nearby radio stations and Table 4. If the haul distance for the ATPB is more than 15 miles, paving operations shall not be allowed after October 1 without written approval of the Engineer.

TABLE 3 – BASE TEMPERATURE LIMITATIONS

Mat Thickness

Base Temperatures (min.)

°F °C

3 Inch (7.5 cm) or Greater 45 7

Greater Than 1 Inch (2.5 cm) But Less Than 3 Inches (7.5 cm) 50 10

TABLE 4 – WIND CHILL TABLE

Wind Speed MPH Air Temperature °F

45 40 35 30

5 43 37 32 27

10 34 28 22 16

15 29 23 16 9

20 26 19 12 4

Page 100: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-8

404-5.2 BITUMINOUS MIXING PLANT. If the supplier is equipped with an automated plant, the automatic feature shall be used in the production of bituminous material for the project. If the supplier is equipped with a recording feature, it also shall be used. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage area shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling.

Plants used for the preparation of bituminous mixtures shall conform to all requirements under (a) except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants shall conform to the requirements under (b), continuous mixing plants shall conform to the requirements under (c) and drum mixers shall conform to the requirements under (d).

a. Requirements for All Plants. Mixing plants shall be of sufficient capacity to adequately handle the proposed bituminous construction. The mixing plant shall have a minimum hourly production of 100 tons.

(1) Plant Scales. Scales shall be accurate to 0.5 percent of the required load. Poises shall be designated to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the contractor may provide an approved automatic printer system to print the weights of the material delivered, provided the system is used in conjunction with an approved automatic batching and mixing control system. Such weights shall be evidenced by a weight ticket for each load. Scales shall be inspected for accuracy and sealed as often as the Engineer may deem necessary. The Contractor shall have on hand not less than ten 50-pound weights for testing the scales.

(2) Equipment for Preparation of Bituminous Material. Tanks for storage of bituminous material shall be equipped to heat and hold the material at the required temperatures. Heating shall be accomplished by approved means so that flames will not contact the tank. The circulating system for the bituminous material shall be designed to assure proper and continuous circulation during the operating period. Provision shall be made for measuring quantities and for sampling the material in the storage tanks.

(3) Cold Feeders. The plant shall be provided with accurate mechanical or electrical means for uniformly feeding the aggregates into the drier to obtain uniform production and temperature. When added mineral filler is specified, a separate bin and feeder shall be furnished with its drive interlocked with the aggregate feeders.

(4) Drier. The plant shall include a drier(s) which continuously agitate the aggregate during the heating and drying process.

(5) Screens. Plant screens, capable of screening all aggregates to the specified sizes and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. In states where the highway departments do not require hot bin screens, the screenless plant shall be permitted if the mix can be produced within the specification limits and tolerances. For the batch plant and continuous mix plants, gradation

Page 101: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-9

shall be taken on the aggregate without asphalt. This would be after the aggregate has been combined after passing through the dryer.

When drum mixers are used, the gradation test shall be made by the extraction method. Two extraction samples shall be taken and the results combined, averaged, and analyzed as one test. After production has started and an acceptable correlation can be made between and hot combined aggregate samples and the cold feed samples, then only cold feed gradations shall be required; however, frequent checks shall be made.

(6) Bins. The plant shall include storage bins, if required, of sufficient capacity to supply a mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the mineral aggregates. When used, separate dry storage shall be provided with overflow pipes of such size and at such location to prevent backup of material into other compartments or bins. Each compartment shall be provided with its own individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Bins shall be so constructed that samples may be obtained readily. Binds shall be equipped with adequate telltale devices which indicate the position of the aggregates in the bins at the lower quarter points.

(7) Bituminous Control Unit. Satisfactory means, either by weighing or metering shall be provided to obtain the specified amount of bituminous material in the mix. Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer.

(8) Thermometric Equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregate. The Engineer may require replacement of any thermometer by an approved temperature recording apparatus for better regulation of the temperature of aggregates.

(9) Dust Collector. The plant shall be equipped with a dust collector to waste any material collected. This equipment shall operate within the state EPA requirements.

(10) Safety Requirements. Adequate and safe stairways to the mixer platform and sampling point shall be provided and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of truck bodies shall be provided by a suitable device to enable the Engineer to obtain samples and mixture temperature data. Means shall be provided to raise and lower scale calibration equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the mixing platform.

b. Requirements for Batching Plants.

Page 102: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-10

(1) Weigh Box or Hopper. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample size to hold a full batch without hand raking or running over. The gate shall close tightly so that no material is allowed to leak into the mixer while a batch is being weighed.

(2) Bituminous Control. The equipment used to measure the bituminous material shall be accurate to within ± 0.5 percent. The bituminous material bucket shall be non-tilting type with a loose sheet metal cover. The length of the discharge opening or spray bar shall be not less than three-fourths of the length of the mixer, and it shall discharge directly into the mixer. The bituminous material bucket discharge shall discharge directly into the mixer. The bituminous material bucket discharge valve (s), and spray bar shall be adequately heated. Steam jackets, if used, shall be efficiently drained, and all connections shall be so constructed that they will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15% in excess of the weight of bituminous material required in any batch. The plant shall have an adequately heated quick-acting, non-drip, charging valve located directly over the bituminous material bucket.

The indicator dial shall have a capacity of at least 15% in excess of the quantity of bituminous material used in one batch. The controls shall be constructed to lock at any dial setting and automatically reset to that reading after the addition of each batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray bar openings shall provide uniform application of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket.

(3) Mixer. The batch mixer shall be of an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed, the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of blades from all fixed and moving parts shall not exceed 1 inch for surface course and 1 ½ inches for base course mixes.

(4) Control of Mixing Time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the mixer gate at the completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening and the weigh box gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate.

Page 103: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-11

The timing control shall be flexible and capable of setting of 5-second intervals or less throughout a 3-minute cycle. A mechanical batch counter shall be installed as a part of the timing device and shall be so designated to register only completely mixed batches.

The setting of time intervals shall be as directed by the Contactor’s QC Manager. The case covering the timing device shall then be locked until a change is required in the timing periods.

c. Requirements for Continuous Plants.

(1) Aggregate Proportioning. The plant shall include means for accurately proportioning each size of aggregate.

The plant shall have a feeder mounted under each compartment bin. Each compartment bin shall have an accurately controlled individual gate to form an orifice for volumetrically measuring the material drawn from each compartment. The feeding orifice shall be rectangular with one dimension adjustable by positive mechanical means and provided with a lock.

Indicators shall be provided for each gate to show the respective gate opening in inches.

(2) Weight Calibration of Aggregate Feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provisions shall be made so that materials fed out of individual orifices may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be provided by the Contractor to weigh such test samples.

(3) Synchronization of Aggregate Feed and Bituminous Material Feed. Satisfactory means shall be provided to afford positive interlocking control between the flow of aggregate from the bins and the flow of bituminous material from the meter or other proportioning device. This control shall be by interlocking mechanical means or by any other positive method satisfactory to the Engineer.

(4) Mixer. The plant shall include a continuous mixer of an approved type adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular positioning on the shafts and shall be reversible to retard the flow of the mix. The mixer shall have a manufacturer’s plate giving the net volumetric contents of the mixer at the several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used.

d. Requirements for Drum Mixers.

(1) Exclusions. Paragraphs 5.2. (a.4 through a.9) do not apply to drum mixers.

Page 104: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-12

(2) Aggregate Delivery System. An automatic plant shutoff shall be provided to operate when any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall be weighed continuously. The weighing system shall have an accuracy of 0.5 percent when tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other appropriate device, which will automatically regulate the feed gate and permit instant correction of variations in load. The cold feed flow shall be automatically coupled with the asphalt flow to maintain the required proportions of each material. Provisions shall be made for introducing the moisture content of the cold feed aggregates into the belt weighing signal and correcting wet aggregate weight to dry aggregate weight. Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together shall be installed in the feeder mechanism between the bins and the dryer drum.

Dry weight of the aggregate flow shall be displayed digitally in appropriate units of weight and time and totalized.

(3) Bituminous Material and Additive Delivery Systems. Satisfactory means of metering shall be provided to introduce the proper amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to plus or minus 1 percent when tested for accuracy. The bituminous material and additive delivery shall be interlocked with the aggregate weight. The bituminous material and additive flow shall be displayed digitally in appropriate units of volume (or weight) and time shall be totalized.

(4) Thermometric Equipment. A recording thermometer of adequate range shall be located to indicate the temperature of the bituminous material in storage. The plant shall also be equipped with approved recording thermometers, pyrometers, or other approved recording thermometric instruments at the discharge chute of the drum mixer.

(5) Drum Mixer. A drum mixer of satisfactory design shall be provided. It shall be capable of drying and heating the aggregate to the moisture and temperature requirements set forth in the paving mixture requirements and capable of producing a uniform mixture. If the quality requirements of sub-item 404-3.1 cannot be met, the Contractor will be required to utilize either batch or continuous mix plants.

e. Inspection Plant. The Engineer or his authorized representative shall have access, at all times, to all parts of the paving plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures.

404-5.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall be covered during the delivery of material from the plant to the lay-down machine. When it is necessary to prevent crusting at the surface or the sides or a loss in heat below the specified minimum temperature, the material shall be delivered in insulated truck beds.

Page 105: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-13

404-5.4 BITUMINOUS SPREADERS. Bituminous material spreaders shall be the self-propelled type, equipped with hoppers, tamping or vibrating devices, distributing screws, adjustable screeds, equipment for heating the screeds, and equalizing devices. The spreader shall be capable of spreading hot bituminous mixtures without tearing, shoving, or gouging, and capable of producing a finished surface conforming to the smoothness requirements specified hereinafter. The spreader shall be capable of confining the edges of the strips to true lines without the use of stationary side forms, and of placing the course to the required thickness. Spreaders shall be designed to operate forward at variable speeds and in reverse at traveling speeds of not less than 100 feet per minute. The use of a spreader that leaves indented areas or other objectionable irregularities in the fresh-laid mix during operation will not be permitted. The paver shall not damage the underlying course. The Contractor shall keep the paver in good operational condition at all times. If extensions are used, they shall contain the same vibration and screed heater equipment as the basic paver. This does not apply when extensions are used for fillet construction. Bituminous material spreaders shall be equipped with electronic sensing devices for grade control. The devices shall be capable of utilizing the string line long-ski sled, and automatic transverse grade control methods for controlling grades. The long-ski sled shall have a minimum length of 25 feet (8 m). The controls shall be so arranged that independent longitudinal grade controls can be operated simultaneously on both sides of the machine or independently on either side. The electronic controls shall be arranged so that the machine can be controlled automatically, semi-automatically, or manually.

404-5.5 ROLLERS. Rollers will be tandem, steel-wheeled rollers weighing between 6 and 10 tons. They shall be in good condition, capable of reversing without backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture as directed by the Engineer.

404-5.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated to the specified temperature in a manner that will avoid local overheating and provide a continuous supply of bituminous material to the mixer at a uniform temperature.

404-5.7 PREPARATION OF MINERAL AGGREAGATE. The aggregate for the mixture shall be dried and heated at the central mixing plant before entering the mixer. When introduced into the mixer, the combined aggregate moisture content (weighted according to the composition of the blend) shall be less than 0.25 percent for aggregate blends with water absorption of 2.5 percent or less and less than 0.50 percent for aggregate blends with water absorption greater than 2.5 percent. Water absorption of aggregates shall be determined by ASTM C 127 and C 128. The water absorption for the aggregate blend shall be the weighted average of the absorption values for the course aggregate retained on the No. 4 sieve (4.75 mm) and the fine aggregate passing the No. 4 sieve (4.75 mm). The water content test will be conducted in accordance with ASTM C 566. In no case shall the moisture content be such that foaming of the mixture occurs prior to placement. At the time of mixing, the temperature of the aggregate shall be within the range specified in the job mix formula. The maximum temperature and rate of heating shall be such that no damage occurs

Page 106: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-14

to the aggregates. Particular care shall be taken so that aggregates high in calcium or magnesium content are not damaged by overheating. The aggregate shall be screened to specified sizes and conveyed in separate bins ready for mixing with bituminous material. The use of a drum mix plant may be approved provided that the limitations in moisture and temperature are adhered to.

In no case shall the temperature of the aggregate be more than 25°F above the temperature of the bituminous material. Mixing shall continue until all particles are coated uniformly.

404-5.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be measured or gauged and introduced into the mixer in the amount specified by the job mix formula.

The combined materials shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the bituminous material throughout the aggregate are secured. Wet mixing time shall be approved by the Engineer for each plant and for each type aggregate used. Normally, the mixing time after introduction of bituminous material should not be less than 30 seconds. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per seconds by the mixer.

Mixing Time (Seconds)

= Pugmill dead capacity in pounds Pugmill output in pounds per second

The dry mixing time in the batch plant shall be the time required to blend the dry aggregate in uniform mixture. The wet mixing time begins with the introduction of the asphalt cement to the pugmill and ends with the opening of the discharge gate.

Prolonged exposure to air and heat in the pugmill hardens the asphalt film on the aggregate through oxidation. Therefore, the mixing time should be the shortest time required to obtain uniform distribution of aggregate sizes and thorough coating of aggregate particles with the bituminous material.

In no case shall the bituminous mixture be stored in storage silos or surge bins.

404-5.9 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be transported from the mixing plant to the point of use in vehicles conforming to the requirements of Section 5.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day’s run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to ambient temperatures or for eight hours, whichever is longer.

Immediately before placing the bituminous mixture, the underlying course shall be cleared of all loose of deleterious material with power blowers, power brooms, or hand brooms as directed.

Page 107: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-15

The mix shall be placed at a temperature of not less than 250°F. In addition, the ATPB shall be spread only when the atmospheric temperature is above 40°F.

Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. The mixture shall be placed at a temperature between 175°F and 250°F. It shall be struck off in uniform layer of such depth that, when the work is completed, it shall have a minimum thickness of 3 inches and no more than 4.5 inches per lift. The required thickness of the initial course shall be constructed to conform to the grade and contours indicated on the plans. Excessive waiting or delay in placement at the job site shall not be allowed and the mix found to be outside of the specified temperature range will not be accepted. Bleeding and rich spots resulting from segregation during transportation shall not be accepted.

Unless otherwise directed, placing shall begin along the highest elevation areas to be paved and proceed to the lower elevation areas. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet, except where edge lanes require strips less than 10 feet to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least 1 foot. Transverse joints in one layer shall be offset by at least 2 feet from transverse joints in the previous layer (at the phase limits)

The responsible party shall set grade requirements for each paving lane.

After the first lane of each lift is constructed, a joint matcher (short-ski) shall be used on the previous laid lane. The free edge shall be controlled as specified hereinbefore.

On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mix may be spread, raked, and luted by hand tools.

404-5.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers. Approximately 2 or 3 complete passes should be sufficient to compact the mixture. Rolling will be withheld until the mixture has cooled 150°F to 175°F. Rolling of the mixture shall be performed in accordance with the approved test section. Rolling shall be initiated with the drive wheel toward the paving machine The sequence of rolling for the first paving lane should be to first roll the lower edge (with reference to the transverse slope) of the lane and then roll the upper edge. The interior of the lane should then be rolled from the lower side toward the upper with overlapping roller paths. On adjoining paving lanes, rolling shall begin by overlapping the joint (with the previous lane) by 6 to 8 inches and then rolling the outside edge of the new lane. The interior is rolled from the outside edge toward the compacted joints with overlapping wheel paths. Alternate paths of the roller shall be of slightly different lengths.

The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. The rollers shall not travel faster than 3 MPH. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once by rakes and fresh mixture. The roller shall not be permitted to stand static on the hot material.

Page 108: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-16

Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture and true to grade and cross section, no movement of the mixture can be noticed, and no roller marks are on the surface.

To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened; however, excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be compacted with hot hand tampers.

Any mixture which becomes loose and broken, mixed with dirt or in any way defective shall be removed and placed with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor’s expense. Spreading of the mixture shall be done carefully with particular attention given to making the operation as continuous as possible. Hand working shall be kept to an absolute minimum.

Skin patching and hand working of the ATPB mixture will not be allowed.

404-5.11 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the course. All joints shall present the same texture and smoothness as other sections of the course.

The joints between old and new pavements or between successive day’s work or between phases, or joints that have become cold because of any delay, shall be carefully made in such manner as to insure a continuous bond between old and new sections of the course. All contact surfaces of previously constructed pavements that have become coated by dust, sand, or other objectionable material shall be cleaned by brushing or shall be cut back with an approved power saw, as directed. The faces of these joints shall be painted with a thin coat of tack conforming to Item P-603.

When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. The joint shall be rolled perpendicular to the paving lane with the roller overlapping the new material approximately one foot. Boards or other devices shall be placed on the edges of the paving lane to prevent roll down of the edges.

All joints which are irregular, damaged, or otherwise defective shall be cut back to expose a clean sound surface for the full depth of the course.

404-5.12 SURFACE TESTS. Tests for conformity with the specified slope and grade shall be made by the Contractor’s Quality Control personnel immediately after initial compaction. Any variation shall be corrected by the removal or addition or material and by continuous rolling. Unless otherwise specified in writing, the Contractor shall provide a 16 foot straightedge on the job at all times.

After the completion of final rolling, the smoothness of the course shall again be tested; humps or depressions exceeding the specified tolerances shall be immediately corrected. All corrective work shall be done at the Contractor’s expense. The finished surface shall not

Page 109: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-17

vary more than ½ inch when tested with a 16 foot straightedge applied parallel with, and/or at right angles to the paving lane direction; and shall not vary from the grade line, elevations, and cross sections shown on the contract drawings by more than ½ inch. Verification of final grades shall be by survey on a 20-foot grid. The Contractor shall correct areas varying in excess of this amount by removing and replacing defective work when directed by the Engineer.

404-5.13 PROTECTION OF ATPB. Care shall be exercised to prevent contamination or damage to previously completed ATPB. The Contractor will only place an amount of ATPB that can be covered by the overlying course in a reasonable amount of time.

Construction equipment other than hauling and paving equipment necessary for placement of the overlying course and electrical installation shall not operate on the finished ATPB. Route and operate material hauling trucks and other equipment in a manner to minimize the amount of mud and dirt carried onto the ATPB. If necessary, clean equipment of mud and dirt prior to operation on the ATPB. In shoulder areas, the Contractor has the option to construct any electrical items directly on the ATPB or after the placement of the first lift of P-401 asphalt base course.

Operate equipment in a manner to prevent damage to the completed ATPB. Equipment shall avoid rapid acceleration, hard braking, or sharp turning.

Any ATPB which, in the opinion of the Engineer, has become contaminated or damaged shall be removed and replaced by the Contractor with ATPB which conforms to these specification requirements, at the Contractor's sole expense.

404-5.14 ACCEPTANCE TESTING. The Engineer, at no cost to the Contractor, shall perform all acceptance sampling and testing. Approval and continued acceptance of a satisfactory mix shall be based on the following:

Field samples of the ATPB mixture shall be taken at the point of discharge in hauling units and tested to control uniformity in bituminous content and gradation. Samples shall be taken in accordance with ASTM D979 and prepared in accordance with ASTM D2172 or ASTM D6307. One sample shall be taken from each lot on a random basis in accordance with procedures contained in ASTM D3665. A lot shall consist of 1,000 tons or 1/2 day’s production, whichever is less. Should the average bituminous content for any two consecutive lots not fall within job mix tolerances indicated in Table 2, the Contractor shall cease production until such out of tolerance conditions have been remedied. Any material, placed after the contractor has been informed of two consecutive failing tests, shall be rejected and removed at the Contractor's expense. Asphalt content will be determined by calibrated extraction oven in accordance with ASTM D6307. The Contractor will provide samples, as required, for proper oven calibration.

Aggregate from each hot bin or aggregate feed shall be sampled on a random basis and tested for gradation analysis in accordance with ASTM C136 and ASTM C117. One sample shall be taken on a random basis in accordance with ASTM D3665 for each lot. A lot shall consist of 500 tons or 1/4 day’s production, whichever is less. If any two consecutive samples fail to

Page 110: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-18

meet the tolerances of the job mix formula gradation, the Contractor shall cease plant production until such out of tolerance conditions have been remedied. Any material, placed after the contractor has been informed of two consecutive failing tests, shall be rejected and removed at the Contractor's expense.

Completed ATPB shall be determined “acceptable” or “unacceptable” on the basis of visual inspection by the Engineer. The Engineer will notify the Contractor of unsatisfactory visual defects in the completed bituminous base course such as non-uniform texture, roller marks, bleeding of bituminous material, cracking and shoving of the mixture during the roller operations, or nonconformance to the surface smoothness criteria specified. Unsatisfactory ATPB shall be removed and replaced at the Contractor's expense as directed by the Engineer.

"Unacceptable" ATPB shall be removed, leaving a vertical face at the remaining ATPB. The underlying surface shall be cleaned and a tack coat applied prior to replacing the ATPB. Such rework shall be at the Contractor's expense. Unacceptable ATPB shall not be measured for payment.

Should gradation analysis or asphalt content fail to meet the tolerances of the job mix formula, the Engineer may order another analysis in addition to the two analyses required each day to confirm the results of the previous tests, or tell the Contractor to cease plant production until such out-of-tolerance conditions have been corrected.

Thickness of ATPB shall be evaluated by the Engineer for compliance to the requirements shown on the plans. To determine the thickness of the finished ATPB, the Engineer shall take one core sample, not less than 2 inches in diameter, at random from each unit of the completed ATPB area. A unit of the completed area shall be one paving lane wide by prescribed length of the phase.

When the measurement of any core is less than the minimum allowable thickness, as shown on the plans, additional cores shall be taken at 20 foot intervals (parallel to and at right angles to the paving lane) until the completed ATPB is within such minimum thickness for the subunit being tested. Out of tolerance areas shall be repaired at the Contractor’s cost. If the average of the area in question is below the minimum thickness requirement, the area shall be reviewed for payment adjustment or repaired to meet the minimum thickness requirement.

Page 111: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-19

METHOD OF MEASUREMENT

404-6.1 MEASUREMENT. Asphalt Treated Permeable Base (ATPB) Course shall be measured by the number of tons, as specified in-place, complete and accepted by the Engineer.

BASIS OF PAYMENT

404-7.1 PAYMENT. Payment for accepted Asphalt Treated Permeable Base (ATPB) Course shall be made at the full or adjusted contract unit price per ton. This price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Item P-404-7.1 Asphalt-Treated Permeable Base Course – per ton

TESTING REQUIREMENTS

ASTM C29 Unit Weight of Aggregate

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

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

ASTM C136 Sieve or Screen Analysis of Fine and Course Aggregates

ASTM C183 Sampling Hydraulic Cement

ASTM D75 Sampling Aggregates

ASTM D995 Requirements for Mixing Plants for Hot Mixed Hot Laid Bituminous Paving Mixtures

ASTM D1075 Effect of Water on Cohesion of Compacted Bituminous Mixtures

ASTM D1188 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffin Coated Specimens

ASTM D1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus

ASTM D2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures

ASTM D2489 Degree of Particle Coating of Bituminous Aggregate Mixtures

ASTM D2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface Dry Specimens

ASTM D3665 Random Sampling of Paving Materials

ASTM D3666 Inspection and Testing Agencies for Bituminous Paving Materials

ASTM D4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method

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

Page 112: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-404 ASPHALT TREATED PERMEABLE BASE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-404-20

ASTM D6307 Asphalt Content of Hot-Mix Asphalt by the Ignition Method

AASHTO T30 Mechanical Analysis of Extracted Aggregate

MS-2 Mix Design Methods for Asphalt Concrete

MATERIAL REQUIREMENTS

ASTM D242 Mineral Filler for Bituminous Paving Mixtures

ASTM D946 Asphalt Cement for Use in Pavement Construction

ASTM D3381 Viscosity Graded Asphalt Cement for Use in Pavement Construction

END OF ITEM P-404

Page 113: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-1

ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT

DESCRIPTION

501-1.1 The work set forth in this section consists of the Contractor’s preparation and submittal of an appropriate concrete mix design, discussion of appropriate equipment for use by the Contractor and the placement of pavement composed of portland cement concrete, with reinforcement and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross- sections shown on the plans.

Section headings used in this Section P-501 or any other part of this Contract are for convenience only and shall not be used in the interpretation of this Section P-501 or any other section or subsection of this Contract so as to indicate that phrases or clauses describing standards, tests, equipment, workmanship, material descriptions, characteristics or results to be achieved are confined to the Section heading under which they appear. Any requirement appearing in one location shall be as binding as if appearing in all. It is the intention of this contract that the work will result in an end concrete product which is dense, homogeneous, without segregation.

MATERIALS

501-2.1 AGGREGATES.

a. Reactivity. The laboratory performing the tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. Test method ASTM C1260 must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567. Aggregate and mix proportion reactivity tests shall be performed for each project.

(1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting).

(2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE)

Page 114: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-2

Concrete Research Division (CRD) C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water.

(3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested.

b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C33. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88.

The amount of deleterious material in the fine aggregate shall not exceed the following limits:

Limits for Deleterious Substances in Fine Aggregate for Concrete

Deleterious material ASTM Percentage

by Mass

Clay Lumps and friable particles ASTM C142 1.0

Material finer than 0.075mm (No. 200 sieve)

ASTM C117 3.0

Lightweight particles ASTM C123 using a medium with a density of Sp. Gr. of 2.0

0.5

Total of all deleterious Material 3.0

c. Coarse Aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C136. When the nominal maximum size of the aggregate is greater than one inch, the aggregates shall be furnished in two size groups.

Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause “rust” staining that can bleed through pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing.

Page 115: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-3

The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131.

The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791. A flat particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one having a ratio of length to width greater than 5.

The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88.

The amount of deleterious material in the coarse aggregate shall not exceed the following limits:

Limits for Deleterious Substances in Coarse Aggregate for Concrete

Deleterious Material ASTM/COE Percentage by Mass

Clay lumps and friable particles ASTM C142 0.2

Shale (a.) ASTM C295 0.1

Material finer than No. 200 (0.075 mm) sieve (b.) ASTM C117 0.5

Lightweight particles (c.) ASTM C123 0.2

Clay ironstone (d.) ASTM C295 0.1

Chert and cherty stone (less than 2.40 Mg/cubic meter density SSD (2.40 Sp. Gr.)) (e.)

ASTM C123 followed by ASTM C295

0.1

Claystone, mudstone, and siltstone (f.) ASTM C295 0.1

Shaly and argillaceous limestone (g.) ASTM C295 0.2

Other soft particles COE CRD-C 130 1.0

Total of all deleterious substances exclusive of material

finer than 0.075 mm (No. 200 sieve)

1.0

a. Shale is defined as a fine-grained, thinly laminated or fissile sedimentary rock. It is commonly composed of clay or silt or both. It has been indurated by compaction or by cementation, but not so much as to have become slate. b. Limit for material finer than 0.075 mm (No. 200 sieve) will be increased to 1.5 percent for crushed aggregates if the fine material consists of crusher dust that is essentially free from clay or shale. c. The separation medium shall have a density of 2.0 Mg/cubic meter (Sp. Gr. of 2.0). This limit does not apply to coarse aggregate manufactured from blast-furnace slag unless contamination is evident.

Page 116: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-4

d. Clay ironstone is defined as an impure variety of iron carbonate, iron oxide, hydrous iron oxide, or combinations thereof, commonly mixed with clay, silt, or sand. It commonly occurs as dull, earthy particles, homogeneous concretionary masses, or hard-shell particles with soft interiors. Other names commonly used for clay ironstone are "chocolate bars" and limonite concretions. e. Chert is defined as a rock composed of quartz, chalcedony or opal, or any mixture of these forms of silica. It is variable in color. The texture is so fine that the individual mineral grains are too small to be distinguished by the unaided eye. Its hardness is such that it scratches glass but is not scratched by a knife blade. It may contain impurities such as clay, carbonates, iron oxides, and other minerals. Cherty stone is defined as any type of rock (generally limestone) that contains chert as lenses and nodules, or irregular masses partially or completely replacing the original stone. f. Claystone, mudstone, or siltstone, is defined as a massive fine-grained sedimentary rock that consists predominantly of indurated clay or silt without laminations or fissility. It may be indurated either by compaction or by cementation. g. Shaly limestone is defined as limestone in which shale occurs as one or more thin beds or laminae. These laminae may be regular or very irregular and may be spaced from a few inches down to minute fractions of an inch. Argillaceous limestone is defined as a limestone in which clay minerals occur disseminated in the stone in the amount of 10 to 50 percent by weight of the rock; when these make up from 50 to 90 percent, the rock is known as calcareous (or dolomitic) shale (or claystone, mudstone, or siltstone).

Table 1. Gradation For Coarse Aggregate

(ASTM C33)

Sieve Designations (square openings) Percentage by Weight

Passing Sieves inch mm

2-1/2 60 --- ---

2 50 100 ---

1-1/2 38 90-100 ---

1 25 20-55 100

3/4 19 0-15 90-100

1/2 13 --- ---

3/8 9 0-5 20-55

No. 4 4.75 --- 0-10

No. 8 2.36 --- 0-5

Page 117: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-5

(1) Aggregate Susceptibility to Durability (D) Cracking. Aggregates that have a history of D-cracking shall not be used.

Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues. Aggregates that do not have a record of 20 years of service without major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking shall not be used unless it meets the following:

(a) Material currently being produced shall have a durability factor 95 using ASTM C666 procedure B. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable.

(b) The Contractor shall submit a current certification that the aggregate does not have a history of D-cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory.

(2) Combined Aggregate Gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregate and when approved by the DEN Project Manager, the combined aggregate grading shall meet the following requirements:

(a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in d. below, the point thus determined shall fall within the parallelogram described therein.

(b) The CF shall be determined from the following equation:

CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve)

(c) The Workability Factor WF is defined as the percent passing the No. 8 (2.36 mm) sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic meter).

(d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-75, WF-40), (CF-45, WF-32.5),

Page 118: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-6

and (CF-45, WF-44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary.

501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type V.

If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used.

501-2.3 CEMENTITIOUS MATERIALS.

a. Fly Ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali-silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the DEN Project Manager.

b. Slag Cement (Ground Granulated Blast Furnace(GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass.

c. Raw or Calcined Natural Pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali-Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali-Silica Reactivity shall have a total available alkali content less than 3%.

501-2.4 JOINT SEAL. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-604A, Item P-604B, or Item P-605 and shall be of the type specified in the plans.

501-2.5 ISOLATION JOINT FILLER. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1751 and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the DEN Project Manager. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the DEN Project Manager.

501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM A184.

Page 119: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-7

501-2.7 DOWEL AND TIE BARS. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078. The dowels shall be coated with a bond-breaker recommended by the manufacturer. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens.

Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. Dowel assemblies, tie bars and other miscellaneous steel embedded in the concrete should be epoxy coated according to ASTM A1078.

501-2.8 WATER. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non-potable water, or water from concrete production operations, may be used if it meets the requirements of ASTM C1602.

501-2.9 MATERIAL FOR CURING CONCRETE. Curing materials shall conform to one of the following specifications:

a. Liquid membrane-forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or Class A if wax base only.

b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171.

c. White burlap-polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171.

d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171.

501-2.10 ADMIXTURES. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the DEN Project Manager may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the DEN Project Manager from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved.

a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible.

Page 120: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-8

b. Water-Reducing Admixtures. Water-reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used.

c. Other Admixtures. The use of set retarding, and set-accelerating admixtures shall be approved by the DEN Project Manager. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used.

d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below:

Constituent Limit (Percent by Mass)

LiNO3 (Lithium Nitrate) 30 ±0.5

SO4 (Sulfate Ion) 0.1 (max)

Cl (Chloride Ion) 0.2 (max)

Na (Sodium Ion) 0.1 (max)

K (Potassium Ion) 0.1 (max)

Provide a trained manufacturer’s representative to supervise the lithium nitrate admixture dispensing and mixing operations.

501-2.11 EPOXY-RESIN. All epoxy-resin materials shall be two-component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements:

a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3.

b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved.

c. Material for use for injecting cracks shall be Type IV, Grade 1.

d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved.

501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the DEN Project Manager for those materials proposed for use

Page 121: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-9

during construction. The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed.

The DEN Project Manager may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications.

MIX DESIGN

501-3.1 GENERAL. No concrete shall be placed until the mix design has been submitted to the DEN Project Manager for review and the DEN Project Manager has taken appropriate action. The DEN Project Manager’s review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section.

501-3.2 PROPORTIONS. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077. The mix design for all Portland cement concrete placed under P-501 shall be stamped or sealed by the responsible professional Engineer of the laboratory. Concrete shall be proportioned to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 700 psi per ASTM C78. The mix shall be developed using the procedures contained in the Portland Cement Association’s (PCA) publication, “Design and Control of Concrete Mixtures”.

The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 517 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.45 by weight.

Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a maximum allowable slump between one and two inches as determined by ASTM C143. For slip-form concrete, the slump shall be between 1/2 inch and 1-1/2 inch. At the start of the project, the Contractor shall determine a maximum allowable slump for slip-form pavement which will produce in-place pavement to control the edge slump. The selected slump shall be applicable to both pilot and fill-in lanes.

Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the DEN Project Manager at least 30 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the DEN Project Manager.

Page 122: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-10

If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the DEN Project Manager for approval.

The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA’s publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength.

The submitted mix design shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum:

a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate.

b. Reactivity Test Results.

c. Coarse aggregate quality test results, including deleterious materials.

d. Fine aggregate quality test results, including deleterious materials.

e. Mill certificates for cement and supplemental cementitious materials.

f. Certified test results for all admixtures, including Lithium Nitrate if applicable.

g. Specified flexural strength, slump, and air content.

h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content.

i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks.

j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable.

k. Historical record of test results documenting production standard deviation, when applicable.

501-3.3 CEMENTITIOUS MATERIALS.

a. Fly Ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with

Page 123: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-11

slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material.

b. Slag Cement Ground Granulated Blast Furnace (GGBF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55°F the percent slag cement shall not exceed 30% by weight.

c. Raw or Calcined Natural Pozzolan. Natural pozzolan may be used in the mix design. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material.

501-3.4 ADMIXTURES.

a. Air-Entraining Admixtures. Air-entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air-entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate.

b. Water-Reducing Admixtures. Water-reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C494.

c. Other Admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494.

d. Lithium Nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2.10d.

501-3.5 CONCRETE MIX DESIGN LABORATORY. The Contractor’s laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction.

CONSTRUCTION METHODS

Page 124: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-12

501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work shall be approved by the DEN Project Manager, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved.

a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C94.

b. Mixers and Transportation Equipment.

(1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer’s nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades.

(2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer’s design on hand showing dimensions and arrangement of blades in reference to original height and depth.

(3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central-mixed concrete shall conform to the requirements of ASTM C94.

(4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94.

(5) Transfer and Spreading Equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently.

c. Finishing Equipment. The standard method of constructing concrete pavements shall be with an approved slip-form paving equipment designed and operated to spread, consolidate, screed, and float-finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver-finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2,800 lbs per foot of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. Verification of operational frequencies of all vibrators shall be documented by Quality Control personnel at the beginning of each paving shift.

Page 125: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-13

On projects requiring less than 500 square yard of cement concrete pavement or requiring individual placement areas of less than 500 square yard, or irregular areas at locations inaccessible to slip-form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used on small irregular areas as allowed by the DEN Project Manager.

d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inch.

The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the DEN Project Manager.

Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete.

e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. Early-entry saws may be used, subject to demonstration and approval of the DEN Project Manager.

f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width at least 80% of the specified pavement thickness. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the DEN Project Manager. The top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the DEN Project Manager.

g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross-section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without

Page 126: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-14

displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices.

501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to ensure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement.

Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete.

The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete.

501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the DEN Project Manager before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed.

501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the DEN Project Manager. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a

Page 127: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-15

condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted.

Any standing water shall be completely removed from the underlying surface prior to the installation of concrete. Displacement of excess water is not permitted during the installation of concrete.

The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily.

501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant.

Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage.

Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch.

A copy of the proposed batch ticket shall be submitted to the DEN Project Manager for approval. Batch tickets shall include as a minimum the information required in ASTM C 94. Two copies of the batch tickets shall also be provided to the DEN Project Manager or his representative for each batch of concrete prior to unloading at the site.

501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94.

Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non-agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non-agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water

Page 128: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-16

or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the DEN Project Manager.

501-4.7 LIMITATIONS ON MIXING IN PLACE. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated.

a. Cold Weather. Unless authorized in writing by the DEN Project Manager, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40°F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F.

The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50°F at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete.

When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials.

b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F, the following precautions shall be taken.

The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum.

The finished surfaces of the newly laid pavement shall be kept damp by applying a water-fog or mist with approved spraying equipment until the pavement is covered by the curing medium. When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.15 in ACI 305 R. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped.

c. Temperature Management Program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the DEN Project Manager with a

Page 129: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-17

Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items:

(1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material.

(2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures.

(3) Anticipated timing of initial sawing of joint.

(4) Anticipated number and type of saws to be used.

501-4.8 PLACING CONCRETE. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet or as approved by the DEN Project Manager or their representative provided the aggregate and mortar are not separated during placement. Concrete may be dumped on grade from the hauling equipment provided that the dumping does not increase the segregation of the material. The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material. All concrete shall be consolidated without voids or segregation, including under and around all load-transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi, based on the average of four field cured specimens per 2,000 cubic yards of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. Results of the field cured specimens shall be provided to the DEN Project Manager prior to the pavement receiving any traffic.

The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering.

a. Slip-Form Construction. The concrete shall be distributed uniformly into final position by a self-propelled slip-form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand

Page 130: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-18

normal to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches for slipform and at the end of the dowels for the fill-in lanes The spacing of internal units shall be uniform and shall not exceed 18 inches.

The term internal vibration means vibrating units located within the specified thickness of pavement section.

The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot. The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations.

The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine.

When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge.

Not more than 15% of the total free edge of each 500 foot segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch, and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch. (The total free edge of 500 feet of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge, 500 feet of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the DEN Project Manager.

b. Side-Form Construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the

Page 131: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-19

work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used.

Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms, the build-up shall also be metal.

Width of the base of all forms shall be equal to at least 80% of the specified pavement thickness.

Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms.

Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement.

Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified.

Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing.

Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed.

Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them.

Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork.

The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery.

Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators’ rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot from the vibrating element. The Contractor shall

Page 132: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-20

furnish a tachometer or other suitable device for measuring and indicating frequency of vibration.

Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped.

The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete.

c. Consolidation. Concrete shall be consolidated with the specified type of lane-spanning, gang-mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand-operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full-depth consolidation but not closer to the underlying material than 2 inches. Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd-shaped slabs or in isolated locations inaccessible to the gang-mounted vibration equipment shall be vibrated with an approved hand-operated immersion vibrator operated from a bridge spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand-operated vibrators shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for hand-operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the DEN Project Manager.

If a lack of consolidation of the concrete is suspected by the DEN Project Manager, referee testing may be required. Referee testing of hardened concrete will be performed by the DEN Project Manager by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made by the DEN Project Manager based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated-surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density.

The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements.

Page 133: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-21

All failing concrete shall be removed and replaced at the expense of the Contractor as directed by the DEN Project Manager.

501-4.9 STRIKE-OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor’s expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading.

Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire-brushed test specimen are not less than the applicable ASTM specification requirements.

501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch from their designated position and shall be true to line with not more than 1/4 inch variation in 10 feet. The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans.

a. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms as shown in the plans, without keyways.

Transverse construction joints shall be installed at the end of each day’s placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint.

b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is

Page 134: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-22

formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer’s instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans.

c. Isolation (Expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. The premolded filler shall be removed, full depth, prior to joint seal installation.

d. Tie Bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip-form operations call for tie bars, two-piece hook bolts can be installed.

e. Dowel Bars. Dowel bars or other load-transfer units of an approved type shall be placed across joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load-transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be coated with a bond-breaker or other lubricant recommended by the manufacturer and approved by the DEN Project Manager.

Dowels bars at longitudinal construction joints shall be bonded in drilled holes.

f. Placing Dowels and Tie Bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per foot. Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of ±5/8 inch. The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch. The vertical alignment of the dowels shall be measured parallel to the designated top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The horizontal alignment shall be checked with a framing square. Dowels shall not be

Page 135: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-23

placed closer than 0.6 times the dowel bar length to the planned joint line. If the last regularly spaced longitudinal dowel is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar length, but not closer than 6 inches to its nearest neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs.

(1) Contraction Joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor’s option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures. Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances.

(2) Construction Joints. Install dowels and tie bars by the cast-in- place or the drill-and-dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated.

(3) Dowels Installed in Isolation Joints and Other Hardened Concrete. Install dowels for isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450 psi before drilling commences. Holes 1/8 inch greater in diameter than the dowels shall be drilled into the hardened concrete using rotary-core drills. Rotary-percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment and operation shall be required if, in the DEN Project Manager’s opinion, the equipment and/or operation is causing excessive damage. Depth of dowel hole shall be within a tolerance of ±1/2 inch of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil-free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel. Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above.

g. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch wide and to the depth shown on the

Page 136: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-24

plans. The top of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. The joints shall be sawn at the required spacing. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial sawcut and maintained for the remaining cure period.

501-4.11 FINISHING. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike-off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Any operations which produce more than 1/8 inch of mortar-rich surface (defined as deficient in plus U.S. No. 4 (4.75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking.

a. Machine Finishing With Slipform Pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall immediately be replaced or modified as necessary. A self-propelled non-rotating pipe float may be used while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens.

b. Machine Finishing With Fixed Forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines

Page 137: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-25

that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary.

c. Other Types of Finishing Equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd-shaped slabs, and near buildings or trench drains, subject to the DEN Project Manager’s approval.

Bridge deck finishers shall have a minimum operating weight of 7500 pounds and shall have a transversely operating carriage containing a knock-down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved.

d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations only as specified below.

(1) Equipment and Screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike-off and tamping screed and a longitudinal float for hand finishing. The screed shall be at least one foot longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal. The longitudinal float shall be at least 10 feet long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate tampers (jitterbugs) shall not be used.

(2) Finishing and Floating. As soon as placed and vibrated, the concrete shall be struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the surface of the pavement will be at the required elevation. In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike-off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished. Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced. The floating operation shall be advanced not more than half the length of the float and then continued over the new and previously floated surfaces.

e. Straightedge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive

Page 138: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-26

positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long-handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. This straight-edging is not a replacement for the straightedge testing of paragraph 501-5.2e(3), Smoothness.

501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the DEN Project Manager.

a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch in depth.

b. Burlap drag finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately one foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 inch in depth.

501-4.13 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7-day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period.

When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period.

Page 139: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-27

a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon to not more than 150 sq ft. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the DEN Project Manager, a double application rate shall be used to ensure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Curing shall be applied immediately after the bleed water is gone from the surface. The use of flyash or set-retarding admixtures may delay the occurrence of bleed water.

b. White Burlap-Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7) days after the concrete has been placed.

c. Water Method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for seven (7) days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase.

d. Concrete Protection for Cold Weather. The concrete shall be maintained at an ambient temperature of at least 50°F for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at the Contractor’s expense. Additional requirements for cold weather concreting can be found in ACI 306 R.

e. Concrete Protection for Hot Weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane-forming curing compound while the surfaces are still damp. Other curing

Page 140: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-28

methods may be approved by the DEN Project Manager. Additional requirements for hot weather concreting can be found in ACI 305 R.

501-4.14 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f).

501-4.15 SAW-CUT GROOVING. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621.

501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-604A, P-604B, and P-605.

501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor’s employees and agents until accepted by the DEN Project Manager. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. The DEN Project Manager may evaluate the damage to determine if diamond grinding can correct the surface and provide the required smoothness, grade, and thickness required by the Contract.

Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete meets the requirements of (501-4.18).

In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured to the requirements of (501-4.18).

All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence.

Damaged pavements shall be removed and replaced at the Contractor’s expense. Slabs shall be removed to the full depth, width, and length of the slab.

Page 141: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-29

501-4.18 OPENING TO CONSTRUCTION TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 lb / square inch when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion.

501-4.19 REPAIR, REMOVAL, OR REPLACEMENT OF SLABS.

a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the DEN Project Manager and as specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The DEN Project Manager will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 inch diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the DEN Project Manager the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface.

b. Shrinkage cracks. Shrinkage cracks, which do not exceed 4 inches in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by the DEN Project Manager. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the DEN Project Manager. Shrinkage cracks, which exceed 4 inches in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c.

c. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches in depth, that extend into the interior area.

d. Cracks close to and parallel to joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall be treated as specified here. Any crack extending more than 6 inches (150 mm) from the joint shall be treated as specified above in subparagraph c.

Page 142: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-30

(1) Full depth cracks present, original joint not opened. When the original un-cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches (19 mm), ±1/16 inch (2 mm), and to a width of 5/8 inch (16 mm), ±1/8 inch (3 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures.

If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed.

Where a full depth crack is present but the original joint has not opened and a compression joint seal for concrete pavements is being installed, the entire slab containing the crack shall be removed and replaced for the full lane width and length.

(2) Full depth cracks present, original joint also cracked. At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length.

e. Removal and replacement of full slabs. Where it is necessary to remove full slabs, unless there are dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed on the joint line to within one inch of the depth of the dowel or tie bar.

The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 lb or less, or other approved similar equipment.

Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch and no gradual offset greater than one inch when tested in a horizontal direction with a 12-foot straightedge.

Page 143: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-31

No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary.

If underbreak over 4 inches deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels or original tie bars.

Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re-compacted and shaped as specified in the appropriate section of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction.

f. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch outside the spalled area and to a depth of at least 4 inches. Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch of visually sound concrete. The cavity thus formed shall be thoroughly cleaned by sandblasting to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff-bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with an appropriate spall repair material from the CDOT Approved Products List (APL). The spall repair material shall be approved by the DEN Project Manager prior to installation. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the DEN Project Manager. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the material. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond-breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more,

Page 144: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-32

the entire slab shall be removed and replaced as previously specified If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in this section shall not be allowed if in the opinion of the DEN Project Manager the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one-eighth (1/8th) inch of the pavement surface.

g. Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete has reached minimum strength specified in Paragraph 501-4.8. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The area corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified shall be removed and replaced in conformance with Paragraph 501-4.19 The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement.

h. Weak Surfaces. Weak surfaces are defined as mortar-rich, rain damaged, uncured, or containing exposed voids or deleterious materials. Weak surfaces are considered defective. The corrective action shall be as determined by the DEN Project Manager.

501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR.

All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface.

a. Removal of existing pavement slab.

When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, unless there are dowels present, the joint between the removal area and adjoining pavement to stay in place, including dowels or tie bars, shall first be cut full depth with a

Page 145: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-33

standard diamond-type concrete saw. If dowels are present at this joint, the saw cut shall be made full depth just beyond the end of dowels. The edge shall then be carefully sawed on the joint line to within one inch of the top of the dowel. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches from the joint and at least 12 inches from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb or less, or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. Where dowels are present, care shall be taken to produce an even, vertical joint face below the dowels. If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches and no gradual offset greater than one inch when tested in a horizontal direction with a 12-foot straightedge.

b. Edge Repair.

The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner.

(1) Spall repair. Spalls shall be repaired where indicated and where directed by the DEN Project Manager. Repair materials and procedures shall be as previously specified in subparagraph 501-4.19f.

(2) Underbreak repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound.

(3) Underlying material. The underlying material adjacent to the edge and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph 501-4.20b(2). The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed.

Page 146: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-34

c. Crack Repair.

(1) Cracks less than 3/8” wide. Cracks less than 3/8” wide shall be routed to the depth and width recommended by the sealant manufacturer. The routed groove shall be cleaned by pressure washing. The groove shall be allowed to dry, prior to installation of sealant. The routed groove shall be sealed in accordance with Item P-605.

(2) Cracks greater than 3/8” wide. Cracks greater than 3/8” wide shall be routed to the depth and width recommended by the sealant manufacturer. The routed groove shall be cleaned by pressure washing. The groove shall be allowed to dry, prior to installation of the backer rod and sealant. A closed cell backer rod which is compatible with the sealant shall be installed and shall be 1/8” greater in diameter than the width of the routed groove. The routed groove shall be sealed in accordance with Item P-605.

d. Spall Repair.

(1) Material Requirements. PCCP spall repairs in existing slabs shall be completed with a multi-purpose, high-strength, non-shrink, epoxy patching mortar. The material shall contain a combination of a high-quality epoxy resin, curing agent, and graded aggregates, meeting the requirements of Unitex “Pro-Poxy 2500,” or approved equal.

(2) Surface Preparation. Sawcut approximately 1-inch around the perimeter of the area to be patched and remove all deteriorated and unsound concrete with chipping hammers, not-to-exceed 30 lbs. Thoroughly clean the patch area by water blasting, or other method approved by the Engineer, and let repair area dry. Remove all dust and loose particles from the repair area.

(3) Spall Material Placement. Mix patching mortar per manufacturer’s instructions. Immediately place the material, following mixing, to prevent setup before finishing of the product. Set screeds or float to desired level, strike off, thoroughly compact and finish the surface. The material shall not be placed when the surface temperature is below 40 degrees F. The material shall be protected during cure time (5 – 7 days).

MATERIAL ACCEPTANCE

501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of coring and filling operations, per paragraph 501-5.1b(1). Curing facilities will be provided by the Owner. Testing organizations performing these tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction.

A Pre-Work meeting will be held with the Contractor, Quality Control Lab, Quality Acceptance, and the DEN Project Manager to discuss the sampling and testing of the flexural strength specimens. The meeting shall include, but not be limited to, procedures for sampling, fabrication, handling, initial and final curing, and strength testing.

Page 147: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-35

Concrete shall be accepted for strength and thickness on a lot basis.

A lot shall consist of a day’s production not to exceed 4,000 square yards.

a. Flexural Strength.

(1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the DEN Project Manager in accordance with random sampling procedures contained in ASTM D3665. The concrete shall be sampled in accordance with ASTM C172.

(2) Testing. Three (3) flexural strength specimens shall be made from each sample. The flexural strength specimens shall be fabricated in steel molds in accordance with ASTM C 31. If the flexural strength specimens are initially cured in the field, they shall be transported to the laboratory (for final curing and testing) while in the molds. The flexural strength specimens shall be standard cured including storage, initial curing, and final curing (for beams) in accordance with ASTM C 31 and tested for flexural strength in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. If a specimen tests abnormally low in strength indicating possible damage to that specimen, the hold specimen shall be tested and its results used in the average. Slump, air content, unit weight, and temperature tests in accordance with ASTM C 143, C 231, C 138 and C 1064 will also be conducted by the quality assurance laboratory for each set of flexural strength test samples.

(3) Acceptance. Acceptance of pavement for flexural strength will be determined by the DEN Project Manager in accordance with paragraph 501-5.2b.

b. Pavement Thickness.

(1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the DEN Project Manager in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations.

Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non-shrink grout approved by the DEN Project Manager within one day after sampling.

(2) Testing. The length of the cores shall be determined by the DEN Project Manager by the average caliper measurement in accordance with ASTM C174.

(3) Acceptance. Acceptance of pavement for thickness shall be determined by the DEN Project Manager in accordance with paragraph 501-5.2c.

Page 148: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-36

c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and DEN Project Manager agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot.

Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n=5 or n=6.

d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the percentage of material within specification limits (PWL) shall be determined using the remaining test values.

501-5.2 ACCEPTANCE CRITERIA.

a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-5.2e:

(1) Flexural strength

(2) Thickness

(3) Smoothness

(4) Grade

(5) Edge slump

Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L).

Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4).

The DEN Project Manager may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may

Page 149: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-37

take a representative sample of the rejected material in the presence of the DEN Project Manager, and if it can be demonstrated in the laboratory, in the presence of the DEN Project Manager, that such material was erroneously rejected, payment will be made for the material at the contract unit price.

b. Flexural strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher.

c. Pavement thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher.

d. Percentage of material within limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions.

The lower specification tolerance limit (L) for flexural strength and thickness shall be:

Lower Specification Tolerance Limit (L)

Flexural Strength 0.93 strength specified in paragraph 501-3.1

Thickness Lot Plan Thickness in inches - 0.50 in e. Acceptance criteria.

(1) Flexural Strength. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1.

(2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1.

(3) Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each section of pavement having an average profile index meeting the requirements of paragraph 501-8.1c when evaluated with a profilograph; and the finished surface of the pavement shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified.

(a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the DEN Project Manager.

Page 150: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-38

i) Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Each measurement shall be recorded and a copy of the data shall be furnished to the DEN Project Manager at the end of each days testing.

ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet or more often if directed by the DEN Project Manager. Maximum gap on final pavement surface > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a copy of the data shall be furnished to the DEN Project Manager at the end of each days testing. Each measurement shall be recorded and a copy of the data shall be furnished to the DEN Project Manager at the end of each days testing.

(b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the one third points of paving lanes when widths of paving lanes are 20 ft or greater.

i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet and areas not requiring a profilograph. When approved by the DEN Project Manager, the first and last 15 feet of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch when evaluated with a 12-foot straightedge. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled)

Page 151: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-39

straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding.

(4) Grade. An evaluation of the surface grade shall be made by the DEN Project Manager for compliance to the tolerances contained below. The finished grade of each lot will be determined by running levels at all joint intersections to determine the alignment and elevation of the completed pavement. Vertical survey shall be conducted on the high point of each joint intersection and compared to the plan elevations to determine the vertical deviation. The Contractor shall pay the cost of surveying and the surveying shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the DEN Project Manager.

When the grade exceeds specification tolerances which cannot be corrected by diamond grinding, full depth removal and replacement of pavement shall be to the limit of the pavement that allows for grade correction in accordance with Section 501-4.19. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. Patching shall not be permitted.

Grade shall be evaluated on the first day of placement and then every 5 days or less, so adjustments can be made to paving operations if measurements do not meet specification requirements. The contractor must submit the survey data to the DEN Project Manager by the following day after measurements have been taken. The DEN Project Manager must compare the surveyed grades with the grades shown on the contract drawings and document the analysis.

(a) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed ±0.10 feet in any lane.

(b) Vertical deviation. Vertical deviation from established grade shall not exceed ±0.04 feet at any point.

When more than 15 percent of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates ¾ inch or more from planned grade, the Contractor shall remove and replace the deficient slabs to the full width, length and depth of the slab. Patching shall not be permitted. Isolated high points may be ground off provided that the course thickness is not greater than ¼ inch deficient in the design thickness.

(5) Edge slump. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the DEN Project Manager in accordance with paragraph 501-4.8a.

Page 152: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-40

f. Removal and replacement of concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501-4.20.

CONTRACTOR QUALITY CONTROL

501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to:

a. Mix Design

b. Aggregate Gradation

c. Quality of Materials

d. Stockpile Management

e. Proportioning

f. Mixing and Transportation

g. Placing and Consolidation

h. Joints

i. Dowel Placement and Alignment

j. Flexural or Compressive Strength

k. Finishing and Curing

l. Surface Smoothness

501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content.

A Quality Control Testing Plan shall be developed as part of the Quality Control Program.

The Independent Testing Agency shall meet the requirements of Section 01401 including ASTM C 1077.

Page 153: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-41

a. Fine Aggregate.

(1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt.

(2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or ASTM C566.

b. Coarse Aggregate.

(1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt.

(2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C566.

c. Slump. After the start of each day’s production and after batch plant shut down, the first three truckloads of concrete shall be tested for slump until three consecutive loads meet the project requirements. In addition, slump tests shall be performed at a minimum frequency of one test for every 100 cubic yards. Slump tests shall also be performed in conjunction with the DEN Project Manager’s Quality Assurance Lab’s sampling for flexural strength. The samples shall be obtained in accordance with ASTM C 172 from material discharged from trucks at the paving site and tested accordance with ASTM C 143.

d. Air Content. After the start of each day’s production and after batch plant shut down, the first three truckloads of concrete shall be tested for air content until three consecutive loads meet the project requirements. In addition, air content tests shall be performed at a minimum frequency of one test for every 100 cubic yards. Air content tests shall also be performed in conjunction with the DEN Project Manager’s Quality Assurance Lab’s sampling for flexural strength. The samples shall be obtained in accordance with ASTM C 172 from material discharged from trucks at the paving site and tested in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate.

e. Unit weight and yield tests shall be made in conjunction with slump and air content tests. The samples shall be obtained in accordance with ASTM C 172 from material discharged from trucks at the paving site and tested in accordance with ASTM C 138.

501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content.

Page 154: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-42

Control charts shall be posted in a location satisfactory to the DEN Project Manager and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor’s test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor’s projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the DEN Project Manager may halt production or acceptance of the material.

a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control.

b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest of 2 consecutive tests) for slump and air content in accordance with the following Action and Suspension Limits.

Control Chart Limits

Control Parameter

Individual Measurements Range Suspension Limit Action Limit Suspension Limit

Slip Form:

Slump +0 to -1 inch +0.5 to -1.5 inch ±1.5 inch

Air Content ±1.2% ±1.8% ±2.5%

Side Form:

Slump +0.5 to -1 inch (13-25 mm) +1 to -1.5 inch (25-38 mm) ±1.5 inch (38 mm)

Air Content ±1.5% ±1.8% ±2.5%

The individual measurement control charts shall use the mix design target values as indicators of central tendency.

501-6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists.

Page 155: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-43

a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the specification limits in paragraph 501-2.1, immediate steps, including a halt to production, shall be taken to correct the grading.

b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall be adjusted.

c. Slump. The Contractor shall halt production and make appropriate adjustments whenever:

(1) One point falls outside the Action Limit line for individual measurements. The next load shall be tested. If its test falls outside the Action and Suspension Limits this load may be placed however; production is in Suspension and the process shall be brought into control in accordance with the Quality Control Plan. As a minimum testing during Suspension shall be performed at both the batch plant and at the point of placement until three (3) subsequent loads in succession meet the slump specifications at the point of placement. Any load not meeting slump specifications under Suspension shall not be placed

OR

(2) One point falls outside the Suspension Limit line for individual measurements or range. This load may remain in place. The process shall be brought into control in accordance with the Quality Control Plan. As a minimum testing during Suspension shall be performed at both the batch plant and at the point of placement until three (3) subsequent loads in succession meet the slump specifications at the point of placement. Any load not meeting slump specifications under Suspension shall not be placed.

d. Air Content. The Contractor shall halt production and adjust the amount of air-entraining admixture whenever:

(1) One point falls outside the Action Limit line for individual measurements, the next load shall be tested. If its test falls outside the Action and Suspension Limit this load may be placed however; production is in Suspension and the process shall be brought into control in accordance with the Quality Control Plan. As a minimum testing during Suspension shall be performed at both the batch plant and at the point of placement until three (3) subsequent loads in succession meet the air content specifications at the point of placement. Any load not meeting air content specifications under Suspension shall not be placed one point falls outside the Suspension Limit line for individual measurements or range

OR

(2) One point falls outside the Suspension Limit line for individual measurements or range. This load may remain in place. The process shall be brought into control in accordance with the Quality Control Plan. As a minimum testing during

Page 156: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-44

Suspension shall be performed at both the batch plant and at the point of placement until three (3) subsequent loads in succession meet the air content specifications at the point of placement. Any load not meeting air content specifications under Suspension shall not be placed two points in a row fall outside the Action Limit line for individual measurements.

Whenever a point falls outside the Action Limits line, the air-entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility.

METHOD OF MEASUREMENT

501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement as specified in-place, completed and accepted.

501-7.2 Crack repair shall be measured by the number of linear feet completed and accepted in place as specified, or as directed by the DEN Project Manager.

a.

501-7.3 Spall repair of existing PCC concrete shall be measured by the number of square feet completed and accepted in place as specified, or as directed by the DEN Project Manager.

501-7.4 Route and seal PCCP joints shall be measured by the number of linear feet completed and accepted in place as specified, or as directed by the DEN Project Manager.

BASIS OF PAYMENT

501-8.1 PAYMENT. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength and thickness and 501-8.1c for smoothness, subject to the limitation that:

The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below).

Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings.

a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of the

Page 157: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-45

calculations for either flexural strength or thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100%.

BASIS OF PAYMENT

Price Adjustment Schedule1

Percentage of Materials Within Specification Limits

(PWL)

Lot Pay Factor (Percent of Contract Unit Price)

96 – 100 106

90 – 95 PWL + 10

75 – 90 0.5 PWL + 55

55 – 74 1.4 PWL – 12

Below 55 Reject2 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot,

actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-8.1.

2 The lot shall be removed and replaced. However, if the DEN Project Manager and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the DEN Project Manager and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot.

For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%.

b. Payment. Payment shall be made under:

Item P-501-8.1 Portland Cement Concrete Pavement - 10" Non-Reinforced – per square yard

Item P-501-8.2 Portland Cement Concrete Pavement - 10" Reinforced – per square yard

Item P-501-8.3 Portland Cement Concrete Pavement - 12" Non-Reinforced – per square yard

Item P-501-8.4 Portland Cement Concrete Pavement - 12" Reinforced – per square yard

Page 158: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-46

Item P-501-8.5 Portland Cement Concrete Pavement - 17" Non-Reinforced – per square yard

Item P-501-8.6 Portland Cement Concrete Pavement - 17" Reinforced – per square yard

Item P-501-8.7 Portland Cement Concrete Pavement - 21" Non-Reinforced – per square yard

Item P-501-8.8 Portland Cement Concrete Pavement - 21" Reinforced – per square yard

Item P-501-8.9 Crack Repair – per linear foot

Item P-501-8.10 Spall Repair of Existing PCC Pavement – per square foot

Item P-501-8.11 Route and Seal PCCP Joints – per linear foot

TESTING REQUIREMENTS

ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field

ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate

ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading)

ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate

ASTM C117 Standard Test Method for Materials Finer Than 75-μm (No. 200) Sieve in Mineral Aggregates by Washing

ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates

ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete

ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates

ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete

ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete

ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method

Page 159: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-47

ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores

ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method)

ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C289 Standard Test Method for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method)

ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete

ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement

ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete

ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying

ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete

ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing

ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation

ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)

ASTM C1567 Standard Test Method for Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar-Bar Method)

ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete

ASTM D3665 Standard Practice for Random Sampling of Construction Materials

ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate

ASTM E178 Standard Practice for Dealing With Outlying Observations

ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph

U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali-Silica Reactivity of Combinations of

Page 160: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-48

Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar-Bar Method)

MATERIAL REQUIREMENTS

ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement

ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement

ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement

ASTM A714 Standard Specification for High-Strength Low-Alloy Welded and Seamless Steel Pipe

ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars

ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars

ASTM A996 Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete Reinforcement

ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete

ASTM A1078 Standard Specification for Epoxy-Coated Steel Dowels for Concrete Pavement

ASTM C33 Standard Specification for Concrete Aggregates

ASTM C94 Standard Specification for Ready-Mixed Concrete

ASTM C150 Standard Specification for Portland Cement

ASTM C171 Standard Specification for Sheet Materials for Curing Concrete

ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete

ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C494 Standard Specification for Chemical Admixtures for Concrete

ASTM C595 Standard Specification for Blended Hydraulic Cements

ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete

ASTM C881 Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete

Page 161: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-501-49

ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars

ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)

ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction

ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete

ACI 305R Guide to Hot Weather Concreting

ACI 306R Guide to Cold Weather Concreting

ACI 309R Guide for Consolidation of Concrete

AC 150/5320-6 Airport Pavement Design and Evaluation

PCA Design and Control of Concrete Mixtures

END ITEM P-501

Page 162: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-603 BITUMINOUS TACK COAT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-603-1

ITEM P-603 BITUMINOUS TACK COAT

DESCRIPTION

603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans.

MATERIALS

603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the DEN Project Manager.

CONSTRUCTION METHODS

603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F or above; the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the DEN Project Manager.

603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material.

Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard, with a pressure range of 25 to 75 psi and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full-circulation spray bars, tachometer, pressure gauges, volume-measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner.

Page 163: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-603 BITUMINOUS TACK COAT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-603-2

A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided.

603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material.

Emulsified asphalt shall be diluted by the addition of water when directed by the DEN Project Manager and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface.

The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the DEN Project Manager prior to application.

After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the DEN Project Manager. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed.

603-3.4 BITUMINOUS MATERIAL CONTRACTOR’S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the DEN Project Manager before any shipment of bituminous materials to the project.

The Contractor shall furnish the vendor’s certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The DEN Project Manager may use the local state DOT agency supplier certification program for approval instead of the test reports. The tests reports shall be provided to and approved by the DEN Project Manager before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor’s expense. Furnishing the vendor’s certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. Samples may be taken and tested for verification by the DEN Project Manager when material is delivered to the site.

603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the DEN Project Manager certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken.

Page 164: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-603 BITUMINOUS TACK COAT CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-603-3

METHOD OF MEASUREMENT

603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment.

BASIS OF PAYMENT

603-5.1 Payment shall be made at the contract unit price per gallon of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item P-603-5.1 Bituminous Tack Coat – per gallon

MATERIAL REQUIREMENTS

ASTM D633 Standard Volume Correction Table for Road Tar

ASTM D977 Standard Specification for Emulsified Asphalt

ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables

ASTM D2028 Standard Specification for Cutback Asphalt (Rapid-Curing Type)

ASTM D2397 Standard Specification for Cationic Emulsified Asphalt

ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts

END ITEM P-603

Page 165: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604A-1

ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS

DESCRIPTION

604A-1.1 This item shall consist of a moisture tight sealing system for structural sealing of expansion joints in concrete pavement. The seal shall consist of an impermeable closed-cell, closed link, ethylene vinyl acetate, low-density polyethylene copolymer, nitrogen blown resilient, nonextrudable foam material with a Ultraviolet (UV) stabilizer added.

MATERIALS

604A-2.1 GENERAL. The material shall be meet the following physical requirements in Table 1. The material must be jet fuel resistant, glycol compatible, and include a UV stabilizer.

Table 1. Physical Requirements

Test Test Method Requirements

Compression Set ASTM D3575 Suffix B 10% - 2 Hr Recovery

9% - 24 Hr Recovery

Elongation at break ASTM D3575 Suffix T 185% - 280%

Tensile Strength ASTM D3575 Suffix T 92 - 140 psi

Tear Resistance ASTM D624 10-20 lbs/in

Density ASTM D3575 Suffix W 2.7 -3.4 lbs/ft3

Water Absorption ASTM D3575 Suffix L 0.02 lbs/ft2

Weather/Deterioration AASHTO T42 No Deterioration

604A-2.2 ADHESIVE. Adhesive used for the preformed foam compression seal shall be as recommended by the manufacturer.

604A-2.3 DELIVERY AND STORAGE. Materials delivered to the job site shall be inspected for defects, unloaded, and stored with a minimum of handling to avoid damage. Storage facilities shall be provided at the job site to protect materials from weather and to maintain them at temperatures as recommended by the manufacturer.

604A-2.4 SUBMITTALS. Certified copies of test results shall be provided in accordance with Section 013300 Submittal Procedures and 013325 Shop and Working Drawings, Product Data and Samples.

Page 166: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604A-2

a. Construction Equipment List. List of proposed equipment to be used in the performance of construction work, including descriptive data, shall be provided in accordance with Section 013300 and Section 013325.

b. Manufacturer's Instructions. Where installation procedures, or any part thereof, are required to be in accordance with the manufacturer's recommendations, printed copies of the recommendations shall be furnished in accordance with Section 013300 and Section 013325. Installation of the material will not be allowed until the recommendations are received. Failure to furnish these recommendations can be a cause for rejection of the material.

c. Test Reports/Samples. The Contractor shall submit certified copies of the test reports and samples of the materials for approval in accordance with Section 013300 and Section 013325. Printed directions from the manufacturer on recommended installation criteria shall be furnished with the test reports, plus the manufacturer’s certification that the selected seal is recommend for the installation on this project. No material will be used until it has been approved by the DEN Project Manager.

EQUIPMENT

604A-3.1 Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and shall be maintained in satisfactory condition at all times.

a. Joint Cleaning Equipment:

(1) Concrete Saw. A self-propelled power saw with water cooled diamond or abrasive saw blades shall be provided for cutting joints to the depths and widths specified and for removing filler (existing old joint seal) or other material embedded in the joints or adhered to the joint faces.

(2) Sandblasting Equipment. Sandblasting shall not be permitted.

(3) Waterblasting Equipment. Waterblasting equipment shall include a trailer mounted water tank, pumps, high pressure hose, and a wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. The water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. The pumps, hoses, wand, and nozzle shall be of sufficient capacity to permit the cleaning of both walls of the joint and the pavement surface for a width of at least 1/2 inch on either side of the joint. The pump shall be capable of supplying a pressure of at least 3,000 psi. A pressure gauge mounted at the pump shall show at all times the pressure in pounds per square inch at which the equipment is operating.

Page 167: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604A-3

CONSTRUCTION METHODS

604A-4.1 GENERAL. Installation of foam joint sealant shall comply with Manufacturer’s instructions and recommendations for foam joint sealant installation complete with a compatible epoxy adhesive for adhesion to all surfaces.

Prior to installing foam joint sealant, make certain that surfaces to which adhesive will adhere are clean and free of dust, dirt and other residues that would inhibit a proper bond.

The Contractor shall make arrangements for the Manufacturer’s representative to meet with the Contractor and the DEN Project Manager prior to the start of sealing operations to ensure the installation procedures are in accordance with the Manufacturer’s direction. A representative of the joint sealant manufacturer shall visit the job-site a sufficient number of times during the sealing operations and after the sealing is completed to certify that the joint sealant was installed in accordance with the manufacturer's recommended methods and procedures

604A-4.2 PREPARATION OF JOINTS. Immediately before installation of the preformed joint seal, the joints shall be thoroughly cleaned full depth to remove all laitance, filler, old existing sealant, foreign material and protrusions of hardened concrete from the sides and upper edges of the joint space to be sealed. Any irregularity in the joint face, which would prevent uniform contact between the joint seal and the joint face shall be corrected prior to the installation of the joint seal. All joint faces shall be vertical.

a. Sawing. Joints shall be sawed to clean and to open them to the full specified width and depth. Immediately following the sawing operation, the joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. Compression seal shall be installed within 3 calendar days of the time the individual joint cavity is sawed. Depth of sawing the cavity shall be between ¾ and 1 inch deeper than the uncompressed depth of the seal, or otherwise recommended by the manufacturer. The saw cut for the joint seal cavity shall at all locations be centered over the joint line. The nominal width of the sawed joint seal cavity shall be as follows; the actual width shall be within a tolerance of plus or minus 1/16 inch or as noted in the details.

b. Sandblast Cleaning. Sandblasting shall not be permitted.

c. Waterblast Cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch from the joint edges shall be water blasted clean. A multiple pass technique shall be used until the surfaces are free of dust, direct, curing compound, or any residue that might prevent ready insertion or uniform contact of the seal and bonding of the adhesive to the concrete. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of debris and water. When waterblast cleaning is used, slurry residue must be removed to provide a relatively dust free concrete surface.

Page 168: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604A-4

d. Rate of Progress. The stages of joint preparation which includes waterblasting of the joint faces and air pressure cleaning of the joints shall be limited to only the linear footage of joint that can be sealed during the same workday.

604A-4.3 TIME OF INSTALLATION. Joints shall be sealed within 3 calendar days of sawing the joint seal cavity and immediately following concrete cure and the final cleaning of the joint walls. Open joints ready for sealing that cannot be sealed under the conditions specified herein shall be provided with an approved temporary seal to prevent infiltration of foreign material. When rain interrupts the sealing operations, the joints shall be washed, air pressure cleaned and allowed to dry prior to installing the lubricant/adhesive and preformed seal.

604A-4.4 CLEAN UP. Prior to Substantial Completion, all unused materials shall be removed from the site, any adhesive on the pavement surface shall be removed, and the pavement shall be left in clean condition.

604A-4.5 WARRANTY. The Manufacturer shall provide a warranty on the materials furnished for a minimum of 5 years from the date of acceptance by the DEN Project Manager. The Contractor shall provide a warranty on the installation for a minimum of 5 years from the date of acceptance by the DEN Project Manager.

QUALITY CONTROL

604A-5.1 PROCEDURES. Quality control provisions shall be provided during the joint cleaning process to prevent or correct improper equipment and cleaning techniques that damages the concrete in any manner. Cleaned joints shall be approved by the DEN Project Manager prior to installation of the adhesive and preformed joint seal.

604A-5.2 PRODUCT. The joint sealing system (preformed seal) shall be inspected for proper rate of cure and bonding to the concrete, cuts, twists, nicks, and other deficiencies. Seals exhibiting any defects, at any time prior to final acceptance of the project, shall be removed from the joint, wasted, and replaced in a satisfactory manner.

METHOD OF MEASUREMENT

604A-6.1 There shall be no direct measurement or payment for Preformed Expansion Joint Compression Seals associated with new pavement construction. The work under this item shall be considered incidental to the project.

BASIS OF PAYMENT

604A-7.1 Preformed Expansion Joint Compression Seals associated with new pavement construction shall be considered incidental to the project. No payment shall be made for Preformed Expansion Joint Compression Seals.

Page 169: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604A PREFORMED EXPANSION JOINT COMPRESSION SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604A-5

TESTING REQUIREMENTS

AASHTO T42 Standard Specification for Preformed Expansion Joint Filler for Concrete Construction

ASTM D 6211 Test Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers

ASTM D 3575 SUFFIX B Flexible Cellular Materials Made from Olefin Polymers

ASTM D 3575 SUFFIX L Flexible Cellular Materials Made from Olefin Polymers

ASTM D 3575 SUFFIX T Flexible Cellular Materials Made from Olefin Polymers

ASTM D 3575 SUFFIX W Flexible Cellular Materials Made from Olefin Polymers

END OF ITEM P-604A

Page 170: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-1

ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS

DESCRIPTION

604B-1.1 This item shall consist of preformed polychloroprene compression seals used for sealing joints of rigid pavements.

MATERIALS

604B-2.1 PREFORMED SEALS. Preformed joint seal materials shall be a vulcanized elastromeric compound using polychloroprene as the only base polymer. The material and the manufactured seal itself shall conform to ASTM D 2628 and CRD C 548. The joint seal shall be a labyrinth type seal with the uncompressed depth of the seal greater than the uncompressed width of the seal. The actual width of the uncompressed seal shall be per manufacturer’s recommendation for the widths of joint as shown on the Contract Drawings.

604B-2.2 LUBRICANT/ADHESIVE. Lubricant/adhesive used for the preformed elastromeric joint seal shall be a one component compound conforming to ASTM D 2835.

604B-2.3 DELIVERY AND STORAGE. Materials delivered to the job site shall be inspected for defects, unloaded, and stored with a minimum of handling to avoid damage. Storage facilities shall be provided at the job site to protect materials from weather and to maintain them at temperatures as recommended by the manufacturer.

604B-2.4 SUBMITTALS. Certified copies of test results shall be provided in accordance with Section 013300 Submittal Procedures and Section 013325 Shop and Working Drawings, Product Data and Samples.

a. Construction Equipment List. List of proposed equipment to be used in the performance of construction work, including descriptive data, shall be provided in accordance with Section 013300 and Section 013325.

b. Manufacturer's Instructions. Where installation procedures, or any part thereof, are required to be in accordance with the manufacturer's recommendations, printed copies of the recommendations shall be furnished in accordance with Section 013300 and Section 013325. Installation of the material will not be allowed until the recommendations are received. Failure to furnish these recommendations can be a cause for rejection of the material.

c. Test Reports/Samples. The Contractor shall submit certified copies of the test reports and samples of the materials for approval in accordance with Section 013300 and Section 013325. Printed directions from the manufacturer on recommended installation criteria shall be furnished with the test reports, plus the manufacturer’s certification that the

Page 171: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-2

selected seal is recommend for the installation on this project. No material will be used until it has been approved by the DEN Project Manager.

604B-2.5 TEST REQUIREMENTS. Each lot of compression joint seal and lubricant/adhesive shall be sampled, identified, and tested for conformance with the applicable material specification. A lot of preformed seal shall consist of one day’s production or 20,000 linear feet for each cross-section, whichever is less. A lot of lubricant/adhesive shall consist of one day’s production. No material shall be used at the project prior to receipt of written notice that the materials meet the laboratory requirements.

Testing of the preformed joint and lubricant/adhesive material shall be the responsibility of the Contractor and shall be performed in an approved independent laboratory and certified copies of the test reports shall be submitted for approval in accordance with Section 013300 and Section 013325, prior to the use of the materials at the job site. Samples of each lot of material shall also be submitted and will be retained by the DEN Project Manager for possible future testing should the materials appear defective during or after application. The Contractor shall furnish additional samples of materials, in sufficient quantity to be tested, upon request. Final acceptance will be based on conformance to the specified test requirements and the performance of the in-place materials.

EQUIPMENT

604B-3.1 Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and shall be maintained in satisfactory condition at all times.

a. Joint Cleaning Equipment

(1) Concrete saw. A self-propelled power saw with water cooled diamond or abrasive saw blades shall be provided for cutting joints to the depths and widths specified and for removing filler, existing old joint seal or other material embedded in the joints or adhered to the joint faces.

(2) Sandblasting Equipment. Sand blasting shall not be permitted.

(3) Waterblasting Equipment. Waterblasting equipment shall include a trailer mounted water tank, pumps, high pressure hose, a wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. The water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. The pumps, hoses, wand, and nozzle shall be of sufficient capacity to permit the cleaning of both walls of the joint and the pavement surface for a width of at least 1/2 inch on either side of the joint. The pump shall be capable of supplying a pressure of at least 3,000 psi. A pressure gauge mounted at the pump shall show at all times the pressure in pounds per square inch at which the equipment is operating.

Page 172: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-3

b. Sealing Equipment. Equipment used to install the preformed seal shall place the preformed seal to the prescribed depths within the specified tolerances without cutting, nicking, twisting, or otherwise damaging the seal. The equipment shall not stretch or compress the seal more than 1.5 percent longitudinally during installation. The machine shall be an automatic self-propelled joint seal application equipment and shall be engine powered. The machine shall include a reservoir for the lubricant/adhesive, a device for conveying the lubricant/adhesive in the proper quantities to the sides the preformed seal or the sidewalls of the joint, a reel capable of holding one full spool of compression seal, and a power-driven apparatus for feeding the joint seal through a compression device and inserting the seal into the joint. The equipment shall also include a guide to maintain the proper course along the joint being sealed. The machine shall at all times be operated by an experienced operator

Single axle type seal application equipment will not be permitted.

CONSTRUCTION METHODS

604B-4.1 ENVIRONMENTAL CONDITIONS. The ambient temperature and the pavement temperature within the joint wall shall be at least 35°F and rising at the time of installation of the materials or per manufacturer’s installation procedures. Sealant application will not be permitted if moisture or any foreign material is observed in the joint.

604B-4.2 TRIAL JOINT SEAL AND LUBRICANT/ADHESIVE INSTALLATION. Prior to the cleaning and sealing of the joints for the entire project, a test section at least 200 feet long shall be prepared at a location directed in the project pavement using the specified materials and the approved equipment, so as to demonstrate the proposed joint preparation and sealing of all types of joints in the project. Following the completion of the trial length and before any other joint is sealed; the trial joints will be inspected by the DEN Project Manager and Manufacturer’s representative to determine that the materials and installation meet the requirements specified. If materials or installation do not meet requirements the materials shall be removed, and the joints shall be re-cleaned and resealed at no cost to the owner. No other joints shall be sealed until the test installation has been approved. If the trial section is approved, it may be incorporated into the permanent work. All other joints shall be sealed in the manner approved for sealing the trial joints.

604B-4.3 PREPARATION OF JOINTS. Immediately before installation of the compression joint seal, the joints shall be thoroughly cleaned to remove all laitance, filler, existing sealer, foreign material and protrusions of hardened concrete from the sides and upper edges of the joint space to be sealed. Cleaning shall be performed using equipment in accordance with paragraph 604B3.1a and shall extend along pavement surfaces at least 1/2 inch on either side of the joint. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of debris and water. Demonstrate that the selected cleaning operation meets the cleanliness requirements. Any irregularity in the joint face that would prevent uniform contact between the joint seal and the joint face shall be corrected prior to the installation of the joint seal.

Page 173: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-4

a. Sawing. Joints shall be sawed to clean and to open them to the full specified width and depth. Immediately following the sawing operation, the joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. Compression seal shall be installed within 3 calendar days of the time the individual joint cavity is sawed. Depth of sawing the cavity shall be between ¾ and 1 inch deeper than the uncompressed depth of the seal, or otherwise recommended by the manufacturer. The saw cut for the joint seal cavity shall at all locations be centered over the joint line. The nominal width of the sawed joint seal cavity shall be as follows; the actual width shall be within a tolerance of plus or minus 1/16 inch.

b. Sandblast Cleaning. Sandblasting shall not be permitted.

c. Waterblast Cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch from the joint edges shall be water blasted clean. A multiple pass technique shall be used until the surfaces are free of dust, direct, curing compound, or any residue that might prevent ready insertion or uniform contact of the seal and bonding of the lubricant/adhesive to the concrete. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of debris and water. When waterblast cleaning is used, slurry residue must be removed to provide a relatively dust free concrete surface.

d. Rate of Progress. Waterblasting of the joint faces and air pressure cleaning of the joints shall be limited to the linear footage of joint that can be sealed during the same workday.

604B-4.4 INSTALLATION OF THE PREFORMED SEAL.

a. Time of Installation. Joints shall be sealed within 3 calendar days of sawing the joint seal cavity and immediately following concrete cure and the final cleaning of the joint walls. Open joints ready for sealing that cannot be sealed under the conditions specified herein shall be provided with an approved temporary seal to prevent infiltration of foreign material. When rain interrupts the sealing operations, the joints shall be washed, air pressure cleaned and allowed to dry prior to installing the lubricant/adhesive and preformed seal.

b. Sequence of Installation. Longitudinal joints shall be sealed first, followed by transverse joints and then all other joints. Seals in longitudinal joints shall be cut so that all transverse joint seals will be intact from edge to edge of the pavement. Intersections shall be made monolithic by use of joint seal adhesive and care in fitting the intersection parts together. Extender pieces of seal shall not be used at intersections. Any seal falling short of the intersection shall be removed and replaced with new seal at no additional cost to the airport.

Page 174: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-5

604B-4.5 SEALING OF JOINTS. The joint seal shall be installed using the equipment specified in paragraph 604B-3.1b. The sides of the joint seal or the sides of the joint shall be covered with a coating of lubricant/adhesive and the seal installed in such a manner as to conform to all requirements specified. Butt joints and seal intersections shall be sealed with sealant recommended by sealant Manufacturer. Lubricant/adhesive/sealant spilled on the pavement shall be removed immediately to prevent setting on the pavement. The in-place joint seal shall be in an upright position and free from twisting, distortion, and cuts. Adjustments shall be made to the installation equipment and procedure, if the stretch exceeds 1%. Any seal exceeding 2% stretch shall be removed and replaced. The joint seal shall be placed at a uniform depth within the tolerances specified. In-place joint seal which fails to meet the specified requirements shall be removed and replaced with new joint seal in a satisfactory manner at no additional cost to the owner. The preformed joint seal shall be placed to a depth as shown on the Contract Drawings. For chamfered joints or joints with a radius at the surface, the preformed joint seal shall be installed at a depth of 1/8 inch (3 mm), plus or minus 1/8 inch (3 mm), below the bottom of the edge of the chamfer or radius. No part of the seal shall be allowed to project above the surface of the pavement or above the edge of the chamfer or radius. The seal shall be installed in the longest practicable lengths in longitudinal joints and shall be cut at the joint intersections so as to provide continuous installation of the seal in the transverse joints. The lubricant/adhesive in the longitudinal shall be allowed to set for 1 hour prior to cutting at the joint intersections to reduce the possibility of shrinkage. For all transverse joints, the minimum length of the preformed joint seal shall be the pavement width form edge to edge.

604B-4.6 CLEANUP. Prior to Substantial Completion, all unused materials shall be removed from the site, any lubricant/adhesive on the pavement surface shall be removed, and the pavement shall be left in clean condition.

604B-4.7 WARRANTY. The Manufacturer shall provide a warranty on the materials furnished for a minimum of 5 years from the date of acceptance by the DEN Project Manager. The Contractor shall provide a warranty on the installation for a minimum of 2 years from the date of acceptance by the DEN Project Manager.

QUALTY CONTROL

604B-5.1 QUALITY CONTROL PROVISIONS.

a. Equipment. The application equipment shall be inspected to assure uniform application of lubricant/adhesive to the sides of the preformed joint seal or the walls of the joint. If any equipment causes cutting, twisting, nicking, excessive stretching or compressing of the preformed seal, or improper application of the lubricant/adhesive the operation shall be suspended until causes of the deficiencies are determined and corrected.

Page 175: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-6

b. Procedures

(1) Quality control provisions shall be provided during the joint cleaning process to prevent or correct improper equipment and cleaning techniques that damage the concrete in any manner. Cleaned joints shall be approved by the DEN Project Manager prior to installation of the lubricant/adhesive and preformed joint seal.

(2) Conformance to stretching and compression limitations shall be determined. After installation, the distance between the marks shall be measured on the pavement. If the stretching or compression exceeds the specified limit, the seal shall be removed and replaced with new joint seal at no additional cost to the owner. The seal shall be removed up to the last correct measurement. The seal shall be inspected a minimum of once per 100 feet (30 m) of seal for compliance to the shrinkage or compression requirements. Measurements shall also be made as directed to determine conformance with depth and width installation requirements. All preformed seal that is not in conformance with specification requirements shall be removed and replaced with new joint seal at no additional cost to the owner.

c. Inspection. The joint sealing system (preformed seal and lubricant/adhesive) shall be inspected by the DEN Project Manager for proper rate of cure and bonding to the concrete, cuts, twists, nicks, and other deficiencies. Seals exhibiting any defects, at any time prior to final acceptance of the project, shall be removed from the joint, wasted, and replaced in a satisfactory manner, as determined by the DEN Project Manager.

METHOD OF MEASUREMENT

604B-6.1 There shall be no direct measurement or payment for Polychloporene Compression Joint Seals associated with new pavement construction. The work under this item shall be considered incidental to the project.

BASIS OF PAYMENT

604B-7.1 Polychloroprene Compression Joint Seals associated with new pavement construction shall be considered incidental to the project. No payment shall be made for Polychloroprene Compression Joint Seals.

Page 176: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-604B POLYCHLOROPRENE COMPRESSION JOINT SEALS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-604B-7

TESTING REQUIREMENTS

U.S. ARMY CORPS OF ENGINEERS

CRD C 548 Standard Specification for Jet Fuel and Heat Resistant Preformed Polychloroprene Elastromeric Joint Seals for Rigid Pavements.

AMERICAN SOCITEY FOR TESTING AND MATERIALS (ASTM)

ASTM D 2628 Preformed Polychloroprene Elastromeric Joint Seals for Concrete Pavements

ASTM D 2835 Lubricant for Installation of Preformed Compression Seals in Concrete Pavements.

END OF ITEM P-604B

Page 177: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-605-1

ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS

DESCRIPTION

605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements.

MATERIALS

605-2.1 JOINT SEALERS. Joint sealant materials shall meet the requirements of ASTM D 5893.

Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer’s original sealed container. Each container shall be marked with the manufacturer’s name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer’s certification stating that the sealant meets the requirements of this specification.

605-2.2 BACKER ROD. The material furnished shall be a compressible, non-shrinking, non-staining, non-absorbing material that is non-reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer-rod material shall be 25% ± 5 % larger in diameter than the nominal width of the crack.

605-2.3 BACKUP MATERIALS. Provide backup material that is a compressible, non-shrinking, non-staining, non-absorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack.

605-2.4 BOND BREAKING TAPES. Provide a bond breaking tape or separating material that is a flexible, non-shrinkable, non-absorbing, non-staining, and non-reacting adhesive-backed tape. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch (3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant.

Page 178: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-605-2

CONSTRUCTION METHODS

605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F (10°C) and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint.

605-3.2 EQUIPMENT. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, [ ] days prior to use on the project.

a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where water blasting does not provide a clean joint.

b. Sandblasting equipment. Sandblasting is not allowed.

c. Waterblasting equipment. Include with the waterblasting equipment a trailer-mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch (25 mm) above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge mounted at the pump shall show at all times the pressure in psi (kPa) at which the equipment is operating.

d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces.

e. Cold-applied, single-component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier’s instructions, and unaltered in any way without obtaining prior approval. Small hand-held air-powered equipment (i.e., caulking guns) may be used for small applications.

Page 179: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-605-3

605-3.3 PREPARATION OF JOINTS.

a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary.

b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by concrete saw or water blaster, as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 mm) from the joint edge shall be water blasted clean. Water blasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied.

c. Back-up material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation.

d. Bond-breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond-breaker separating tape to prevent incompatibility with the filler materials and three-sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant.

605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the DEN Project Manager before sealing is allowed. Sealants shall be installed in accordance with the following requirements:

Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch ±1/16 inch (2 mm) below the pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer’s instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack-free condition within the time specified.

Page 180: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-605-4

605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport.

605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition.

605-3.7 FIELD TEST. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. The demonstration shall include the preparation of at least two small batches and the application of the resulting material in five joints of at least 25 feet in length each. A representative of the joint sealant manufacturer shall be present at the demonstration to ensure that the installation procedures are in accordance with the manufacturer's recommended installation instructions.

a. Testing For Cold-Applied Silicone Sealants. When checking for adhesions of silicone, a pull test may be performed on the job site 21 days after the sealant has been placed.

(1) Make a knife cut horizontally across and through the silicone from one side of the joint to the other.

(2) Make a vertical cut approximately 2-3 inches long on each side of the joint starting at the horizontal cut, keeping the cuts the same length on each side.

(3) Hold the piece of silicone firmly and slowly pull at a 90 angle stretching the silicone not more than 10” per minute as if trying to pull the adhered silicone out of the joint.

(4) If adhesion is proper, the silicone will not pull out of the joint, but will eventually tear cohesively across the joint at the base of the knife cut.

b. If the silicone releases from the joint, adhesion has been affected. Several possible causes are:

(1) Moisture in the joint during sealant application

(2) Dirty of dusty joint sidewalls

(3) Improper application (overfilling, etc.)

(4) Spalling of the joint walls. (pieces of the concrete will be adhered to the silicone)

Page 181: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-605-5

c. Repair Of Sealant In Areas Of Adhesion Test. The silicone sealant may be replaced by simply applying additional new silicone (normally using a tube of like silicone) in the same manner as it was originally placed, providing good adhesion was achieved. Proper preparation of the area should be performed prior to reapplying the silicone assuring the original silicone and the newly applied silicone are in good contact with each other.

605-3.8 WARRANTY. The manufacturer shall provide a warranty on the materials furnished for a minimum of 5 years from the date of acceptance by the Project Manager. The Contractor shall provide a warranty on the installation for a minimum of 2 years from the date of acceptance by the Project Manager.

METHOD OF MEASUREMENT

605-4.1 There shall be no direct measurement or payment for joint sealing filler. The work under this item shall be considered subsidiary to other items of work.

BASIS OF PAYMENT

605-5.1 Joint sealing filler shall be considered incidental to the project. No payment shall be made for joint sealing filler.

TESTING REQUIREMENTS

ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers – Tension

ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material

ASTM D1644 Standard Test Methods for Nonvolatile Content of Varnishes

MATERIAL REQUIREMENTS

AC 150/5340-30 Design and Installation Details for Airport Visual Aids

ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA)

ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements

ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements

END ITEM P-605

Page 182: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-1

ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE

DESCRIPTION

610-1.1 This item shall consist of plain and reinforced structural portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases.

MATERIALS

610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the DEN Project Manager before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them.

The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted.

a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and C1567. The laboratory performing the tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority’s website. Test method ASTM C1260 must be listed on the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall be submitted to the DEN Project Manager prior to start of construction. Aggregate and mix proportion reactivity tests shall be performed for each project.

(1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting).

(2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing

Page 183: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-2

chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water.

(3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested.

610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C666, greater than or equal to 95. The DEN Project Manager may consider and reserve final approval of other State classification procedures addressing aggregate durability.

Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136.

Gradation For Coarse Aggregate

Sieve Designation (square openings)

Percentage by Weight Passing Sieves

(50 mm)

1-1/2ʺ

(38 mm)

(25 mm)

3/4ʺ

(19 mm)

1/2ʺ

(12 mm)

3/8ʺ

(9 mm)

No. 4

No. 4 to 3/4 in. (4.75-19 mm) 100 90-100 20-55 0-10

No. 4 to 1 in. (4.75-25 mm) 100 90-100 25-60 0-10

No. 4 to 1-1/2 in. (4.75-38 mm) 100 95-100 35-70 10-30 0-5 a. Aggregate Susceptibility to Durability (D) Cracking. Aggregates that have

a history of D-cracking shall not be used.

b. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues.

(1) Material currently being produced shall have a durability factor 95 using ASTM C666. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable with concurrence of the FAA.

Page 184: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-3

(2) The Contractor shall submit a current certification that the aggregate does not have a history of D-cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory.

610-2.3 Fine Aggregate. The fine aggregate for concrete shall meet the requirements of ASTM C33.

The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136:

Gradation For Fine Aggregate

Sieve Designation (square openings)

Percentage by Weight Passing Sieves

3/8 inch (9 mm)

No. 4 (4.75 mm)

No. 16 (1.18 mm)

No. 30 (0.60 mm)

No. 50 (0.30 mm)

No. 100 (0.15 mm)

100

95-100

45-80

25-55

10-30

2-10

Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the DEN Project Manager.

610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C150 Type V.

If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a.1 and accepted in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may be allowed if approved by the DEN Project Manager and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used.

The Contractor shall furnish vendors’ certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the DEN Project Manager

Page 185: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-4

before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project.

610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete.

610-2.6 ADMIXTURES. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the DEN Project Manager may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the DEN Project Manager from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved.

a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible.

b. Water-Reducing Admixtures. Water-reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used.

c. Other Chemical Admixtures. The use of set retarding, and set-accelerating admixtures shall be approved by the DEN Project Manager. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used.

d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below:

Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 ±0.5 SO4 (Sulfate Ion) 0.1 (max) Cl (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max)

Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing operations.

e. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali-silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%.

Page 186: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-5

610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D1751.

610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified.

610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM A184.

610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to ASTM C309.

CONSTRUCTION METHODS

610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the DEN Project Manager.

610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of identified below in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39.

a. 3000 psi for concrete encased lighting ducts and light cans under P-401 asphalt or P-501 concrete paving, within econocrete/CTB or ATPB, and elsewhere as noted in the plans and specifications

b. 4,000 psi for structural concrete and elsewhere as noted in the plans and specifications

c. 1,200 psi at 7 days for repair of cement treated base course

The concrete shall contain not less than 470 pounds of cementitious material (cement plus fly ash) per cubic yard. The concrete shall contain 5% of entrained air, ±1%, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143.

610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. The first load of concrete, per mix, delivered each day will be sampled and tested.

Concrete placed for structures will be sampled and tested for each additional 50 cubic yards per day with a minimum one test per structure. When a single load of concrete is used for more than one structure, that load will be sampled and tested once.

Page 187: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-6

Concrete placed for light cans will be sampled and tested for each additional 50 cubic yards per day.

Lean concrete will be sampled and tested for each additional 50 cubic yards per day.

Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. Concrete strengths for acceptance shall be the average of at least two 6 by 12 inch or at least three 4 by 8 inch cylinders tested at 28 days. Contractor shall provide the initial on-site storage facilities for the specimens. The on-site storage facilities shall be capable of maintaining a temperature range of 60 to 80°F. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The DEN Project Manager will make the actual tests on the specimens at no expense to the Contractor.

610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329.

610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the DEN Project Manager and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained.

610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slump test specified in ASTM C143.

610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94.

610-3.8 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without permission of the DEN Project Manager. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense.

Retempering of concrete by adding water or any other material shall not be permitted.

The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete.

Page 188: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-7

610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the DEN Project Manager. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy.

The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength.

610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required.

610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed.

610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the DEN Project Manager. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation.

610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed.

Page 189: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-8

Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement.

610-3.14 CONSTRUCTION JOINTS. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout.

610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it.

610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed, which in the opinion of the DEN Project Manager cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete.

610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces.

The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine.

Page 190: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-9

610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed.

610-3.19 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete.

610-3.20 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40°F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F.

Calcium chloride may be incorporated in the mixing water when directed by the DEN Project Manager. Not more than 2 pounds of Type 1 nor more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F until at least 60% of the designed strength has been attained.

610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finished with procedures previously submitted. The concrete-placing temperature shall not exceed 85°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete-placing temperature. Submit the proposed materials and methods for review and approval by the DEN Project Manager, if concrete is to be placed under hot weather conditions.

610-3.22 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler.

Page 191: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-10

METHOD OF MEASUREMENT

610-4.1 In general, and unless listed in the proposal as a separate payment item, structural concrete will not be measured for payment, but shall be incidental to those proposed items constructed of concrete.

BASIS OF PAYMENT

610-5.1 Structural concrete shall be considered incidental to the project. No payment shall be made for structural concrete, unless listed in the proposal as a separate payment item.

TESTING REQUIREMENTS

ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field

ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates

ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete

ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete

ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing

ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete

ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete

ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation

ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)

ASTM C1567 Standard Test Method for Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar-Bar Method)

ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection

Page 192: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-11

U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar-Bar Method)

MATERIAL REQUIREMENTS

ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement

ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete

ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement

ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement

ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars

ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars

ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete

ASTM C33 Standard Specification for Concrete Aggregates

ASTM C94 Standard Specification for Ready-Mixed Concrete

ASTM C150 Standard Specification for Portland Cement

ASTM C171 Standard Specification for Sheet Materials for Curing Concrete

ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete

ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete

ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C494 Standard Specification for Chemical Admixtures for Concrete

ASTM C595 Standard Specification for Blended Hydraulic Cements

ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete

ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types)

Page 193: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-610-12

ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction

ACI 305R Hot Weather Concreting

ACI 306R Cold Weather Concreting

ACI 309R Guide for Consolidation of Concrete

END OF ITEM P-610

Page 194: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-620 RUNWAY AND TAXIWAY MARKING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-620-1

ITEM P-620 RUNWAY AND TAXIWAY MARKING

DESCRIPTION

620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the DEN Project Manager. The terms “paint” and “marking material” as well as “painting” and “application of markings” are interchangeable throughout this specification.

MATERIALS

620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer’s certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the DEN Project Manager may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the DEN Project Manager upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the DEN Project Manager. Material shall not be loaded into the equipment until inspected by the DEN Project Manager.

620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2.a. Paint shall be furnished in white (37925), red (31136), yellow (33655) and black (37038) in accordance with Federal Standard No. 595.

a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I, Type II. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis.

620-2.3 REFLECTIVE MEDIA FOR WATERBORNE MARKINGS. Glass beads shall meet the requirements for Federal Specification TT-B-1325D, Type I, gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment.

CONSTRUCTION METHODS

620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F and rising and the pavement surface temperature is at least 5°F above the dew point or meets the manufacturer’s recommendations. Markings shall not be applied when the pavement temperature is greater than 130°F. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns.

Page 195: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-620 RUNWAY AND TAXIWAY MARKING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-620-2

620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job.

The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray.

620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the DEN Project Manager. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process.

Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials.

At least 24 hours prior to remarking existing markings, loose existing markings must be removed such that 100% of the loose existing markings are removed. After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both.

Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer’s requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer’s surface preparation and application requirements must be submitted and approved by the DEN Project Manager prior to the initial application of markings.

620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans.

620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the DEN Project Manager. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacings shall be within the following tolerances:

Page 196: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-620 RUNWAY AND TAXIWAY MARKING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-620-3

Dimension and Spacing Tolerance

36 inch or less ±1/2 inch

greater than 36 inch to 6 feet ±1 inch

greater than 6 feet to 60 feet ±2 inch

greater than 60 feet ±3 inch

The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted.

A period of 8 weeks shall elapse between placement of a concrete pavement and application of the paint. If pavement is required to be opened to traffic prior to the 8 weeks, temporary markings shall be applied at an application rate of 50% and no glass beads are required.

Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer’s requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the DEN Project Manager prior to the initial application of markings.

620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the DEN Project Manager. The test strip shall include the application of a minimum of 5 gallons of paint and application of 35 lbs of Type I glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons of waterborne paint shall cover no more than 575 square feet).

Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red Paint)

Paint Type Paint

Square feet per gallon, ft2/gal

Glass Beads, Type I, Gradation A

Pounds per gallon of paint-lb/gal

Waterborne Type I 115 ft2/gal max 7 lb/gal min Note: The glass bead application rate for Red paint shall be reduced by 2 lb/gal for Type I beads.

Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all

Page 197: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-620 RUNWAY AND TAXIWAY MARKING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-620-4

marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed.

All emptied containers shall be returned to the paint storage area for checking by the DEN Project Manager. The containers shall not be removed from the airport or destroyed until authorized by the DEN Project Manager.

620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the DEN Project Manager. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations.

METHOD OF MEASUREMENT

620-4.1 The quantity of markings to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the DEN Project Manager.

BASIS OF PAYMENT

620-5.1 Payment shall be made at the respective contract price per square foot for markings. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item P-620-5.1 Airfield Pavement Markings (Permanent) – per square foot

Item P-620-5.2 Airfield Pavement Markings (Temporary) – per square foot

Item P-620-5.3 Remove Pavement Markings – per square foot

Page 198: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM P-620 RUNWAY AND TAXIWAY MARKING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-620-5

MATERIAL REQUIREMENTS

FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective

FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne

FED STD 595 Colors used in Government Procurement

AC 150/5340-1 Standards for Airport Markings

END OF ITEM P-620

Page 199: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM B-101 INSTALLATION OF BOLLARDS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 B-101-1

ITEM B-101 INSTALLATION OF BOLLARDS

DESCRIPTION

101-1.1 This work consists of the installation of bollards in accordance with these specifications and in conformity with the lines and grades shown on the plans or as established.

MATERIALS

101-2.1 BOLLARDS. Pipe for the bollards shall be 6-inch diameter of the length shown and shall conform to ASTM A53 Pipe, Steel, Black, and Hot-dipped Zinc Coated (Galvanized) Welded and Seamless.

101-2.2 PLASTIC COVER. Plastic covers shall be a safety yellow plastic cover as manufactured by Cal Pipe Mfg. or approved equal. Plastic covers shall match other bollards around the concourses.

101-2.3 CONCRETE. Concrete shall conform to Item P-610.

CONSTRUCTION METHODS

101-3.1 GENERAL. The Contractor will be required to furnish and install all equipment and materials necessary to complete the bollards and guardrail systems. Locations of the various components shall be as shown on the drawings and/or as directed by the DEN Project Manager.

101-3.2 BOLLARD INSTALLATION. Bollards shall be 6-inch diameter steel pipe filled with concrete. Installed bollards shall be bolted and anchored into existing pavement. Anchor rods shall be 1-inch diameter HILTI HAS B7 Rods or approved equal embedded to a depth of 15 inches. Existing pavement shall be core drilled at each anchor rod location for installation of the bollard. Posts shall be 42 inches above pavement grade. Install plastic covers on bollards to match other bollards around the concourse areas.

Page 200: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM B-101 INSTALLATION OF BOLLARDS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 B-101-2

METHOD OF MEASUREMENT

101-4.1 MEASUREMENT. Installed bollards shall be measured by the number of units provided, installed, primed, painted, and sleeved, in accordance with the plans and specifications and accepted by the DEN Project Manager.

BASIS OF PAYMENT

101-5.1 PAYMENT. Payment for accepted installed bollards will be made at the contract unit price per each performed in accordance with the plans and specifications. The furnishing and installation of bollards shall include any excavation, drilling, anchoring, concrete, and all other work and material necessary to complete the items.

Item B-101-5.1 Install Bollard - per each

MATERIAL REQUIREMENTS

ASTM A53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless.

END OF ITEM B-101

Page 201: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-1

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

DESCRIPTION

701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans.

MATERIALS

701-2.1 Materials shall meet the requirements shown on the plans and specified below.

701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements:

ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe

ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings

701-2.3 CONCRETE. Concrete for pipe cradles shall be in accordance with Item P-610.

701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc-coated steel pipe and pre-coated galvanized pipe shall conform to the requirements of ASTM D1056, for the “RE” closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477.

701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C144.

701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D6690.

701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B).

Page 202: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-2

701-2.8 CONTROLLED LOW STRENGTH MATERIAL (CLSM). Controlled low-strength material shall conform to the requirements of Item P-153. When CLSM is used all joints shall have gaskets.

CONSTRUCTION METHODS

701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical.

The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe.

Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1/2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation.

Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The DEN Project Manager shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe.

In the event of ground water invasion of the trench, the contractor shall be responsible for all dewatering work as subsidiary to the contract pay items. There will be no additional payment for pumping, dewatering wells, over excavation, etc. due to ground water.

The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans.

701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply.

Page 203: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-3

a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details.

Class B bedding shall be in accordance with Item P-153, having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall cover at least 10 percent of the pipe's vertical diameter. When CLSM is used, all joints shall have gaskets.

b. Flexible Pipe. For flexible pipe, the bedding material shall be in accordance with Item P-153.

c. PVC, Polyethylene, and Polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall be in accordance with Item P-153consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm). For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe’s vertical outside diameter.

701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade.

Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line.

Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer’s reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe.

701-3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands.

Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal.

a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout.

Page 204: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-4

b. Metal Pipe. Metal pipe shall be firmly joined by form-fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe.

c. PVC Pipe. Joints for PVC pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for PVC pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required.

701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor’s expense.

Material for backfill shall meet the requirements of Item P-153. It shall be the Contractor’s responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment.

701-3.6 QUALITY ASSURANCE/QUALITY CONTROL

a. Qualifications.

(1) Pipe Manufacturer: The Contractor shall submit verifiable information of satisfactory manufacturing experience for the past 5 years with design and fabrication of reinforced concrete pipe of similar size and design.

(2) Installer: Contractor shall submit verifiable information of satisfactory experience in the installation of reinforced concrete storm sewer pipe of similar size and extent, with a minimum of 5 years experience.

b. Testing. All pipe shall be certified by the pipe manufacturer.

(1) Yard testing of Pipe for Certification. Testing shall be performed in accordance with ASTM C 443 on a minimum of two (2) lengths of pipe and one (1) complete joint for every 500 linear feet of pipe, or less.

(2) Testing of Installed Pipe. ASTM C 1103 shall be followed to field test pipe joints. The test procedure shall be used for joint acceptance of all installed concrete pipe. All field joints shall be tested and certified before backfilling operations are allowed to begin.

Acceptance testing may involve hazardous materials, operations and equipment. These specifications do not address the safety problems associated with the testing procedures. It is the responsibility of the Contractor to establish appropriate safety and health practices.

(3) Repair of Joints that Test as Unacceptable. In the event of a reinforced concrete pipe joint failing the in-place pressure test, identified above, the Contractor shall repair the joint by injecting a chemical grout into the joint circumference.

Page 205: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-5

The chemical grout shall be a non-flammable liquid which, when activated by water, forms a flexible closed-cell polyurethane foam. The chemical grout shall be resistant to petroleum products. The chemical grout shall be Flex LV or Flex 44, as applicable, manufactured by Deneef America, Inc., 122 North Mill Street, St. Louis, Michigan 48880-0034, or approved equal. Chemical grout shall be prepared, mixed, injected and cured in accordance with the manufacturer’s recommendations.

The equipment used to inject the chemical grout shall be of construction similar to that of the pressure testing equipment. Chemical grout shall be injected into the joint at a minimum 40 psi to insure the grout penetrates through the leak to the outside of the joint.

After injecting the chemical grout, the injection valves shall be shut off to prevent backflow of the grout. The chemical grout shall have adequate time to cure prior to removal of the injection equipment. The joint shall be retested after repair in accordance with the pressure testing procedure described in these specifications.

(4) Gasket Material Test. Gaskets may be exposed to petroleum products. Gasket material shall be certified to have complied with ASTM C 443 and petroleum resistant characteristics of ASTM C 361.

(5) Backfill Tests. Refer to Section P-152, Part 6 for test and test frequency.

c. Submittals. The Contractor shall make the following submittals to the DEN Project Manager for review and approval, or testing, as the case may be:

(1) Pipe Design and Detail Drawings. If the Contractor elects to use an alternate pipe, then the Contractor shall prepare or cause to be prepared, complete design calculations, plans, cross-sections, shop details for all pipe and accessories, and trench shoring/bracing system design for all trenches 20 feet in depth or greater. All final design calculations, plans, and shop drawings shall be sealed by a currently registered Professional Engineer in the State of Colorado whose disciplines is in the field of civil or structural engineering.

(2) Qualifications. Refer to 701-3.6, Item A.

(3) Pipe Certification. The Contractor shall submit the results and certifications for tested pipe made in the pipe manufacturer’s shop (refer to Part 701-3.6, Item A1). The Contractor shall further provide certification of each spool piece of pipe as it is delivered to the job site.

This certification shall accompany the pipe bill of lading.

d. Pipe Field Joint Test Certification. The Contractor shall maintain records of all pipe joint tests. A copy of these test records shall be turned over to the DEN Project Manager with a letter certifying that all joints under construction have been tested in accordance with the specifications for joint seal and integrity.

Page 206: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-6

e. Pipe Manufacturer’s QA/QC Program. The manufacturer of reinforced concrete pipe shall have in place at all times an active Quality Assurance and Quality Control Program. A written copy of this program shall be on file in the manufacturer’s shop at all times. The Contractor shall submit copies of the QA/QC Program to the DEN Project Manager for review and approval prior to the start of manufacture of pipe.

f. Mill Test Certificates. The pipe manufacturer to retain on file a copy of mill certification reports for the reinforcing steel and cement used in the manufacture of the concrete pipe. An appropriate number of copies of said certifications shall be submitted to the DEN Project Manager.

g. Pipe Gasket Certification Test. The Contractor shall selectively test the “O” ring synthetic rubber gasket material at an approved independent testing laboratory. Certified results shall be submitted to the DEN Project Manager for review and approval.

h. Inspection. All pipe shall be inspected at the yard prior to shipment, at the point of receipt and when placed in the trench prior to backfilling. The DEN Project Manager shall inspect all pipe to be used for damage prior to installation. Pipe shall be inspected for damage and compliance to the manufacturer’s specifications and Contract Drawings. Units that are damaged shall be evaluated for the extent of damage. If, in the opinion of the DEN Project Manager, damage is extensive enough to reduce the strength, durability, integrity, or ability to properly function with other parts of an installation (i.e. joint damage), the unit shall be rejected and the Contractor shall immediately remove the unit from the Project site. The Contractor may repair minor damage, if so authorized by the DEN Project Manager, but at no cost to the City.

METHOD OF MEASUREMENT

701-4.1 The length of pipe shall be measured in linear feet (meter) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured.

701-4.2 The length of pipe excavation shall be measured in linear feet of trench excavated for placement of drainage pipe.

BASIS OF PAYMENT

701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation.

701-5.2 Payment for pipe excavation will be made at the contract unit price per linear foot of excavated trench.

Page 207: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS CONTRACT NO. 201631515

ISUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-701-7

These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item D-701-5.1 Pipe Excavation – per linear foot

Item D-701-5.2 Remove and Replace SDG Drain Pipe – per linear foot

Item D-701-5.3 Install 6” PVC Drain Pipe – per linear foot

Item D-701-5.4 Install 3” PVC Drain Pipe – per linear foot

MATERIAL REQUIREMENTS

AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants

AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter

ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe

ASTM C94 Standard Specification for Ready Mixed Concrete

ASTM C144 Standard Specification for Aggregate for Masonry Mortar

ASTM C150 Standard Specification for Portland Cement

ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets

ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber

ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals

ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements

ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

END ITEM D-701

Page 208: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-1

ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS

DESCRIPTION

705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans.

MATERIALS

705-2.1 GENERAL. Materials shall meet the requirements shown on the plans and specified below.

705-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements.

AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe

AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter

ASTM F758 Standard Specification for Smooth-Wall Poly (Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage

705-2.3 JOINT MORTAR. Pipe joint mortar shall consist of one part by volume Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C206.

705-2.4 ELASTOMERIC SEALS. Elastomeric seals shall conform to the requirements of ASTM F477.

705-2.5 POROUS BACKFILL. Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation in Table 1 when tested in accordance with ASTM C136.

Table 1. Gradation Of Porous Backfill

Sieve Designation (square openings)

Percentage by Weight Passing Sieves

Porous Material No. 2

Page 209: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-2

1-1/2 inch (38 mm) 100

1 inch (25 mm) 90 - 100

3/8 inch (9 mm) 25 - 60

No. 4 (4.75 mm) 5 - 40

No. 8 (2.36 mm) 0 - 20

No. 16 (1.18 mm)

No. 50 (0.30 mm)

No. 100 (0.15 mm) 705-2.6 GRANULAR MATERIAL. Granular material used for backfilling shall conform to the requirements of ASTM D2321 for Class IA, IB, or II materials, or shall meet the requirements of AASHTO Standard Specification for Highway Bridges Section 30.

705-2.7 FILTER FABRIC. The filter fabric shall conform to the requirements of AASHTO M288, Class 2.

Table 2

Fabric Property Test Method Test Requirement

Grab Tensile Strength, lbs ASTM D4632 125 min

Grab Tensile Elongation % ASTM D4632 50 min

Burst Strength, psi ASTM D3785 125 min

Trapezoid Tear Strength, lbs ASTM D4533 55 min

Puncture Strength, lbs ASTM D4833 40 min

Abrasion, lbs ASTM D4886 15 max loss

Equivalent Opening Size ASTM D4751 70-100

Permittivity sec-1 ASTM D4491 0.80

Accelerated Weathering (UV Stability) (Strength Retained - %)

ASTM D4355 *(500 hrs exposure)

70

705-2.8 CONTROLLED LOW-STRENGTH MATERIAL (CLSM). Controlled low-strength material shall conform to the requirements of Item P-153. When CLSM is used all joints shall have elastomeric seals.

705-2.9 CONCRETE. Concrete shall conform to the requirements of Item P-610.

705-2.10 CASTINGS. Metal frames and covers for cleanouts shall be gray iron castings conforming to the requirements of ASTM A48, Class 20.

Page 210: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-3

CONSTRUCTION METHODS

705-3.1 EQUIPMENT. All equipment required for the construction of pipe underdrains shall be on the project, in good working condition, and approved by the DEN Project Manager before construction is permitted to start.

705-3.2 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side of the pipe. The trench walls shall be approximately vertical.

Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches (100 mm). The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation.

Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The DEN Project Manager shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe.

Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the DEN Project Manager. The excavation shall not be carried below the required depth; if this occurs, the trench shall be backfilled at the Contractor’s expense with material approved by the DEN Project Manager and compacted to the density of the surrounding material.

The pipe bed shall be shaped so at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated to allow the pipe barrel to support the entire weight of the pipe.

The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to Federal, state and local laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the backfill has reached at least 12 inches (300 mm) over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot (meter) for the pipe.

705-3.3 LAYING AND INSTALLING PIPE.

a. PVC or Polyethylene Pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D2321 or AASHTO Standard Specification for Highway Bridges Section 30. Perforations shall meet the requirements of AASHTO M252 or

Page 211: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-4

M294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade.

b. All Types of Pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the DEN Project Manager.

Unless otherwise shown on the plans, a 4 inch (100 mm) bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains.

Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight-fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans.

c. Filter Fabric. The filter fabric shall be installed in accordance with the manufacturer’s recommendations, or in accordance with AASHTO M288, unless otherwise shown on the plans.

705-3.4 MORTAR. The mortar shall be of the desired consistency for caulking and filling the joints of the pipe and for making connections to other pipes or to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted.

705-3.5 BACKFILLING.

a. Earth. All trenches and excavations shall be backfilled soon after the pipes are installed, unless additional protection of the pipe is directed. The backfill material shall be select material from excavation or borrow and shall be approved by the DEN Project Manager. The select material shall be placed on each side of the pipe out to a distance of the nominal pipe diameter and one foot (30 cm) over the top of the pipe and shall be readily compacted. It shall not contain stones 3 inches (75 mm) or larger in size, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to the DEN Project Manager. The material shall be moistened or dried, as required to aid compaction. Placement of the backfill shall not cause displacement of the pipe. Thorough compaction under the haunches and along the sides to the top of the pipe shall be obtained.

The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth under and around the pipe, and not exceeding 8 inches (200 mm) over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the DEN Project Manager, until the trench is completely filled and brought to the planned elevation. Backfilling shall be done in a manner to avoid damaging top or side pressures on the pipe.

Page 212: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-5

In embankments and other unpaved areas, the backfill shall be compacted per Item P-152 to the density required for embankments in unpaved areas. Under paved areas, the subgrade and any backfill shall be compacted per Item P-152 to the density required for embankments for paved areas.

b. Granular Material. When granular backfill is required, its placement in the trench and about the pipe shall be as shown on the plans. Special care shall be taken in placing the backfill. The granular backfill shall not contain a damaging amount of foreign matter, nor shall earth from the sides of the trench or from the windrow be allowed to filter into the backfill. When required by the DEN Project Manager, a template shall be used to properly place and keep separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 in (150 mm) in depth and compacted by hand and pneumatic tampers to the requirements as given for earth backfill. Backfilling shall be done in a manner to avoid injurious top or side pressure on the pipe. The granular backfill shall be made to the elevation of the trench, as shown on the plans.

When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable, it shall be used in lieu of porous backfill No. 1.

If porous backfill is placed in paved or adjacent to paved areas before grading or subgrade operations is completed, the backfill material shall be placed immediately after laying the pipe. The depth of the granular backfill shall be not less than 12 inches (300 mm), measured from the top of the underdrain. During subsequent construction operations, a minimum depth of 12 inches (300 mm) of backfill shall be maintained over the underdrains. When the underdrains are to be completed, any unsuitable material shall be removed exposing the porous backfill. Porous backfill containing objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any unsuitable material shall be at the Contractor’s expense.

If a granular subbase blanket course is used which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be placed in the trench up to an elevation of 2 inches (50 mm) above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material that remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the subbase material and the underdrain granular backfill material for the full width of the underdrain trench.

c. Controlled Low-Strength Material (CLSM). Controlled low-strength material shall conform to the requirements of Item P-153.

d. Deflection Testing. The DEN Project Manager may at any time, notwithstanding previous material acceptance, reject or require re-installation of pipe that

Page 213: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-6

exceeds 5% deflection when measured in accordance with ASTM D2321, including Appendices.

705-3.6 CONNECTIONS. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made to obtain a smooth uniform flow line throughout the drainage system.

705-3.7 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments, shoulders, or as directed by the DEN Project Manager. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition.

METHOD OF MEASUREMENT

705-4.1 The length of pipe shall be the number of linear feet of pipe underdrains in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings, filter fabric, backfill and any other incidentals shall be included in the footage as typical pipe sections in the pipeline being measured.

705-4.2 Cleanouts shall be measured per each unit installed and accepted in place.

BASIS OF PAYMENT

705-5.1 Payment will be made at the contract unit price per linear foot for pipe underdrains of the type, class, and size designated.

705-4.2 Payment shall be made at the contract unit price per each for underdrain cleanouts at the locations identified in the plans.

These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item D-705-5.1 Install 6” Perforated Underdrain Pipe - per linear foot

Item D-705-5.2 Install 6” Non-Perforated Underdrain Pipe – per linear foot

Item D-705-5.3 Install 6” Underdrain Cleanout – per each

Item D-705-5.4 Adjust Existing Cleanout – per each

Page 214: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 P-705-7

MATERIAL REQUIREMENTS

ASTM A48 Standards Specification for Gray Iron Castings

ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates

ASTM C144 Standard Specification for Aggregate for Masonry Mortar

ASTM C150 Standard Specification for Portland Cement

ASTM C206 Standard Specification for Finishing Hydrated Lime

ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications

ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

ASTM F758 Standard Specification for Smooth Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage

AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe

AASHTO M288 Standard Specification for Geotextile Specification for Highway Applications

AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500- mm (12- to 60-in.) Diameter

AASHTO Standard Specifications for Highway Bridges

END OF ITEM D-705

Page 215: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-750 TRENCH DRAINS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-750-1

ITEM D-750 TRENCH DRAINS

DESCRIPTION

750-1.1 This item shall consist of all work necessary to provide and install modular trench drain systems in accordance with these specifications at the locations and dimensions shown on the Contract Drawings.

750-1.2 SUBMITTALS. The Contractor shall submit shop drawings for the modular trench system in accordance with Section 013300 Submittal Procedures and Section 013325 Shop and Working Drawings, Product Data and Samples. Shop drawings shall include the manufacturer's name, material specifications, hydraulic data, copies of test data determining wheel load capacity, installation procedures, and the proposed layout of the system with all appropriate dimensions.

750-1.3 ACCEPTABLE MANUFACTURERS. The following manufacturers are known to have acceptable modular trench drain systems:

Area Product Name Manufacturer

Aircraft Areas Z874 Perma-Trench Zurn

GSE Areas Polydrain ABT, Inc.

Modular trench drain systems shall be one as listed above or approved equal. Requests for approval of equal or equivalent trench systems shall be submitted at least 10 days prior to ordering materials. In addition to technical data, a full scale section shall be provided for examination.

EQUIPMENT AND MATERIALS

750-2.1 GENERAL. The Contractor shall provide all equipment and materials as necessary to accomplish the work specified herein. Materials shall be of suitable quality and provided in adequate quantity to complete the required installation.

750-2.2 TRENCH DRAIN CHANNELS. Trench drain channels shall be preformed modular units with interlocking joints. Each channel segment shall be at least 6 ¼ inches wide for section in VSR areas and at least 12 inches wide inner diameter. Trench slope and depth is as specified on the drawings. Deviations from plan slope, width, and depth shall not be allowed as it directly impacts hydraulic capacity, storage capacity, and velocity. Channels shall have a radius or trapezoidal bottom as shown on plans and will allow for a monolithic concrete pour eliminating cold joints and water stop materials from being used in the trench invert. Forms and removal of forms shall not interfere or compromise the structural integrity

Page 216: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-750 TRENCH DRAINS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-750-2

of the load transfer assembly between the frame and encapsulation concrete. Forms, mounting brackets and liners shall be fully removed, without exception, to allow for 100% inspection of concrete consolidation. Inspection of consolidation below frames shall be 100%, partial inspection points will not be allowed. Formwork assembly must be prevented from floating during concrete placement without penetrating the sub grade. A means to assure constant frame spacing and grate seat dimension shall be provided.

750-2.3 FRAMES AND GRATES. Frames for channel units shall be either cast-iron, ductile-iron, or galvanized steel and shall have anchors designed to provide positive anchorage into the surrounding concrete. Frames shall have a minimum of two anchors attached to each side for each channel unit. Frames shall be capable of being mechanically fastened to the channel unit.

Grates shall be either cast iron or ductile iron and shall be rated as follows, depending upon the location within the airside pavement:

a. In aircraft movement areas, the trench drain system shall be rated for an aircraft wheel load of 200,000 pounds with a maximum tire pressure of 250 psi.

b. In ground service equipment (GSE) movement areas, the trench drain system shall be rated, at a minimum, for HS-20 loading. If aircraft tug vehicles utilize the pavement, it is recommended that they be rated as depicted under paragraph A above; same as aircraft.

Grates shall have a minimum of four locking devices to securely fasten the grate to the frame or to the channel unit to prevent the grate from becoming loose under traffic conditions. The locking devices shall be designed to allow easy installation and removal of the grates from the completed trench drain, not obstruct flow in the channel, and not require any modifications to the channel units or frames to install the devices.

750-2.4 CONCRETE. Concrete used in the concrete slab surrounding the modular trench drain system shall conform to the requirements of Item P-610 Structural Portland Cement Concrete Pavement.

750-2.5 STEEL REINFORCEMENT. Reinforcing used in the concrete slab surrounding the modular trench drain system shall consist of deformed steel bars conforming to the requirements of ASTM A 184.

750-2.6 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints around the trench drain shall conform to the requirements of P-604A Preformed Expansion Joint Compression Seals. The filler for contraction joints shall conform to the requirements of P-604B Polychloroprene Compression Joint Seals.

750-2.7 JOINT SEALER. The joint sealer for the concrete joints shall meet the requirements of item P-605 joint sealing filler.

750-2.8 OUTLET PIPE. Pipe for trench drain outlets shall be Schedule 80 PVC and shall meet the requirements of ASTM D 3034.

Page 217: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-750 TRENCH DRAINS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-750-3

750-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to the requirements of Item P-610.

CONSTRUCTION METHODS

750-3.1 EXCAVATION. The Contractor shall excavate existing base or subgrade materials as required to install the trench drain system to the lines, grades or elevations shown on the Contract Drawings. The Contractor shall accomplish the required excavation in such a manner so as not to damage drainage structures or adjacent concrete pavement. After the excavation is completed for each section of trench drain, the DEN Project Manager shall approve the depth of the excavation and the condition of the trench bottom before the Contractor places any reinforcing steel, channel units or concrete.

Excavation shall not be measured for direct payment. The cost of this work shall be included in the contract unit price for trench drains.

750-3.2 INSTALLATION OF CHANNEL UNITS. Modular trench drain channel units shall be installed in accordance with the details on the Contract Drawings and with the manufacturer's recommendations. Channel units and outlet pipes shall be securely fastened in place so that they will not be displaced or moved during the placing of the concrete. The use of soil, sand, stone or wood to support the bottom or sides of the channel units or outlet pipes will not be allowed.

The Contractor shall set the trench drain channels in such a manner so as to maintain proper horizontal and vertical alignment. Channels shall be set with the top of the grate 1/2 inch (13 mm) below the elevation of the adjacent finished concrete. Channels shall be properly secured to hold the set horizontal and vertical alignment and to prevent floatation prior to placing the surrounding concrete. Frames shall be secured to the channels and grates wrapped with a protective material and locked in place before placing the concrete. Grates may be replaced with a temporary cover that can be securely fastened to the channel and is suitable to prevent concrete from entering the channels.

750-3.3 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the Contract Drawings, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs.

750-3.4 PLACING CONCRETE BACKFILL. After the installation of the trench drain channels and the reinforcing steel has been approved in accordance with Item P-610, the Contractor shall place concrete backfill around the trench drain. The concrete shall be placed with an approved discharge device that will not allow segregation of the materials and will not allow the concrete to chute directly against the channel sides. The concrete placement shall alternate from side to side to prevent disturbing the set channel alignment and shall be continuous between expansion joints. Concrete shall be thoroughly consolidated against and along the faces of the adjacent concrete pavement and along the full length and on both sides of the trench drain by means of vibrators inserted in the concrete. Vibrators shall not be allowed to come in contact with the trench drain channels or the grade and shall

Page 218: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-750 TRENCH DRAINS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-750-4

not be allowed to operate longer than 15 seconds in anyone location. Necessary hand spreading of concrete shall be done with shovels, and not with rakes or vibrators.

750-3.5 JOINTS. Expansion joints shall be installed as indicated on the Contract Drawings. The premolded filler shall be securely fastened into position with a metal cap provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic.

Contraction joints shall be formed in the plastic concrete using a preformed insert material as indicated on the Contract Drawings. The installation and edge finish shall be according to the manufacturer's instructions.

750-3.6 SURFACE FINISH. Final strike off and finishing of the concrete surface shall be accomplished in accordance with Item P-501 Portland Cement Concrete Pavement.

750-3.7 SEALING JOINTS. The joints in the trench drain concrete slab shall be sealed in accordance with Item P-605 Joint Sealing Filler.

750-3.8 CLEANING AND RESTORATION OF SITE. Grates or temporary covers shall be removed. If grates were wrapped with protective material, this material shall be removed to permit final cleaning and inspection. Clean any deposited concrete or other debris from the trench drain channel. Install grates in the trench drain frame and lock the grates down with the locking device provided by the manufacturer.

750-3.9 ACCEPTANCE SAMPLING AND TESTING. Sampling and testing of concrete backfill shall be in accordance with Item P-610.

WARRANTY

750-4.1 WARRANTY. The Manufacturer shall provide a warranty on the materials furnished for 5 years from the date of Substantial Completion. The Contractor shall provide a warranty on the installation for 5 years from the date of Substantial Completion.

METHOD OF MEASUREMENT

750-5.1 The accepted quantity of trench drain shall be measured in linear feet, irrespective of trench drain depth, for completed and approved trench drain. It shall be measured along the center of the trench drain slab from the outside face of the abutting inlet structure to the end of the trench drain slab or to the outside face of the abutting inlet structure, whichever is applicable. No separate measurement will be made for concrete backfill, steel reinforcing, or trench drain outlet pipes.

Page 219: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-750 TRENCH DRAINS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-750-5

BASIS OF PAYMENT

750-6.1 Payment will be made at the contract unit price per linear foot for complete, in-place, and approved trench drain. This price shall fully compensate the Contractor for furnishing all materials; including trench drain channels, frames and grates; outlet pipes; reinforcing steel and concrete backfill; for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item.

Item D-750-5.1 Install Trench Drain – Per Linear Foot

Item D-750-5.2 Install VSR Trench Drain – Per Linear Foot

MATERIAL REQUIREMENTS

ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement

ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction

ASTM D 3034 Type PSM Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings

END OF ITEM D-750

Page 220: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-1

ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES

DESCRIPTION

751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the DEN Project Manager.

MATERIALS

751-2.1 MORTAR. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C144.

751-2.2 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610.

751-2.3 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside DENmeter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole.

751-2.4 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements:

a. ASTM A48, Class 35B: Gray iron castings

b. ASTM A47: Malleable iron castings

c. ASTM A27: Steel castings

d. ASTM A283, Grade D: Structural steel for grates and frames

e. ASTM A536, Grade 65-45-12: Ductile iron castings

f. ASTM A897: Austempered ductile iron castings

Page 221: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-2

All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified.

Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure.

All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123.

751-2.5 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed.

751-2.6 PRECAST INLET STRUCTURES. Manufactured in accordance with and conforming to ASTM C1433.

751-2.7 REINFORCING STEEL. All reinforcing steel shall conform to ASTM A615, Grade 60.

751-2.8 EPOXY LINING SYSTEM. 100 percent solids, plural component epoxy, capable of spray or trowel application. System capable of application to damp concrete in high relative humidity environment. Resistant to attack from hydrogen sulfide and sulfuric acids generated from microbiological sources. System shall meet requirements of ASTM C722 and ASTM D1763, and be 100 percent solids epoxy resin. A minimum finish thickness of 125 mils is required. Properties: Minimum requirements are as follows. If a specific manufacturer product is identified in the following sections, the minimum requirements are per the individual product.

a. Bond Strength, ASTM C478: Concrete failure. b. Tensile Strength, ASTM C307: 2,500 psi, minimum. c. Flexural Strength, ASTM C580: 4,800 psi. d. Moisture Absorption, ASTM C413: 0.1 percent. e. Shrinkage, ASTM C631: 0.11 percent, maximum.

Manufacturers and Products:

Manufacturers Products

1. Environmental Coatings, Inc. Sewer-Shield 100 (Trowel) Sewer-Shield 101S (Spray) Sewer-Shield 101A Sewer-Shield 150

2. Sauereisen, Inc. SewerGard 210X Epoxy

3. Warren Environmental, Inc. S-301 Epoxy

Page 222: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-3

CONSTRUCTION METHODS

751-3.1 UNCLASSIFIED EXCAVATION.

a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown on the plans, or as staked by the DEN Project Manager. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the DEN Project Manager may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation.

b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the DEN Project Manager. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immeDENtely before the concrete or reinforcing is placed.

c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure.

d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure.

e. After excavation is completed for each structure, the Contractor shall notify the DEN Project Manager. No concrete or reinforcing steel shall be placed until the DEN Project Manager has approved the depth of the excavation and the character of the foundation material.

751-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. When claystone (undisturbed natural or fill) is encountered in the base of the excavation within paved areas as determined by the DEN Project Manager, the material shall be over-excavated to a depth of 3 feet below and 3 feet beyond the sides of the base of the structure. The over-excavation shall be replaced with Select Embankment material meeting the requirements for Item P-152. The Select Embankment material shall be placed in 8 inch thick loose lifts, moisture conditioned and compacted to the requirements of Item P-152.The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the DEN Project Manager before the concrete is placed.

All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet.

Page 223: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-4

751-3.3 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full-bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position.

When required by the DEN Project Manager, the precast manufacturer shall provide detailed structural analysis of the structure being provided that considers the live and dead loads exposed to the structure. The analysis shall be signed and sealed by an engineer registered in the state of installation normally performing structural engineering.

751-3.4 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection.

751-3.5 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the DEN Project Manager, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set.

When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the DEN Project Manager. All units shall set firm and secure.

After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down.

Page 224: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-5

751-3.6 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the DEN Project Manager. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized.

When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place.

When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm).

Instead of steps, prefabricated ladders may be installed. For concrete structures, the ladder shall be held in place by grouting the supports in drilled holes.

751-3.7 EPOXY LINING.

a. Coverage: System shall be applied/cover all walls, underside of top slab, chimney, corbel, bench, and invert of the manhole. System shall be applied after manhole is completely constructed in its permanent location to prevent seams or gaps in the lining.

b. Surface Preparation: Perform surface preparation in presence of DEN Project Manager or designated representative, unless DEN Project Manager agrees Work may be performed in DEN Project Manager’s or designated representative’s absence. Clean and prepare surface of new concrete in accordance with recommendations of manufacturer.

c. Inflow and Infiltration: Do not apply coating if inflow or infiltration are present. New manholes should be constructed to prevent inflow and infiltration. If inflow or infiltration are present notify DEN Project Manager or designated representative.

d. Installation: DEN Project Manager or designated representative will inspect all cleaned and repaired manholes before application of lining system; provide 24-hour notification. Apply or install system in accordance with the manufacturer’s recommendations. Upon completion of work, DEN Project Manager or designated representative will inspect all rehabilitated manholes and be present for testing. Manufacturer/manufacturer’s representative shall inspect all rehabilitated manholes.

751-3.8 BACKFILLING.

a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the DEN Project Manager.

Page 225: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-6

b. Backfilling shall not be placed against any structure until approved by the DEN Project Manager. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained 75% of the design strength to withstand any pressure created by the backfill and placing methods.

c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved.

751-3.9 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the DEN Project Manager. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition.

751-3.10 QUALITY ASSURANCE/QUALITY CONTROL

a. Qualifications. The Contractor shall meet the same qualifications for precast pipe structures as are identified in Item D-701 and shall impose all qualifications on its pipe manufacturer. Should the Contractor elect to cast-in-place junction structures, the Contractor shall be able to demonstrate experience with similar structures. Epoxy Lining Applicator’s Qualifications: Minimum 5 years’ experience in application of products to be used. Manufacturer’s Certifications: Applicator has been trained and approved in the handling, mixing and application of the products to be used. Equipment to be used for applying the product has been approved and the applicator personnel have been trained and certified for proper use of the equipment. Five (5) recent references of applicator (projects of similar size and scope) indicating successful application within the past 10 years.

b. Tests. Tests for precast concrete pipe structures (including pipe joints) shall have imposed the same tests as for precast pipe in Item D-701. Refer to Item P-610 for cast-in-place concrete test requirements. All backfill material shall be tested for compaction in accordance with Items D-701 and P-152.

(1) Epoxy lining: Measure and record twice daily air, concrete substrate, and lining surface temperatures within structure during mixing, application, and curing of materials; verify compliance with manufacturer’s temperature ranges. Measure and record twice daily relative humidity within structure during mixing, application, and curing of materials; verify compliance with manufacturer's requirements. Wet Film Thickness Gauge: During application, use wet film thickness gauge; meet ASTM D4414 to ensure monolithic coating and uniform thickness. Holiday Detection: In accordance with NACE SPO 188. After 24 hours minimum, spark test lining system to ensure pinhole-free lining. Mark defects and repaired per manufacturer’s instructions. Voltage to be set at 100 volts per mil of epoxy thickness. After identification of pinholes, thin areas, and other imperfections, re-apply epoxy material and retest. Adhesion Test: Test 10 percent minimum of manholes for adhesion/bond of coating to substrate. DEN Project Manager or designated representative

Page 226: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-7

will select manholes to be tested. Conduct in accordance with ASTM D7234 as modified herein. Prepare coating and dollies to receive adhesive. Attach three 20-millimeter dollies minimum. Adhesive used to attach dollies to coating shall be rapid setting with tensile strength in excess of coating product and permitted to cure in accordance with manufacturer’s recommendations. Deemed failure of if pull value is lower than required minimum shall be deemed a nontest and require retesting. Prior to performing pull test, score through applied coating into substrate by 30 mils by mechanical means without disturbing dolly or bond within test area. Two (2) of the three (3) adhesion pulls shall exceed 200 psi or concrete failure with more than 80 percent of subsurface adhered to coating. Should a structure fail to achieve two successful pulls as described above, perform additional testing at discretion of DEN Project Manager. Areas detected to have inadequate bond strength shall be evaluated by DEN Project Manager or designated representative. Further bond tests may be performed in area to determine extent of potentially deficient bonded area. Repair deficient areas.

c. Inspections. Inspection for precast concrete pipe structures shall follow inspection procedures identified in Item D-701 for precast pipe and those of Item P-152 for excavation. Inspection for cast-in-place concrete structures shall follow Item P-610.

d. Submittals.

(1) Materials. Materials shall be submitted in accordance with Items P-610 and D-701.

(2) Designs and Drawings. If the Contractor elects to use an alternative pipe, then the Contractor shall design or cause the pipe manufacturer to design all precast pipe structures to the specified criteria. The Contractor shall submit support calculations, installation drawings, and detail drawings for review and approval by the Project Manager prior to proceeding with fabrication of structures. Calculations, drawings, and details shall be sealed and signed by a Professional Engineer currently registered in the State of Colorado.

Should the Contractor elect to substitute and construct precast and/or cast-in-place concrete structures, the Contractor shall submit full designs and details, as above, sealed and signed by a Professional Engineer currently registered in the State of Colorado.

Page 227: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-8

METHOD OF MEASUREMENT

751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit.

BASIS OF PAYMENT

751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure.

Payment will be made under:

Item D-751-5.1 Modify and Partially Replace DIW Inlet – per each

Item D-751-5.2 Connect Underdrain Pipe to DIW Inlet - per each

Item D-751-5.3 Remove and Replace Sanitary Manhole (SAG) - per each

Item D-751-5.4 Adjust Water Vault (DWD) - per each

Item D-751-5.5 Remove and Replace Storm Manhole (SDG) - per each

Item D-751-5.6 Remove and Replace Cathodic Protection - per each

Item D-751-5.7 Adjust Jet Fuel Distribution Vault (JFD) - per each

Page 228: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 D-751-9

MATERIAL REQUIREMENT

ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application

ASTM A47 Standard Specification for Ferritic Malleable Iron Castings

ASTM A48 Standard Specification for Gray Iron Castings

ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A283 Standard Specification for Low and IntermeDENte Tensile Strength Carbon Steel Plates

ASTM A536 Standard Specification for Ductile Iron Castings

ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

ASTM A897 Standard Specification for Austempered Ductile Iron Castings

ASTM C144 Standard Specification for Aggregate for Masonry Mortar

ASTM C150 Standard Specification for Portland Cement

ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections

ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers

END OF ITEM D-751

Page 229: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-1

ITEM T-901 SEEDING

DESCRIPTION

901-1.1 This item shall consist of soil preparation, seeding, and fertilizing the areas shown on the plans or as directed by the DEN Project Manager in accordance with these specifications.

MATERIALS

901-2.1 SEED The species and application rates of grass, legume, and cover-crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural.

Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the DEN Project Manager duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected.

Seeds shall be applied as follows:

Mix Design 1 - Non-saline Upland Seed Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES

Bouteloua curtipendula Sideoats Grama Vaughn 0.8 10

Bouteloua gracilis Blue Grama Bad River 0.05 2.5

Bouteloua gracilis Blue Grama Hachita 0.05 2.5

Buchloe dactyloides Buffalograss Cody 0.7 2.5

Buchloe dactyloides Buffalograss Native -VNS† 0.7 2.5

Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 5

Page 230: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-2

Elymus lanceolatus Thickspike Wheatgrass Critana 0.5 5

Elymus trachycaulus Slender Wheatgrass Primar 0.5 5

Nasella viridula Green Needlegrass LoDorm 0.8 5

Panicum virgatum Switchgrass Nebraska 28 0.6 15

Pascopyrum smithii Western Wheatgrass Arriba 3.6 25

Poa secunda Sandberg Bluegrass Native -VNS† 0.5 5

Sporobolus cryptandrus Sand Dropseed Native -VNS† 0.01 4

Stipa comata Needleandthread Grass Native -VNS† 0.7 5

Grass species subtotal 9.41 95

FORBS (Wildflowers)

Cleome serrulata Rocky Mountain Beeplant Native -VNS† 0.1 <1

Coreopsis tinctoria Plains coreopsis Native -VNS† 0.01 <1

Erysimum asperum Western Wallflower Native -VNS† 0.01 <1

Gaillardia aristata Blanketflower Native -VNS† 0.1 <1

Liatris punctata Blazing-star Native -VNS† 0.1 <1

Linum lewisii Blue Flax Native -VNS† 0.03 <1

Oenothera villosa Tall Eveningprimrose Native -VNS† 0.01 <1

Penstemon angustifolia Narrow-leaf Penstemon Native -VNS† 0.02 <1

Ratibida columnaris Prairie Coneflower Native -VNS† 0.3 <1

Forb species subtotal 0.69 5

TOTAL PLS RATE 10.1

Mix Design 2 - Non-saline Upland Seed Mix For Shoulder Areas

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES

Bouteloua curtipendula Sideoats Grama Vaughn 0.8 10

Bouteloua gracilis Blue Grama Bad River 0.05 2.5

Bouteloua gracilis Blue Grama Hachita 0.05 2.5

Buchloe dactyloides Buffalograss Cody 0.7 2.5

Buchloe dactyloides Buffalograss Native -VNS† 0.7 2.5

Page 231: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-3

Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 5

Elymus lanceolatus v. lanceolatus

Thickspike Wheatgrass Critana 1.1 11

Elymus lanceolatus v. psammophilus

Streambank Wheatgrass Sodar 1.0 10

Elymus trachycaulus Slender Wheatgrass Primar0.5 0.5 5

Nasella viridula Green Needlegrass LoDorm 0.8 5

Pascopyrum smithii Western Wheatgrass Arriba 3.6 25

Poa secunda Sandberg Bluegrass Native -VNS† 0.5 5

Sporobolus cryptandrus Sand Dropseed Native -VNS† 0.01 4

Stipa comata Needleandthread Grass Native -VNS† 0.7 5

Grass species subtotal 10.8 100

TOTAL PLS RATE 10.8 100

Mix Design 3 - Saline Upland Area Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES

Buchloe dactyloides Buffalograss Cody 1.4 5

Buchloe dactyloides Buffalograss Native 1.4 5

Distichlis spicata v. stricta Inland Saltgrass Native 0.8 25

Sporobolus airoides Alkali Sacaton Salado 0.2 20

Pascopyrum smithii Western Wheatgrass Arriba 2.1 15

Puccinellia distans Alkaligrass Fults 0.2 15

Puccinellia airoides Nuttall Alkaligrass Native 0.1 12

Grass species subtotal 6.1 97

SHRUBS

Atriplex gardneri Gardner Saltbush Native 0.4 3

Shrub species subtotal 0.4 3

TOTAL PLS RATE 6.5 100

Mix Design 4 - Non-saline Wetland Mix, Denver International Airport

Page 232: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-4

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES

Beckmannia syzigachne American Sloughgrass Native 0.2 10

Glyceria grandis Giant Mannagrass Native 0.1 10

Juncus torreyii Torrey Bulrush Native 0.01 5

Carex nebrascensis Nebraska sedge Native 0.3 10

Carex utriculata Beaked Sedge Native 0.4 10

Elymus canadensis Canada Wildrye Native 2.0 15

Leymus triticoides Creeping Wildrye Native 4.6 15

Juncus balticus Baltic Rush Native 0.01 10

Schoenoplectus validus Softstem Bulrush Native 0.4 15

TOTAL PLS RATE 8.0

Mix Design 5 - Saline Wetland Seed Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES

Scirpus paludosus (S. maritimus) Alkali Bulrush Native 3.9 50

Puccinellia airoides Nuttall Alkaligrass Native 0.33 25

Distichlis spicata v. stricta Inland Saltgrass Native 0.65 25

TOTAL PLS RATE 4.9 100

Mix Design 6 - Pond Bottom Seed Mix

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES

Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 10

Juncus balticus Baltic Rush Native -VNS† 0.02 10

Panicum virgatum Switchgrass Nebraska 28 0.4 10

Pascopyrum smithii Western Wheatgrass Arriba 7.9 50

Puccinellia airoides Nuttall Alkaligrass Native -VNS† 0.06 10

Page 233: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-5

Scirpus paludosus (S. maritimus)

Alkali Bulrush Native -VNS† 1.1 10

TOTAL PLS RATE 9.8 100 * PLS means Pure Live Seed; rates shown are for drill seeding, if broadcast, rates should be doubled. ** Percent by seed number *** Wetland mixes to be used only where wetland hydrology exists. Check with DIA Environmental Services. † VNS = Variety Not Stated Seeding shall be performed during the period between spring thaw and July 1 or between October 15 and the freezing of the ground..

901-2.2 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers.

The fertilizers may be supplied in one of the following forms:

a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader;

b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or

c. A granular or pellet form suitable for application by blower equipment.

Fertilizers shall be a commercial fertilizer and shall be spread at the rate which is determined by the seeding contractor to allow for proper vegetative growth.

901-2.3 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the DEN Project Manager before being placed.

CONSTRUCTION METHODS

901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent

Page 234: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-6

maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage.

An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade.

When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means.

901-3.2 SEEDING. Seeding shall be accomplished by drill seeding or by broadcast seeding.

If drill seeding is used, the seed drill will be equipped with three seed boxes including one for large smooth seed, one for fluffy seed (with picker wheels to prevent bridging), and one for small smooth seed. Furrow spacing may vary between 7 and 9 inches. Drill will have double disc furrow openers and functioning depth bands set to plant at ½ inch depth. Drill will have either packer wheels or drag chains. Grain drills are NOT acceptable. Seeder-cultipackers are also not acceptable.

If broadcast seeding is used, soil surface will be roughened IMMEDIATELY prior to seeding using a toothed-type harrow. Seed will be spread by hand or by cyclonic spreader at a rate TWICE that specified for drill seeding in Tables 901-1 and 901-2. Immediately following seeding, the treated area will be harrowed with a tooth-type harrow to cover the seed. Sufficient passes will be made to assure that seed is covered to a depth of at least ¼ inch. Brush or chain-link drags are not acceptable for this purpose.

901-3.3 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the DEN Project Manager. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work.

When either the dry or wet application method outlined above is used for work done out of season, iIt will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the DEN Project Manager. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded.

Page 235: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-7

Alternatively, a two-year warranty period may be established after which re-vegetation requirements associated with construction projects as regulated by the National Pollutant Discharge Elimination System (NPDES) stormwater program and managed by the Colorado Department of Public Health and Environment (CDPHE) would be implemented. Permanent stabilization is defined by CDPHE and in this specification as return of ground cover (cover of live plants including weeds plus that of litter (detached dead plant parts) and standing dead plant material) equal to or greater than 70% of that present previous to disturbance. Inasmuch as total ground cover in this area prior to disturbance is often in the range of 70 to 80%, meaning that 70% of these levels is about 50 to 55%, a single standard of 50% total ground cover will be used. That is, to be regarded as stabilized, project areas must demonstrate 50% ground cover (by visual estimate). In other words no more than 50% of the surface may be exposed soil. Areas with bare soil in excess of 50% may be no larger than 1000 sq.ft. as determined by the DEN Project Manager.

If, at the time when the contract has been otherwise completed it is not possible to make a determination of the adequacy of the re-vegetation, payment for the unaccepted portions of the areas will be withheld until such time as these requirements have been met.

METHOD OF MEASUREMENT

901-4.1 No separate measurement shall be made for work under this section.

BASIS OF PAYMENT

901-5.1 No separate payment shall be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order, or lump sum bid item.

MATERIAL REQUIREMENTS

ASTM C602 Standard Specification for Agricultural Liming Materials

ASTM D977 Standard Specification for Emulsified Asphalt

FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural

Page 236: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-8

ATTACHMENT 901-A NOXIOUS WEED SPECIES AS PER COLORADO WEED ACT

LIST A NOXIOUS WEED SPECIES

African rue (Peganum harmala)

Camelthorn (Alhagi pseudalhagi)

Common crupina (Crupina vulgaris)

Cypress spurge (Euphorbia cyparissias)

Dyer's woad (Isatis tinctoria)

Giant salvinia (Salvinia molesta)

Hydrilla (Hydrilla verticillata)

Meadow knapweed (Centaurea pratensis)

Mediterranean sage (Salvia aethiopis)

Medusahead (Taeniatherum caput-medusae)

Myrtle spurge (Euphorbia myrsinites)

Purple loosestrife (Lythrum salicaria)

Rush skeletonweed (Chondrilla juncea)

Sericea lespedeza (Lespedeza cuneata)

Squarrose knapweed (Centaurea virgata)

Tansy ragwort (Senecio jacobaea)

Yellow starthistle (Centaurea solstitialis)

LIST B NOXIOUS WEED SPECIES

Absinth wormwood (Artemisia absinthium)

Black henbane (Hyoscyamus niger)

Bouncingbet (Saponaria officinalis)

Bull thistle (Cirsium vulgare)

Canada thistle (Cirsium arvense)

Chinese clematis (Clematis orientalis)

Common tansy (Tanacetum vulgare)

Common teasel (Dipsacus fullonum)

Corn chamomile (Anthemis arvensis)

Cutleaf teasel (Dipsacus laciniatus)

Dalmatian toadflax, broad-leaved (Linaria dalmatica)

Dalmatian toadflax, narrow-leaved (Linaria genistifolia)

Page 237: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-9

Dame's rocket (Hesperis matronalis)

Diffuse knapweed (Centaurea diffusa)

Eurasian watermilfoil (Myriophyllum spicatum)

Hoary cress (Cardaria draba)

Houndstongue (Cynoglossum officinale)

Leafy spurge (Euphorbia esula)

Mayweed chamomile (Anthemis cotula)

Moth mullein (Verbascum blattaria)

Musk thistle (Carduus nutans)

Orange hawkweed (Hieracium aurantiacum)

Oxeye daisy (Chrysanthemum leucanthemum)

Perennial pepperweed (Lepidium latifolium)

Plumeless thistle (Carduus acanthoides)

Quackgrass (Elytrigia repens)

Redstem filaree (Erodium cicutarium)

Russian knapweed (Acroptilon repens)

Russian-olive (Elaeagnus angustifolia)

Salt cedar (Tamarix chinensis, T.parviflora, and T.

ramosissima)

Scentless chamomile (Matricaria perforata)

Scotch thistle (Onopordum acanthium)

Scotch thistle (Onopordum tauricum)

Spotted knapweed (Centaurea maculosa)

Spurred anoda (Anoda cristata)

Sulfur cinquefoil (Potentilla recta)

Venice mallow (Hibiscus trionum)

Wild caraway (Carum carvi)

Yellow nutsedge (Cyperus esculentus)

Yellow toadflax (Linaria vulgaris)

Page 238: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCROUSE B SE ITEM T-901 SEEDING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-901-10

LIST C NOXIOUS WEED SPECIES

Chicory (Cichorium intybus)

Common burdock (Arctium minus)

Common mullein (Verbascum thapsus)

Common St. Johnswort (Hypericum perforatum)

Downy brome (Bromus tectorum)

Field bindweed (Convolvulus arvensis)

Halogeton (Halogeton glomeratus)

Johnsongrass (Sorghum halepense)

Jointed goatgrass (Aegilops cylindrica)

Perennial sowthistle (Sonchus arvensis)

Poison hemlock (Conium maculatum)

Puncturevine (Tribulus terrestris)

Velvetleaf (Abutilon theophrasti)

Wild proso millet (Panicum miliaceum)

END OF ITEM T-901

Page 239: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-1

ITEM T-905 TOPSOILING

DESCRIPTION

905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the DEN Project Manager.

MATERIALS

905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 7.6 pH to 8.0 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 1% nor more than 10% as determined by the wet-combustion method (chromic acid reduction). Soil textures (USDA) suitable for re-vegetation include Sandy Loam, Loam, Silt Loam, Clay Loam, Sandy Clay Loam, Silty Clay Loam, and Loamy Sand.

When topsoil is imported to the site, it shall meet the following criteria:

Parameter Acceptable Unacceptable

Texture Sandy Loam, Loam, Silt Loam, Clay Loam, Sandy

Clay Loam, Silty Clay Loam, Loamy Sand

Silty Clay, Clay, Sandy Clay, Sand, Silt

Soil Reaction pH 5.0 to 8.0 < 5.0 or > 8.0

Salinity (mmhos/cm) < or = 4.0 > 4.0

Organic Matter (%) > or = 1.0 < 1.0

Coarse Fragment Content (%)*

< or = 20 > 20

Page 240: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-2

* Percent by weight of particles > 2 mm diameter (ie. gravels; cobbles and boulders excluded by provisions of 901-3.2) Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications.

905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the DEN Project Manager shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1.

CONSTRUCTION METHODS

905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans.

Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the DEN Project Manager before the various operations are started.

905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the DEN Project Manager, to a minimum depth of 18 inches minus the specified depth of the topsoil. If, for example, the topsoil depth is six inches (as would be typical) the ripping need only go to 12 inches. In FAA determined safety areas on the shoulders of taxiways, runways or ramps where only 6 inches of ripping is allowed, the total depth of loosened material including topsoil will be 6 inches.

The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification.

Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth-graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand.

Page 241: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-3

905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the DEN Project Manager. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed.

When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the DEN Project Manager. The topsoil shall be spread on areas already tilled and smooth-graded, or stockpiled in areas approved by the DEN Project Manager. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding.

When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the DEN Project Manager. The Contractor shall notify the DEN Project Manager sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation.

a. Topsoil Amendments. If topsoil is unavailable or of such poor quality that available materials need supplementary organic matter, then soil amendments shall be used. The soil amendment shall consist of composted biosolids or composted manure, or other organic soil amendment product approved by the Project Manager.

Organic amendment comprised of composted biosolids shall comply with all requirements of U.S. EPA’s biosolids regulations.

Organic amendment comprised of composted manure shall be produced as follows:

(1) Compost organic amendment (cow or sheep manure) for 90 to 120 days. Certification must be provided to prove the product has gone through this process.

(2) Eradicate harmful pathogens including coliform bacteria.

(3) Create a carbon to nitrogen ratio of 15:1 to 25:1.

(4) Contain no solid particle greater than ½ inch diameter.

(5) Have a non-offensive smell similar to fresh turned soil.

(6) Contain no significant level of dirt, soil, or chemical preservatives and contain a maximum of 30 percent composted plant residue.

Page 242: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-4

(7) Have a Ph after composting between 6 and 8 with an organic matter content of at least 20 percent.

(8) Contain soluble salts not greater than 5mmhos/cm.

(9) Produced by aerobic decomposition.

(10) Processed at a consistent temperature of 140 degrees F or greater.

A Certificate of Compliance shall be provided to the Project Manager to verify the organic matter content, Ph, and carbon matter to nitrogen ratio, and salt levels (by electrical conductivity mmhos/cm).

If organic amendment is not available, a natural trace mineral, carbon, and humic acid based granular soil conditioner may be used (such as Menefee Humate, or approved equal).

The proposed soil amendment shall be submitted to the Project Manager for his work approval as a part of the Common Excavation Plan. The soil amendment plan shall be based on soil samples obtained from the topsoil removed and stockpiled and shall be formulated to develop a suitable seed bed at least as suitable as those areas where topsoil is placed.

b. Topsoil Plan. The Contractor shall prepare a Topsoil Plan which shall include but not be limited to the following items:

(1) Location and quantity of topsoil stockpiles available for the project.

(2) Location and quantity of topsoil available from borrow areas.

(3) Location and quantity of topsoil required for all areas to be topsoiled within project limits.

(4) Identification of and plan for removal of all undesirable materials such as weeds, trash, debris, etc., before actual stripping commences.

(5) Haul routes, schedules, utility conflicts, and other Topsoil Plan features by the Project Manager.

905-3.4 STOCKPILING. Stockpiled side slopes shall not exceed 3:1. All stockpiles and adjacent areas that have been disturbed by the Contractor shall be graded, topsoiled if necessary, ripped and seeded in accordance with Sections T-901 and T-908. Whenever it is practical, topsoil shall be hauled directly from the salvage site to the placement site to avoid double handling.

A sufficient amount of topsoil for the entire project including shrinkage and waste shall be set aside before any quality topsoil material is used for purposes other than topsoiling.

Page 243: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-5

905-3.5 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas that have been left roughened to prevent topsoil layer slippage. Topsoil shall be placed to an average depth of six (6) inches, where the subsoil is suitable according to the following.

Subsoil Suitability criteria are as follows:

Parameter Acceptable Unacceptable Soil Reaction pH 5.0 to 8.7 < 5.0 or >8.7 Salinity (mmhos/cm) < or = 7.0 > 7.0

Where the subsoil does not meet the above suitability criteria, then the topsoil depth shall be 15 inches, or the Contractor shall apply soil amendments in order to bring brine soils within acceptance criteria.

Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling.

After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the DEN Project Manager. The compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed.

905-3.6 VERIFICATION OF TOPSOIL THICKNESS. The contractor shall be required to provide depth measurements for every 5,000 square yards of topsoil placed to minimum of 6 inch depth of topsoil. To test the depth of topsoil, the redressed areas will be divided into 10 acre plots. Within each plot, at least ten randomly selected locations will be sampled for topsoil depth before seedbed preparation. More than 90% of the samples must have a depth equal to or greater than the specified design depth. If this criterion is not met, the contractor will redress the plot. Topsoil shall be added as necessary to provide and maintain the minimum 6 inches of topsoil through the contract and maintenance period.

905-3.7 TOLERANCES. The surface of the finished topsoil surface shall be of such smoothness that it will not vary more than plus 0.10’ to minus 0.10’ from true grade as shown on the Contract Drawings. Any deviation in excess of this amount shall be corrected by loosening, adding and removing materials, and reshaping.

Page 244: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS GARDI CONCOURSE B SE ITEM T-905 TOPSOILING CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 T-905-6

METHOD OF MEASUREMENT

905-4.1 No separate measurement shall be made for work under this section.

BASIS OF PAYMENT

905-5.1 No separate payment will be made for work under this section. The cost of the work described in the section shall be included in the applicable unit price item, work order, or lump sum bid item.

TESTING MATERIALS

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

END OF ITEM T-905

Page 245: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS DEN CONCOURSE B SE ITEM L-139 TEMPORARY CONSTRUCTION MARKER LIGHTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 L-139-1

ITEM L-139 TEMPORARY CONSTRUCTION MARKER LIGHTS

DESCRIPTION

139-1.1 DESCRIPTION. This item shall consist of installation, relocation, maintenance and removal of temporary Construction Marker Lights and/or barricades, furnished and installed in accordance with this specification. This item shall include furnishing all required equipment, materials, services, and incidentals necessary to place the systems in operation and to maintain them as completed units to the continuing satisfaction of the DEN Project Manager during the course of the entire construction project. These lights shall be required whenever the Contractor is working adjacent to existing operational runways, taxiways and aprons, whenever removing and relocating existing taxiway lights or signs, where required by the project plans or as directed by the DEN Project Manager.

EQUIPMENT AND MATERIALS

139-2.1 CONSTRUCTION EDGE MARKER LIGHTS. Lights for runway, taxiway, apron or roadway closures and for delineating construction area marking shall be airport marker lights with an overall height of 24”.

Power: Solar powered rechargeable LiFePO4 batteries. Capable of operating autonomously for 7 days in flashing mode.

Switch: Photocell for dusk to dawn operation and Manual switch for Off - Flashing.

Light Output: Polycarbonate omni-directional red dome with minimum 4 candela output.

Flashing: 55 to 75 flashes per minute, flash duration ten percent.

Base: The base shall hold the Construction Marker Light securely without tipping or sliding when placed on a concrete or asphalt surface and subjected to aircraft propeller/jet blasts of 150 mph (approximately 60 pounds per square foot).

Page 246: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 – AIRFIELD STANDARDS DEN CONCOURSE B SE ITEM L-139 TEMPORARY CONSTRUCTION MARKER LIGHTS CONTRACT NO. 201631515

ISSUED FOR BID CH2M REVISION NO. 00 11/16/2016 L-139-2

CONSTRUCTION METHODS

139-3.1 GENERAL. The installation, relocation, and/or removal of the Construction Marker Lights are critical to airport operations (aircraft, vehicular, and personnel movements); therefore, the Contractor shall follow the schedules as established in the plans and specifications or as directed by the DEN Project Manager. Construction Marker Lights shall be in place along the runway, taxiway or apron edge throughout the period of construction. The Contractor shall furnish and use as many lights as are needed to satisfy the spacing requirements as indicated in the plans and specifications.

139-3.2 AIRPORT INSTALLED CONSTRUCTION MARKER LIGHTS. If for any reason, the Contractor does not provide and/or maintain the required temporary Construction Marker Lights, barricades or such equipment on the project to meet the operational needs of the airport, the Owner will have the necessary equipment installed and the Contractor will be back charged for rental of the equipment, all labor and any other expenses incurred.

139-3.3 CONSTRUCTION MARKER LIGHTS. The Construction Marker Lights shall be spaced 25 feet apart (maximum) and located as directed by the DEN Project Manager. The lights shall be designed to remain in place without further anchoring, but the Contractor shall furnish and install sand bags or other approved materials if required to prevent displacement.

139-3.4 MAINTENANCE. The Contractor shall maintain all of the temporary Construction Marker Lights, barricades and equipment in proper alignment and in good working order. Lamps, batteries, and other items which fail or are damaged shall be immediately repaired or replaced. At the completion of the project, all Construction Marker Lights shall be removed from the project site.

METHOD OF MEASUREMENT

139-4.1 There will be no direct measurement or payment for temporary construction items under L-139. All measurement for these items are covered under Section 015525.

BASIS OF PAYMENT

139-5.1 There will be no direct payment for temporary construction items under L-139. All payment for these items is covered under Section 015525, Traffic Control.

END OF ITEM L-139

Page 247: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-1

REVISION NO. 00

SECTION 024116 - STRUCTURE DEMOLITION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 01 and Division 02 specification sections, and Item P-150 “Demolition” specification, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Demolition and removal of buildings and structure, and site improvements.

2. Demolition and removal of site improvements adjacent to a building or structure to be demolished.

3. Abandoning in-place and removing below-grade construction.

4. Disconnecting, capping or sealing, abandoning in-place, and removing site utilities.

5. Salvaging items for reuse by Owner.

B. Related Sections:

1. Section 011000 "Summary" for use of the premises and phasing requirements.

2. Section 013233 ""Photographic Documentation" for preconstruction photographs taken before building demolition.

3. Section 024119 "Selective Demolition" for partial demolition of buildings, structures, and site improvements.

4. Section 330500 "Common Work Results for Utilities" [by reference] for shutting off, disconnecting, removing, and sealing or capping utilities.

5. Item P-150 “Demolition” for general contract demolition requirements.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged, or as directed by the DEN Project Manager.

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. Include fasteners or brackets needed for reattachment elsewhere.

C. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or recycled.

Page 248: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-2

REVISION NO. 00

1.4 MATERIALS OWNERSHIP

A. Unless otherwise indicated, demolition waste becomes property of Contractor.

1. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. Carefully salvage in a manner to prevent damage and promptly return to Owner.

B. Coordinate with the DEN Project Manager, who will establish special procedures for removal and salvage.

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For qualified refrigerant demolition firm, Professional Engineer, and recovery technician, as required for progress of the contract work.

B. Proposed Protection, Environmental-Protection, Dust-Control, and Noise-Control Measures: Submit informational report, including Drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and for noise control. Indicate proposed locations and construction of barriers.

1. Adjacent Buildings: Detail special measures proposed to protect adjacent buildings to remain, including means of egress from those buildings.

C. Schedule of Building Demolition Activities: Indicate the following:

1. Detailed sequence of demolition work, with starting and ending dates for each activity.

2. Temporary interruption of utility services.

3. Coordination for shutoff and capping or re-routing and continuation of utility services.

4. Locations of temporary protection and means of egress, including for other tenants affected by building demolition operations as applicable.

5. Coordination of Owner's continuing occupancy of adjacent buildings and partial use of premises.

D. Inventory: Submit a list of items to be removed and salvaged, and deliver to Owner prior to start of demolition.

E. Pre-Demolition Photographs/Video: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by demolition operations. Comply with Section 013233 "Photographic Documentation." Submit to the DEN Project Manager for approval, before the Work begins.

F. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes.

G. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered.

Page 249: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-3

REVISION NO. 00

1.6 QUALITY ASSURANCE

A. Demolition Firm Qualifications: An experienced firm that has specialized experience in demolition work similar in material and extent to that indicated for this Project.

B. Refrigerant Recovery Technician Qualifications: Certified by EPA-approved certification program.

C. Regulatory Requirements: Comply with governing EPA notification regulations, before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

D. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241.

E. Pre-Demolition Conference: Conduct conference at the time and location outlined by the DEN Project Manager.

1. Inspect and discuss condition of construction to be demolished.

2. Review structural load limitations of existing structures.

3. Review and finalize building demolition schedule and verify availability of demolition personnel, equipment, and facilities needed to make progress and avoid delays.

4. Review and finalize protection requirements.

5. Review procedures for noise control and dust control.

6. Review procedures for protection of adjacent buildings.

7. Review items to be salvaged and returned to Owner.

1.7 PROJECT CONDITIONS

A. Buildings to be demolished will be vacated and their use discontinued before start of the Work.

B. Buildings immediately adjacent to demolition area will be occupied. Conduct building demolition so operations of occupied buildings will not be disrupted.

1. Provide not less than 72 hours’ notice of activities that will affect operations of adjacent occupied buildings.

2. Maintain access to existing walkways, exits, and other facilities used by occupants of adjacent buildings.

a. Do not close or obstruct walkways, exits, or other facilities used by occupants of adjacent buildings without written permission from authorities having jurisdiction.

C. Owner and tenant assume no responsibility for buildings and structures to be demolished.

1. Conditions existing at time of inspection for bidding purposes will be maintained by the Owner, as far as practical.

2. Before building demolition, Owner will remove the items deemed necessary.

D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work.

Page 250: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-4

REVISION NO. 00

1. Hazardous materials will be removed by the Owner, before start of the Work.

2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify DEN Project Manager. Hazardous materials will be removed by Owner under a separate contract.

E. On-site storage or sale of removed items or materials is not permitted.

1.8 COORDINATION

A. Arrange demolition schedule so as not to interfere with Owner's on-site operations, tenant's on-site operations, or operations of adjacent occupied buildings.

1.9 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal." Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 SOIL MATERIALS

A. Satisfactory Soils: Comply with requirements in Item P-152.

PART 3 - EXECUTION

3.1 DEMOLITION CONTRACTOR

A. Demolition Contractor: Subject to compliance with requirements, provide one of the following:

1. PC Air Unit removal and re-installation shall be completed, under subcontract to the Prime Contractor, by Trautman and Shreve, in order to comply with unit warranty provisions.

2. Passenger Loading Bridge modifications, removal, and/or re-installation shall be completed by the Owner.

3.2 EXAMINATION

A. Survey existing conditions and correlate with requirements indicated to determine extent of building demolition required.

B. Verify that utilities have been disconnected and capped before starting demolition operations.

C. Review Project Record Documents of existing construction provided by Owner and /or tenant. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents.

D. Inventory and record the condition of items to be removed and salvaged. Provide photographs and/or video, as required by the DEN Project Manager, of conditions that might be misconstrued as damage caused by salvage operations. Comply with Section 013233 "Photographic Documentation."

Page 251: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-5

REVISION NO. 00

E. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and measure the nature and extent of the element. Promptly submit a written report to the DEN Project Manager.

F. Contractor shall engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during building demolition operations.

1. Steel Tendons: Locate tensioned steel tendons and include recommendations for de-tensioning.

G. Verify that hazardous materials have been remediated before proceeding with building demolition operations.

3.3 PREPARATION

A. Refrigerant: Remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction before starting demolition.

B. Existing Utilities: Locate, identify, disconnect, and seal or cap off indicated utilities serving buildings and structures to be demolished.

1. Owner will arrange to shut off indicated utilities, when requested by Contractor.

2. Arrange to shut off indicated utilities with utility companies.

3. If removal, relocation, or abandonment of utility services will affect adjacent occupied buildings, then provide temporary utilities that bypass buildings and structures to be demolished and that maintain continuity of service to other buildings and structures.

4. Cut off pipe or conduit a minimum of 24 inches (610 mm) below grade. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing according to requirements of authorities having jurisdiction.

C. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of construction being demolished.

1. Strengthen or add new supports, when required during progress of demolition.

D. Salvaged Items: Comply with the following:

1. Clean salvaged items of dirt and demolition debris.

2. Pack or crate items after cleaning. Identify contents of containers.

3. Store items in a secure area until delivery to Owner.

4. Transport items to storage area designated by the Owner.

5. Protect items from damage during transport and storage.

Page 252: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-6

REVISION NO. 00

3.4 PROTECTION

A. Existing Facilities: Protect adjacent walkways, loading docks, building entries, and other building facilities during demolition operations. Maintain exits from existing buildings.

B. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during demolition. When permitted by the DEN Project Manager, items may be removed to a suitable, protected storage location during demolition and cleaned and reinstalled in their original locations after demolition operations are complete.

C. Existing Utilities: Maintain utility services to remain and protect from damage during demolition operations.

1. Do not interrupt existing utilities serving adjacent occupied or operating facilities, unless authorized in writing by the Owner and authorities having jurisdiction.

2. Provide temporary services during interruptions to existing utilities, as acceptable to the Owner, tenant, and authorities having jurisdiction.

a. Provide at least 72 hours' notice to the DEN Project Manager if shutdown of service is required during changeover.

D. Temporary Protection: Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction and as indicated. Comply with requirements in Section 015210 "Temporary Facilities."

1. Protect adjacent buildings and facilities from damage due to demolition activities.

2. Protect existing site improvements, appurtenances, and landscaping to remain.

3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain.

4. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain.

5. Provide protection to ensure safe passage of people around building demolition area and to and from occupied portions of adjacent buildings and structures.

6. Protect walls, windows, roofs, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations.

7. Erect and maintain dustproof partitions and temporary enclosures to limit dust, noise, and dirt migration to occupied portions of adjacent buildings.

E. Remove temporary barriers and protections where hazards no longer exist. Where open excavations or other hazardous conditions remain, leave temporary barriers and protections in place.

Page 253: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-7

REVISION NO. 00

3.5 DEMOLITION, GENERAL

A. General: Demolish indicated buildings and structures and site improvements completely. Use methods required to complete the Work within limitations of governing regulations and as follows:

1. Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire-suppression devices during flame-cutting operations.

2. Maintain fire watch during, and for at least 24 hours after, flame cutting operations.

3. Maintain adequate ventilation when using cutting torches.

4. Locate building demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing.

B. Engineering Surveys: During demolition, perform surveys to detect hazards that may result from building demolition activities.

C. Site Access and Temporary Controls: Conduct building demolition and debris-removal operations to ensure minimum interference with airfield operations, aircraft operations, roads, streets, walks, walkways, and other adjacent occupied and used facilities.

1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways, if required by authorities having jurisdiction.

2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution.

D. Explosives: Use of explosives is not permitted.

3.6 DEMOLITION BY MECHANICAL MEANS

A. Remove buildings, structures, and site improvements intact when permitted by authorities having jurisdiction.

B. Proceed with demolition of structural framing members systematically, from higher to lower level. Complete building demolition operations above each floor or tier before disturbing supporting members on the next lower level.

C. Remove debris from elevated portions of the building by chute, hoist, or other device that will convey debris to grade level in a controlled descent.

1. Remove structural framing members and lower to ground by method suitable to minimize ground impact and dust generation.

D. Salvage: Items to be removed and salvaged are indicated below:

1. Doors and door hardware.

2. Windows.

3. Cabinets.

4. Mirrors.

Page 254: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-8

REVISION NO. 00

5. Chalkboards.

6. Tack boards.

7. Marker boards.

8. Plumbing fixtures.

9. Other items, as indicated by the DEN Project Manager

E. Concrete: Cut concrete full-depth at junctures with construction indicated to remain, using power-driven saw, then remove concrete between saw cuts.

F. Masonry: Cut masonry at junctures with construction indicated to remain, using power-driven saw, then remove masonry between saw cuts.

G. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished at junctures with construction indicated to remain, then break up and remove.

H. Structural Steel: Dismantle field connections without bending or damaging steel members. Do not use flame-cutting torches unless otherwise authorized by the DEN Project Manager and authorities having jurisdiction.

I. Transport steel trusses and joists as whole units without dismantling them further.

J. Carpet and Pad: Remove in large pieces and roll tightly after removing demolition debris, trash, adhesive, and tack strips.

K. Building Components: Remove metal gratings, metal ladders, doors, windows, door hardware, cabinets, mirrors, chalkboards and marker boards, tack boards, toilet accessories, plumbing fixtures, and light fixtures, as whole units, intact and undamaged.

L. Elevators: Remove as whole units as much as practical.

M. Equipment: Disconnect equipment at nearest fitting connection to services, complete with service valves. Remove as whole units, complete with controls.

N. Below-Grade Construction: Demolish foundation walls and other below-grade construction.

1. Remove below-grade construction, including basements, foundation walls, and footings, completely or to depths indicated.

O. Existing Utilities: Demolish and remove existing utilities and below-grade utility structures, unless approved by the DEN Project Manager to be abandoned in-place.

1. Piping: Disconnect piping at unions, flanges, valves, or fittings.

2. Wiring Ducts: Disassemble into unit lengths and remove plug-in and disconnecting devices.

3.7 DEMOLITION BY EXPLOSIVES

A. Explosives: Use of explosives is not permitted.

Page 255: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-9

REVISION NO. 00

3.8 SITE RESTORATION

A. Below-Grade Areas: Rough grade below-grade areas ready for further excavation or new construction, and in accordance with governing specifications.

B. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grades and new grades.

3.9 REPAIRS

A. Promptly repair damage to adjacent buildings caused by demolition operations.

B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials.

C. Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing.

3.10 RECYCLING DEMOLISHED MATERIALS

A. General: Separate recyclable demolished materials from other demolished materials to the maximum extent possible. Separate recyclable materials by type.

1. Provide containers or other storage method approved by the DEN Project Manager for controlling recyclable materials, until they are removed from Project site.

2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.

3. Stockpile materials away from demolition area. Do not store within drip line of remaining trees.

4. Store components off the ground and protect from the weather.

5. Transport recyclable materials off Airport property and legally dispose of them.

B. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling building demolition materials shall accrue to the Owner, unless indicated otherwise by the DEN Project Manager.

C. Asphalt: Grind asphalt to maximum 4-inch size.

D. Asphalt: Break up and transport asphalt to asphalt recycling facility.

E. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. Pulverize concrete to maximum size, as outlined by the DEN Project Manager.

F. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals.

1. Pulverize masonry to maximum size, as outlined by the DEN Project Manager.

2. Clean and stack undamaged whole masonry units on wood pallets.

G. Wood Materials: Sort and stack members according to size, type, and length. Separate dimensional and engineered lumber, panel products, and treated wood materials.

Page 256: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-10

REVISION NO. 00

H. Metals: Separate metals by type.

1. Structural Steel: Stack members according to size, type of member, and length.

2. Remove and dispose of bolts, nuts, washers, and other rough hardware.

I. Roofing: Separate organic and glass-fiber shingles and felts. Remove nails, staples, and accessories.

J. Doors and Hardware: Brace open end of door frames. Except for removing door closers, leave door hardware attached to doors.

K. Carpet and Pad: Store clean, dry carpet and pad in a closed container or trailer provided by Carpet Reclamation Agency.

L. Equipment: Drain tanks, piping, and fixtures. Seal openings with caps or plugs.

M. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers, valves, sprinkler heads, and other components by type and size.

N. Lighting Fixtures: Separate lamps by type and protect from breakage.

O. Electrical Devices: Separate switches, receptacles, switchgear, transformers, meters, panelboards, circuit breakers, and other devices by type.

P. Conduit: Reduce conduit to straight lengths and store by type and size.

3.11 DISPOSAL OF DEMOLISHED MATERIALS

A. Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain on Owner's property, remove demolition waste materials from Project site and legally dispose of them in an EPA-approved landfill acceptable to authorities having jurisdiction. See Section 017419 "Construction Waste Management and Disposal" for recycling and disposal of demolition waste.

1. Do not allow demolished materials to accumulate on-site.

2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

B. Do not burn demolished materials.

C. Disposal: Transport demolished materials off Owner's property and legally dispose of them, unless indicated otherwise on the plans.

3.12 CLEANING

A. Clean adjacent structures and improvements of dust, dirt, and debris caused by building demolition operations. Return adjacent areas to condition existing before building demolition operations began.

1. Clean roadways of debris caused by debris transport.

Page 257: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 024116-11

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. See Item P-150 “Demolition” for demolition item measurement provisions.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. See Item P-150 “Demolition” for demolition item payment provisions.

END OF SECTION 024116

Page 258: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-1

REVISION NO. 00

SECTION 024119 - SELECTIVE DEMOLITION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 01 and Division 02 specification sections, and Item P-150 “Demolition” specification, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Demolition and removal of selected portions of building or structure.

2. Demolition and removal of selected site elements.

3. Salvage of existing items to be reused or recycled.

4. Repair procedures for selective demolition operations.

B. Related Requirements:

1. Section 011000 "Summary" for restrictions on the use of the premises, Owner-occupancy requirements, and phasing requirements.

2. Section 024116 "Structure Demolition" for demolition of buildings and structures.

3. Item P-150 “Demolition” for general contract demolition requirements.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled.

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse.

C. Remove and Re-install: Detach items from existing construction, prepare for reuse, and re-install where indicated.

D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.

Page 259: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-2

REVISION NO. 00

1.4 MATERIALS OWNERSHIP

A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain DEN property, demolished materials shall become the Contractor's property and shall be removed from the Project site.

B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner.

1. Carefully salvage in a manner to prevent damage and promptly return to Owner.

1.5 PRE-INSTALLATION MEETINGS

A. Pre-Demolition Conference: Conduct conference at location and time as determined by the DEN Project Manager.

1. Inspect and discuss condition of construction to be selectively demolished.

2. Review structural load limitations of existing structure.

3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays.

4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations.

5. Review areas where existing construction is to remain and requires protection.

6. If needed, insert list of conference participants not mentioned in Section 013100 "Project Management and Coordination."

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data:

1. For firms and persons specified in Section 014510 "Contractor Quality Control" to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

2. For refrigerant recovery technician.

B. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control, and for noise control, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. Indicate proposed locations and construction of barriers.

Page 260: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-3

REVISION NO. 00

C. Submit Schedule of Selective Demolition Activities. Indicate the Following:

1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner, DEN, and other tenant's on-site operations are uninterrupted.

2. Interruption of utility services. Indicate how long utility services will be interrupted.

3. Do not interrupt utility services without prior written request and approval from the DEN Project Manager and authorities having jurisdiction.

4. Coordination for shutoff, capping, and continuation of utility services.

5. Use of elevator and stairs.

6. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work.

D. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition.

E. Pre-Demolition Photographs/Video: Submit before Work begins.

F. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered.

G. Warranties: Documentation indicated that existing warranties are still in effect after completion of selective demolition.

1.7 CLOSEOUT SUBMITTALS

A. Inventory: Submit a list of items that have been removed and salvaged.

B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes.

C. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.8 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

B. Standards: Comply with ANSI A10.6 and NFPA 241.

C. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program.

Page 261: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-4

REVISION NO. 00

1.9 FIELD CONDITIONS

A. When there are occupied portions of buildings immediately adjacent to selective demolition area, conduct selective demolition so DEN or Tenant operations will not be disrupted.

1. Provide not less than 72 hours' notice to DEN Project Manager of activities that will affect DEN or Tenant operations.

B. Maintain access to existing airfield facilities, walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct airfield facilities, walkways, corridors, or other occupied or used facilities without written permission from authorities having jurisdiction.

C. DEN assumes no responsibility for condition of areas to be selectively demolished. DEN will maintain conditions existing at time of inspection for bidding purpose, as far as practical.

D. Conditions existing at time of inspection for bidding purpose will be maintained by Owner, as far as practical.

1. Before selective demolition, Owner will remove the following items:

a. Passenger Loading Bridge equipment, as applicable.

E. Notify DEN Project Manager of discrepancies between existing conditions and Drawings before proceeding with selective demolition.

F. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work.

1. Hazardous materials will be removed by Owner, before start of the Work.

2. If suspected hazardous materials are encountered, do not disturb; immediately notify DEN Project Manager. Hazardous materials will be removed by Owner under a separate contract.

G. Historic Areas: Demolition and hauling equipment and other materials shall be of sizes that clear surfaces within historic spaces, areas, rooms, and openings, including temporary protection, by 12 inches (300 mm) or more.

H. Storage or sale of removed items or materials on-site is not permitted.

I. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations.

1. Maintain fire-protection facilities in service during selective demolition operations.

1.10 WARRANTY

A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. Notify warrantor before proceeding. Existing warranties include the following:

1. PC Air Unit removal and re-installation shall be completed, under subcontract to the Prime Contractor, by Trautman and Shreve, in order to comply with unit warranty provisions

Page 262: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-5

REVISION NO. 00

B. Notify warrantor on completion of selective demolition, and obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout.

1. If possible, retain original installer or fabricator to patch the exposed Work listed below that is damaged during selective demolition. If it is impossible to engage the original installer or fabricator, engage another recognized experienced and specialized firm.

a. Ornamental metal.

b. Preformed metal panels.

c. Firestopping.

d. Terrazzo.

e. Wall covering.

f. ProCoat paint finishes.

g. HVAC enclosures, cabinets or covers.

1.11 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 REPAIR MATERIALS

A. Use repair materials identical to existing materials.

B. If identical materials are unavailable or cannot be used for exposed surfaces, use materials that, when installed, will match the visual and functional performance of existing materials, as approved by the DEN Project Manager.

C. Use materials whose installed performance equal or surpass that of existing materials.

D. Comply with material and installation requirements specified in individual specification sections.

2.2 PEFORMANCE REQUIREMENTS

A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241.

C. LEED Requirements for Building Reuse:

1. Credit MR 1.1, Credit MR 1.2, and Credit MR 1.3 shall be indicated by the DEN Project Manager.

Page 263: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-6

REVISION NO. 00

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that utilities have been disconnected and capped before starting selective demolition operations.

B. Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents.

C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required.

D. Inventory and record the condition of items to be removed and re-installed and items to be removed and salvaged.

E. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to DEN Project Manager.

F. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations.

1. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities.

2. Steel Tendons: Locate tensioned steel tendons and include recommendations for de-tensioning.

G. Survey of Existing Conditions: Record existing conditions by use of measured drawings, pre-construction photographs, pre-construction videotapes and templates, as applicable and as required by the DEN Project Manager.

1. Comply with requirements specified in Section 013233 "Photographic Documentation."

2. Inventory and record the condition of items to be removed and salvaged. Provide photographs/video of conditions that might be misconstrued as damage caused by salvage operations.

3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction.

Page 264: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-7

REVISION NO. 00

3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS

A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage.

1. Comply with requirements for existing services/systems interruptions specified in Section 011000 "Summary."

2. Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by the DEN Project Manager and authorities having jurisdiction.

B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished.

1. Arrange to shut off indicated utilities and obtain prior written approval with DEN Project Manager and utility companies.

2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building.

3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed.

a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material.

b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material.

c. Equipment to Be Removed: Disconnect and cap services and remove equipment.

d. Equipment to Be Removed and Re-installed: Disconnect and cap services and remove, clean, and store equipment; when appropriate, re-install, reconnect, and make equipment operational.

e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner.

f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material.

g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material.

C. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to 40 CFR 82 and regulations of authorities having jurisdiction.

Page 265: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-8

REVISION NO. 00

3.3 PREPARATION

A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with airfield operations, airfield facilities, roads, streets, walks, walkways, and other adjacent occupied and used facilities.

1. Comply with requirements for access and protection specified in Section 015210 "Temporary Facilities."

2. Do not close or obstruct airfield facilities, roads, streets, walks, walkways, or other adjacent occupied or used facilities without written authorization from the DEN Project Manager and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations.

3. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction.

4. Protect existing site improvements, appurtenances and landscaping.

5. Erect a plainly visible fence around drip lines of individual trees or around perimeter drip lines of groups of trees.

B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain.

1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building.

2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas.

3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations.

4. Cover and protect furniture, furnishings, and equipment that have not been removed.

5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Section 015000 "Temporary Facilities and Controls."

C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished.

1. Strengthen or add new supports when required during progress of selective demolition.

Page 266: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-9

REVISION NO. 00

D. Temporary Enclosures: Provide temporary enclosures for protection of existing buildings and construction projects, both in progress and completed, from exposure, foul weather and other construction operations. Provide temporary weather tight enclosures for building exteriors.

1. Where heating or cooling is needed and permanent enclosures are not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects.

2. Contractor shall be responsible for any damage to existing conditions due to inadequate temporary enclosures or due to failure of temporary enclosures.

E. Temporary Partitions: Erect and maintain dust-proof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise.

3.4 SELECTIVE DEMOLITION, GENERAL

A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows:

1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level.

2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain.

3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces.

4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices during flame-cutting operations.

5. Maintain adequate ventilation when using cutting torches.

6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site.

7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation.

8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing.

Page 267: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-10

REVISION NO. 00

9. Dispose of demolished items and materials promptly. Comply with requirements in Section 017419 "Construction Waste Management and Disposal."

B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of building elements as follows. Do not demolish building elements beyond what is indicated on Drawings without DEN Project Manager's approval.

1. Building Structure and Shell: 100 percent.

2. Non-shell Elements: 50 percent.

C. Removed and Salvaged Items:

1. Clean salvaged items.

2. Pack or crate items after cleaning. Identify contents of containers.

3. Store items in a secure area until delivery to DEN.

4. Transport items to DEN's storage area as designated by the DEN Project Manager.

5. Protect items from damage during transport and storage.

D. Removed and Re-installed Items:

1. Clean and repair items to functional condition adequate for intended reuse.

2. Paint equipment to match new equipment, with coatings of equal color, finish and performance of new equipment.

3. Pack or crate items after cleaning and repairing. Identify contents of containers.

4. Protect items from damage during transport and storage.

5. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated.

E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by DEN Project Manager, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete.

3.5 PATCHING AND REPAIRS

A. General: Promptly repair damage to adjacent construction caused by selective demolition operations.

B. Patching: Comply with Specification Section 017330 "Cutting and Patching".

Page 268: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-11

REVISION NO. 00

C. Repairs: Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials.

1. Completely fill holes and depressions in existing masonry walls that are to remain with an approved masonry patching material applied according to manufacturer’s written recommendations.

D. Finishes: Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing.

E. Floors and Walls: Where walls or partitions that are demolished extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish color, texture and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance.

1. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements as specified in other sections of these specifications.

2. Where patching occurs on a painted surface, apply primer and intermediate paint coats over the patch, and apply a final paint coat over the entire unbroken surface containing the patch. Provide additional coats until the patch blends with adjacent surfaces.

3. Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation.

F. Ceilings: Patch, repair or rehang existing ceilings as necessary to provide an even-plane surface of uniform appearance.

3.6 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS

A. Concrete: Demolish in small sections. Using power-driven saw, cut concrete to a depth of at least 3/4 inch (19 mm) at junctures with construction to remain. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly trim openings to dimensions indicated.

B. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals using power-driven saw, then remove concrete between saw cuts.

C. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power-driven saw, then remove masonry between saw cuts.

D. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove.

E. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." Do not use methods requiring solvent-based adhesive strippers.

Page 269: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 02 - EXISTING CONDITIONS 024116 - STRUCTURE DEMOLITION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/13/2016

CH2M 024116-12

REVISION NO. 00

F. Roofing: Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weathertight.

1. Remove existing roof membrane, flashings, copings, and roof accessories.

3.7 DISPOSAL OF DEMOLISHED MATERIALS

A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill off Airport property.

1. Do not allow demolished materials to accumulate on-site.

2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent.

4. Comply with requirements specified in Section 017419 "Construction Waste Management and Disposal."

5. Disposal shall be in accordance with Division 32 requirements.

B. Burning: Do not burn demolished materials.

C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.

3.8 CLEANING

A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began.

3.9 SELECTIVE DEMOLITION SCHEDULE

A. See Item P-150 “Demolition.”

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. See Item P-150 “Demolition” for demolition item measurement provisions.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. See Item P-150 “Demolition” for demolition item payment provisions.

END OF SECTION 024119

Page 270: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-1

REVISION NO. 00

SECTION 050510 - WELDING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Welding is that work defined in American Welding Society (AWS) "Standard Welding Terms and Definitions - AWS A2.4" and as otherwise shown on Drawings.

1. All welding on this project shall comply with requirement of this Section, and other Contract Documents such as, but not limited to Drawings. If there is a conflict between Project Drawings, codes, and specifications, the more stringent shall apply.

B. Extent of welding Work is shown on Drawings, including schedules, notes and details to show size and location of welds. Welding Symbols shall be in accordance with AWS/A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination.

C. Nothing stated in this Section shall be interpreted as diminishing or eliminating requirements stated in other Sections.

D. Related Sections:

1. This Section 050510 "Welding” will apply to all welding performed under all other sections of this specification.

2. Other Division 5, Division 22, Division 26, and Division 33Sections.

E. Related Requirements:

1. Drawings, General and Special conditions, general requirements and other applicable Technical Specifications apply to Work of this Section.

2. IEEE-1992. Only welding machines that have been tested and comply with harmonic distortion requirements of IEEE-1992 shall be allowed to operate off of DIA electrical power system.

Page 271: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-2

REVISION NO. 00

1.3 REFERENCE STANDARDS

A. Welding shall comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

1. AISC - American Institute of Steel Construction. 2. AWS - American Welding Society. 3. API - American Petroleum Institute. 4. AWWA - American Water Works Association. 5. ASME - American Society of Mechanical Engineers. 6. ASTM - American Society for Testing and Materials. 7. ASNT - American Society for Nondestructive Testing.

1.4 SUBMITTALS

A. Product Data: Submit producers or manufacturer's specifications and installation instructions for all products, including, but not limited to those listed below. Include laboratory test reports and other data to show compliance with specifications (including specified standards).

1. Welding Electrodes: Submit manufactures specifications, to include recommended parameters and technique, for each electrode to be used on this project.

2. Include data substantiating that materials comply with requirements.

B. Submittal Requirements for Steel Studs:

1. Stud manufacturer's certification that the studs, as delivered, conform to the applicable requirements of AWS D1.1-2000, sections 7.2 and & 7.3.

2. Certified copies of the stud manufacturer's test reports covering the last completed set of in-plant quality control mechanical tests, required by AWS D1.1-2000, 7.3 for each diameter delivered. The quality control test shall have been made within the six-month period before delivery of the studs.

3. Certified material test reports (CMTR) from the steel supplier indicating diameter, chemical properties, and grade on each heat number delivered.

4. In the absence of Quality Control tests the provisions of AWS D1.1-2000, 7.3.4and 7.3.5 shall apply with the exception that DIA Project Manager or DIA Project Manager's representative will replace engineer in the process. All costs shall be at Contractor¹s expense.

C. Submit shop drawings as specified under Section 013325 "Shop and Working Drawings, Product Data and Samples" for all Work specified herein, including complete details and schedules for fabrication and assembly of members, procedures and diagrams. Shop drawings shall indicate how each and every component shall be welded. If another company manufactures a component to be welded to another part(s) or piece(s) to form a larger assembly, then the shop drawings shall include that manufacturer¹s recommended welding procedures for that component.

Page 272: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-3

REVISION NO. 00

Design Construction Drawings shall not be re-used as bases for submitted shop drawings. Shop drawings, which use reproductions of design plans or details, will not be reviewed. Drawings shall be submitted in complete units. Do not submit partial sets.

D. Shop drawings shall clearly indicate profiles, sizes and locations of structural members, connections, attachments, anchorage’s, framed openings, size and type of fasteners, and clearances. Indicate welded connections using standard AWS welding symbols, per AWS A2.4. Clearly indicate net weld lengths and sizes, root openings, bevel angles and other information required to satisfactorily complete welding operations.

E. Contractor shall submit fully dimensioned Isometric drawings (spool drawings) for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size Contract Documents. Spool drawings shall be submitted in in latest format as approved by Owner. Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

F. Calculations required in other Sections shall show all pertinent members and pieces. Calculations shall be submitted prior to, or with, relevant shop drawing submittals. It is contractor's responsibility to insure that field construction uses connection design as submitted and reviewed.

G. Test Reports: Submit copies of all test reports conducted on shop and field welded connections. Include data on type(s) of tests conducted and test results. Reports must be sequentially numbered and submitted to the DIA Project Manager within 48 hours of completion.

H. Individual Welder Qualifications: Submit Welding Performance Qualification Records (WPQR) for all welders, shop and field, prior to any welding per Paragraph 1.5. B below.

I. Procedures: Submit Welding Procedure Specifications for all shop and field welding prior to any welding per Part 1 of this Section.

1.5 QUALITY REQUIREMENTS

A. Codes and Standards: Comply with provisions of following, as applicable:

1. AISC - American Institute of Steel Construction:

a. AISC "Code of Standard Practice for Steel Buildings and Bridges", 1986. b. AISC "Specifications for the Design, Fabrication, and Erection of Structural

Steel for Buildings", including "Commentary" and Supplements thereto as issued.

2. American Welding Society (AWS) D1.1 "Structural Welding Code Steel" and all other applicable A.W.S codes (latest editions).

3. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use".

4. All welding shall be performed in accordance with the latest addition of applicable AWS, API, ASME code and ASTM Standards.

Page 273: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-4

REVISION NO. 00

B. Qualifications for Welding Work:

1. All Welders shall have been qualified through welding tests in accordance with applicable AWS code per paragraph 1.5.A above within one (1) year prior to welding taking place. Evidence of qualification shall be through Welding Performance Qualification Records (WPQR).

2. All welder qualifications test shall be or shall have been administered and witnessed by an Independent Testing Agency (ITA), AWS Certified Welding Inspector, (CWI).

3. If recertification of welders is required, delay costs and retesting costs shall be borne by the Contractor.

4. Welding that is to take place at each and every type of joint shall be per approved AWS procedure for that type of joint. Evidence of intended procedure shall be through written Welding Procedure Specifications.

5. Any welding done without submission to and approval by the DIA Project Manager of Welding Performance Qualification Records of the individual welder(s) doing the welding and Procedure Specifications for the actual welding shall be considered defective and subject to the provisions of Title 17 of the General Conditions.

6. All WPS and WPQR qualification testing shall be in accordance with this specification and the applicable welding code requirements.

C. The Contractor shall periodically review each welders work quality and take any steps required to insure high quality work. This is in addition to Quality Control requirements.

D. Fabricator Qualifications: Minimum of three (3) years experience specializing in fabrication for similar projects.

E. Design of Members and Connections: Details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Verify dimensions at site whenever possible without causing delay in the Work.

1. Promptly notify DIA Project Manager whenever design of members and connections for any portion of structure are not clearly indicated.

F. Welding and materials shall be inspected and tested by an Independent Testing Agency furnished and paid for by the Contractor. The Independent Testing Agency will have authority to reject weldments and materials. Such rejection may be based on visual inspection where, in the Inspector¹s opinion, the weldment or material would not pass more detailed investigation. Reference Article 3.01 below for inspection and testing requirements. DIA’s Quality Assurance Inspector(s), per the provisions of General Conditions Title 17, will also inspect welding and materials. Inspections by either the Independent Testing Agency or DIA’s Quality Assurance Inspector may take place in the mill, shop and field.

1. Promptly remove and replace materials or fabricated components that do not comply with requirements as set forth in the Contract Documents.

Page 274: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-5

REVISION NO. 00

1.6 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Electrodes for Welding: Comply with AWS Code. Use E70 grade minimum unless otherwise approved. Store all electrodes and welding materials inside and protect from moisture, corrosion, and any other damage. Damaged electrodes shall not be used.

2.2 FABRICATION

A. Shop Fabrication and Assembly: Fabricate and assemble components in shop to greatest extent possible.

1. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials.

2. Where finishing is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects.

B. Holes for Other Work: Provide holes required for securing other work to components, and for passage of other work through components, as shown on final shop drawings.

1. Provide threaded nuts welded to framing, and other specialty items as indicated to receive other work.

2. Cut, drill, or punch holes perpendicular to metal surfaces. The DIA Project Manager shall approve any enlarging of holes by flame cutting

C. Contractor will notify DIA Project Manager or DIA Project Manager's representative at least 48 hours prior to any commencing fabrication. Notification to include starting date and duration of the Work.

2.3 SHOP CLEANING AND PAINTING

A. Components to be painted are as shown on the Drawings.

1. Do not paint surfaces, which are to be welded. 2. Do not paint over welded joints until after Independent Testing Agency and DIA

Quality Assurance Inspector have approved them.

Page 275: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-6

REVISION NO. 00

PART 3 - EXECUTION

3.1 ERECTION

A. Do not enlarge misaligned or undersized holes in members by burning or by use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts.

B. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members, which are not under stress, as acceptable to DIA Project Manager. Finish gas-cut sections equal to a sheared appearance when permitted.

C. Touch-Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Once Independent Testing Agency and DIA Quality Assurance Inspector have approved welds, apply paint to exposed areas using same material as used for shop painting.

D. No welding machines are to be operated off of DIA power until such machines have been tested for harmonic distortion per IEEE-1992 and approved by DIA Project Manager.

E. Contractor will notify DIA Project Manager or DIA Project Manager's representative at least 48 hours prior to any inspections to be performed by ITA.

3.2 TESTING AND INSPECTION

A. Independent Testing Agency (ITA):

1. See Division 1 for Independent Testing Agency requirements. 2. The General Contractor shall provide the ITA for all subcontractors.

Subcontractors shall not contract with a separate ITA. 3. Contractor will engage an Independent Testing Agency to inspect welded

connections and to perform tests and prepare test reports. The Contractor's Quality Control Inspector will coordinate the inspections and tests performed by the testing lab inspectors and testing personnel.

a. The Contractor’s Independent Testing Agency and DIA Project Manager’s staff shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. All reports shall be delivered to the DIA Project Manager. Results not complying with requirements are to be brought to the DIA Project Manager¹s attention within 24 hours of discovery. All reports shall be sequentially numbered.

b. Provide access for Independent Testing Agency to places where work is being fabricated or produced so that required inspection and testing can be accomplished.

Page 276: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-7

REVISION NO. 00

c. The Independent Testing Agency shall inspect Work at the plant before shipment; however, DIA Project Manager reserves right, at any time before final acceptance, to reject material not complying with specified requirements.

1) Inspections and tests conducted by the ITA or DIA shall not in any way relieve the Contractor of the Contractor's responsibility and obligation to meet all specifications and referenced standards. Employment of the ITA does not relieve the Contractor of providing the required Quality Control Program.

d. Welding Inspection Personnel Qualifications: All visual welding inspections shall be performed by AWS Certified Welding Inspectors CWI, qualified in accordance with AWS QC1. Inspectors qualified in accordance with the most current edition of the American Society for Nondestructive Testing Recommended Practice No. SNT-TC 1A, shall perform all non-destructive inspections other than visual inspections

e. Independent Testing Agency Inspectors working for the Contractor shall identify with a distinguishing mark all parts and joints they have inspected and accepted. Marks to be visible from at least 50 feet. DIA Project Manager and the Quality Control Inspectors shall mutually agree upon identifying marks.

f. Independent Testing Agency welding inspector shall be on job site however much time it takes to guaranty that all requirements of Project Specifications and codes are being met and provide written reports showing specific requirements have been met. Shop inspections by ITA welding inspector shall be performed in such a manor as to guaranty that all provisions of Project Specifications and codes are being met and provide written reports showing specific requirements have been met.

4. The Contractor shall furnish such facilities and provide such assistance as may be required for carrying out the inspection prescribed herein. The Contractor shall notify the Independent Testing Agency and the DIA Project Manager at least two weeks in advance of the start of any qualification testing for welding.

5. The Testing Agency's Inspector will perform the the Inspector's duties in such a way that neither fabrication nor erection is unnecessarily delayed or impeded. The Testing Agency shall notify the DIA Project Manager of any scheduled inspections at least 48 hours prior to such time. The DIA Project Manager shall also be notified as soon as possible prior to any unscheduled inspections. In no case will the inspector recommend or prescribe the method of repair of a defect.

6. Inspection of welding will be such as to assure that all requirements of Project Specifications AWS D1.1, and other applicable welding codes are being complied with. Reports shall show the following items as being in conformance, but not be limited to just the items shown:

a. Verify that electrodes used for welding conform to the requirements Manufacturer, AWS, and other applicable Welding Codes and Standards.

b. Verify that the approved Welding Procedure Specifications and the approved welding sequence are followed without deviation.

Page 277: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-8

REVISION NO. 00

c. Verify that only welding operators and welders who have been properly qualified will perform the welding. The inspection agency will witness such qualification testing of welding operations and welders, as may be required.

d. Verify that the fit up, joint preparation, size, contour, extent of reinforcement, and length and location of welds conform to specified requirements such as but not limited to applicable welding codes, Welding Procedure Specifications, and Drawings.

e. Review Mill Test Reports of material for compliance with Project Specifications, all applicable Codes, and Drawings.

f. ITA inspection reports shall list all inspected, nonconforming, repaired, and accepted welds.

7. DIA Project Manager shall be informed at least 48 hours prior to shop and field welding so random inspections can be performed as stipulated in these specifications and General Conditions, TITLE 17.

8. All welders shall mark their welds with identifying marks. Contractor shall furnish DIA Project Manager with list of welders and their marks. List shall be updated each time a welder is added or subtracted.

B. Structural Steel:

1. The Independent Testing Agency will test shop and field welds per ASTM E 543 and applicable welding code requirements as follows:

a. All welds: 100% visual. b. Delamination and non-metallic inclusion tests of base metal:

1) Plates and portions of rolled shapes three inches or greater in thickness shall be 100% ultrasonically tested in a zone extending six inches in all directions from any full penetration groove weld which transmits stress through the thickness of the material, or any weld which, because of restraint and/or weld shrinkage will, in the opinion of the inspector, cause significant through-thickness (Z-direction) stress in the material. Such tests shall be made after completion of welding. Acceptance Criteria for such tests shall be in accordance with ASTM A435.

c. All full penetration or partial penetration groove welds require 100% ultrasonic testing.

d. All fabricated trusses including all fabricated trusses acting, as girders shall be 100% magnetic particle tested.

e. Studs on all embed assemblies: 100% of studs tested by hammer method and visual inspection.

f. Wall and roof deck connections:

1) 10% Magnetic Particle.

g. All other welded connections: 10% Magnetic Particle. h. Additional Testing shall be performed by the Independent Testing Agency.

Page 278: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-9

REVISION NO. 00

2. Additional Field Weld Testing:

a. In addition, if defective welds are discovered, the remaining un-inspected welds shall receive such ultrasonic or magnetic particle inspection as may be required by the DIA Project Manager. If more than 10 percent of a welder's welds fail or when a CWI (Certified Welding Inspector) feels that the quality of the qualified welder’s work appears to be below the requirements of the applicable AWS Code, he/she shall be removed from the job and retested to demonstrate compliance with AWS D1.1 (Latest Edition) or other applicable AWS codes and all other applicable AWS codes.

b. Additional testing shall be required if more than 10% of the Magnetic Particle tested welds are rejected. Then an additional 10% will be tested using either Magnetic Particle or Dye Penetrant Testing. This 10% additional testing shall be repeated until rejection rate drops below one in 10.

c. When ultrasonic indications arising from the weld root can be interpreted as either a weld defect or the backing strip, the backing strip shall be removed at the expense of the contractor, and if no root defect is indicated on this retest, and no significant amount of the base and weld metal have been removed, the joint needs no further repair or welding. If a defect is still indicated, it shall be repaired.

d. The welding inspector will have the authority to reject weldments. Such rejection may be based on visual inspection where in the welding inspector's opinion the weldment would not pass a more detailed investigation.

e. Reports by the Independent Testing Agency inspector will contain, as a minimum, an adequate description of each weld tested, the identifying mark of the welder responsible for the weld, a critique of any defects noted by visual inspection or testing, and a statement regarding the acceptability of the weld tested, as judged by current A.W.S. standards. A copy of all tests results, including ultrasonic and x-ray, shall be provided to the DIA Project Manager within 48 hours of the test occurrence. This requirement includes all failed tests. Any test that shows work not in conformance with the contract requirement shall be retaken after the non-conformity is Corrected. The retest shall refer to the failed test. Radiographic testing may be substituted for ultrasonic.

3. Stud Connectors

a. Stud connectors: The testing agency will inspect headed stud connectors as follows:

1) All studs shall be acoustically inspected. Studs, which do not ring when struck with a hammer, shall be bent 15 degrees. If no fracture occurs, stud is considered acceptable and left bent.

2) In addition to the above, not less than one of each 50 studs shall be tested by bending 15 degrees. If no fracture occurs, stud is considered acceptable and left bent.

Page 279: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-10

REVISION NO. 00

3) If at any time the number of rejectable studs on any level of structural steel framing exceeds 3% additional testing in accordance with paragraph above shall be performed on one of each 25 studs at this level and this increased frequency of testing shall be continued on all succeeding levels until the number of rejectable studs at a level is 3% or less. All cost of additional testing required by this paragraph shall be borne by the Contractor.

4) 100% visual inspection to be performed in accordance with AWS D1.1 acceptance criteria.

4. Correct deficiencies in structural steel work, which inspections and laboratory test reports have indicated to be not in compliance with requirements. Perform additional tests, at Contractor¹s expense, as may be necessary to reconfirm any non-compliance of original work, and as may be necessary to show compliance of corrected work.

C. Metal Decking:

1. Welding shall be performed in accordance with AWS D1.3 and this specification. 2. 100 % visual inspection of all welds, per AWS D1.3 Structural Welding Code

Sheet Steel.

a. Requires the removal of all slag from welds.

3. 10% Magnetic Particle testing of all welds.

a. Additional testing shall be required if more than 10% of the Magnetic Particle tested welds are rejected. Then an additional 10% will be tested using either Magnetic Particle or Dye Penetrant Testing. This 10% additional testing shall be repeated until rejection rate drops below one in 10.

4. All weld areas shall be repaired after inspection. Repair painted decking per Section 053100 "Steel Decking".

D. Metal Fabrications:

1. Welding shall be performed in accordance with applicable AWS welding code and these specifications.

2. 100% visual inspection of all welds. 3. 10% Magnetic Particle testing of all welds.

a. Additional testing shall be required if more than 10% of the Magnetic Particle tested welds are rejected. Then an additional 10% will be tested using either Magnetic Particle or Dye Penetrant Testing. This 10% additional testing shall be repeated until rejection rate drops below one in 10.

4. Applicable paragraphs of Structural Steel paragraph above shall be met also.

Page 280: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-11

REVISION NO. 00

E. Concrete Reinforcing Bars:

1. Welding shall be performed in accordance with this specification, AWS D1.4, and other applicable AWS Codes and Standards.

2. 100 % visual inspection of all welds, Per AWS D1.4 Structural Welding Code Reinforcing Steel, or other AWS Codes as applicable.

3. 10% Magnetic Particle testing of all welds.

a. Additional testing shall be required if more than 10% of the Magnetic Particle tested welds are rejected. Then an additional 10% will be tested using either Magnetic Particle or Dye Penetrant Testing. This 10% additional testing shall be repeated until rejection rate drops below one in 10.

F. Precast Concrete:

1. All Shop and Field welding including embed assemblies, shall be inspected per these specifications, AISC, AWS D1.1, AWS D1.4, and other applicable AWS codes.

2. In addition to the requirements listed below, the requirements of paragraphs for Structural Steel and Concrete Reinforcing Bars above shall apply to this section also.

3. AISC Manual of Steel Construction, Chapter J, Section J2 shall be complied with.

a. If welds with larger effective throat thickness than shown in Table J2.2 are to be used, random testing will have to be performed on shop and field welds to insure that effective throats sizes are being met.

1) Three percent of all such welds shop and field will have to be tested by removing, cross sectioning, and Macroetch tested as called out in AWS D1.4-98, Section 6.2.5.2.

2) Welds to be tested will be randomly picked by DIA Project Manager.

4. Weld plates shall NOT be bent by hammering or heating to close up gaps in connections between uneven embeds.

a. Filler plates shall be used in accordance with AWS D1.1. b. Designer of Record shall review all connections requiring filler plates 1/4

and thicker for compliance with design load requirements. c. Minimal hammering and bending will be allowed on plate and connection

designated as “For Erection Only”. Drawings shall clearly designate which welds are for erection only. Drawings shall clearly state that welds indicated as “for erection only”, have no value after structure is completed.

1) An assortment of prebent plates shall be furnished by Precast supplier to minimize the amount of beating on connection plates. Plates shall be bent in 1/2-inch increments and no plates shall be bent any more than 1/2 inch after one side is welded in place.

Page 281: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-12

REVISION NO. 00

2) All welds, erection or permanent, shall be applied and inspected per applicable AWS code. The only exception will be to allow the connection plates for the “for erection only” welds to be bent a maximum of 1/2 inch.

5. No welding is allowed unless specifically shown on Drawings.

a. All welds shown on Drawings are structural and shall meet all requirements of Project Specifications and welding codes.

G. Sheet Steel:

1. Welding shall be in accordance with AWS D1.3 Structural Welding Code- Sheet Steel.

2. Inspection:

a. 100 % visual in accordance with acceptance criteria of AWS D1.3. b. 10% Magnetic Particle testing of all welds. c. Additional testing shall be required if more than 10% of the Magnetic

Particle tested welds are rejected. Then an additional 10% will be tested using either Magnetic Particle or Dye Penetrant Testing. This 10% additional testing shall be repeated until rejection rate drops below one in 10.

H. Division 22 and Division 23 - Basic Mechanical Materials and Methods:

1. All welding in Division 22 and Division 23 shall comply with the applicable AWS, ASME, AWWA, and API codes, latest editions.

2. All shop and field welds will be inspected per these specifications and applicable code for work being performed.

3. All welds shall be 100% visually inspected by ITA supplied by Contractor. Additional testing shall be as required by other parts of this Section, applicable codes, DIA Project Manager and Designer of Record.

a. Natural Gas piping (underground and transportation mains upstream of the meter): ASME B31.8

1) 100% visual inspection per acceptance criteria of ASME B31.8. 2) All other requirements of ASME B31.8 as required for the application.

b. Natural Gas piping (less than 5 psi and downstream of the meter): ASME B31.9:

1) 100% visual inspection per acceptance criteria of ASME B31.9. 2) All other requirements of ASME B31.9 as required for the application.

c. Hot and chilled water piping/Hydronic Piping: ASME B31.9:

1) 100% visual inspection per acceptance criteria of ASME B31.9. 2) All other requirements of ASME B31.9 as required for the application.

Page 282: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-13

REVISION NO. 00

d. Hot water piping (in excess of 200ºF) /Hydronic Piping: ASME B31.3:

1) 100% visual inspection per acceptance criteria of ASME B31.3.

2) All other requirements of ASME B31.1 as required for the application.

e. Ductwork applicable AWS Code, such as but not limited to AWS D1.3 Structural Welding Code-Sheet Steel or AWS D9.1M/D9.1-Sheet Metal Welding Code:

1) 100% Visual inspection per acceptance criteria of applicable code.

2) Magnetic Particle Test requirements are the same as paragraph above for Structural Steel.

3) Additional requirements of SMACNA duct construction standards.

f. Fuel Piping: ASME B31.4:

1) 100% visual inspection per acceptance criteria of ASME B31.4.

2) All other requirements of ASME B31.4 as required for the application.

g. Refrigerant Piping: ASME B31.5:

1) 100% visual inspection per acceptance criteria of ASME B31.5.

2) All other requirements of ASME B31.5 as required for the application.

h. Steam piping: ASME B31.1:

1) 100% visual inspection per acceptance criteria of ASME B31.1.

2) All other requirements of ASME B31.1 as required for the application.

i. Piping, ductwork and mechanical equipment supports: AWS D1.1: and other applicable AWS Codes.

1) 100 % visual inspection.

2) Magnetic Particle Test requirements are the same as 4.02 Structural Steel.

j. Water Lines: Per AWWA, AWS D1.1 latest edition, and Denver Water Board Specifications. If there is a conflict the more stringent shall apply:

1) 100% visual inspection per AWS D1.1 visual acceptance criteria.

2) AWWA requires that welds be 100% Dye Penetrant Tested in place of Magnetic Particle testing.

4. Forged fittings, for branch connections and etc. shall be welded in accordance with this specification, ASME B31.1, and manufacturer’s recommendations. In the event of a conflict, the more stringent shall apply:

a. Fittings shall be full penetration welded.

b. Inside of fitting shall be inspected for full penetration. This shall be done prior to any welding on inside if so required. If weld is required on inside of full penetration joint, it shall be ground or back gouged to sound base metal.

Page 283: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 05 - METALS 050510 WELDING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 050510-14

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 050510

Page 284: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-1

REVISION NO. 00

SECTION 071353 - ELASTOMERIC SHEET WATERPROOFING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. EPDM rubber sheet waterproofing. 2. Butyl rubber sheet waterproofing.

B. Related Requirements:

1. Section 071354 "Thermoplastic Sheet Waterproofing" for PVC sheet waterproofing.

2. Section 079500 "Expansion Control" for plaza- or foundation-wall expansion-joint assemblies that interface with waterproofing.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by alternates.

1.3 PREINSTALLATION MEETINGS

A. Pre-Installation Conference: Conduct conference at the location and time as determined by DEN Project Manager.

1. Pre Application Conference: Approximately two (2) weeks prior to actual commencement of fluid applied waterproofing installation, meet at project site with Installer, installers of deck or substrate construction to receive work, installers of other work in and around waterproofing work which must precede, follow or penetrate waterproofing work (including mechanical work if any), DEN Project Manager the Contractor's Quality Control Manager and waterproofing material manufacturer's representative. Record (Contractor) discussions of conference, together with decisions and agreements (or disagreements) reached. Furnish copy of record to each party attending. Review methods and procedures related to work, including but not necessarily limited to the following:

a. Tour jobsite areas to be waterproofed. Inspect and discuss condition of substrate, drains, curbs, penetrations and other preparatory work performed by other trades.

Page 285: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-2

REVISION NO. 00

b. Review waterproofing requirements (drawings, specifications and other contract documents) including surface preparation, substrate condition and pretreatment, minimum curing period, forecasted weather conditions, special details and sheet flashings, installation procedures, testing and inspection procedures, and protection and repairs. .

c. Review required submittals. Work cannot begin until all submittals are approved by Owner.

d. Review and finalize construction schedule related to waterproofing work and verify availability of materials, Installer's personnel, equipment and facilities needed to make progress and avoid delays.

e. Review required inspection, testing, and certifying procedures, safety and hazardous control programs.

f. Review protection and repair procedures.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, and tested physical and performance properties of waterproofing.

2. Include manufacturer's written instructions for evaluating, preparing, and treating substrate.

3. Include data substantiating that materials comply with specified requirements.

B. LEED Submittals:

1. Product Certificates for Credit MR 5: For products and materials required to comply with requirements for regional materials, certificates indicating location of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating distance to Project, cost for each regional material, and fraction by weight that is considered regional.

C. Shop Drawings: Show locations and extent of waterproofing and details of substrate joints and cracks, sheet flashings, penetrations, inside and outside corners, tie-ins with adjoining waterproofing, and other termination conditions.

1. Include setting drawings showing layout, sizes, sections, profiles, and joint details of pedestal-supported concrete pavers.

D. Samples: For each exposed product and for each color and texture specified, including the following products in minimum 1' x 1' sizes unless otherwise indicated:

1. Waterproofing and flashing sheet. 2. Insulation. 3. Drainage panel. 4. Plaza-deck paver, full sized, in each color and texture required. 5. Paver pedestal assembly.

Page 286: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-3

REVISION NO. 00

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For Installer.

B. Installer shall provide a certificate that he is approved by the manufacturer for this installation.

C. Installer to submit a certificate evidencing not less than five (5) years of successful experience installing similar types to products specified.

D. Installer to provide a certificate indicating that waterproofing has been installed per requirements of this section.

E. Manufacturer shall submit a certificate indicating that he has not less than five (5) years experience in the manufacturing of the types of products specified.

F. Manufacturer to submit a report that all work is being done per contract requirements.

G. Field quality-control reports.

H. Provide a certificate stating that waterproofing and protection board to be used at the horizontal and vertical surfaces of the basement extension has been tested for jet fuel resistance and that the required warranty applies to this work. Provide the actual test report.

I. Minimum Requirements: For waterproofing, expansion joint covers and any associated joints, no loss in waterproofing ability within 48 hours after ponding jet fuel for 72 hours. For protection board, no loss in protection within 48 hours after being immersed in jet fuel for 72 hours.

J. Provide a certificate that bellows are jet fuel resistant.

K. Provide a certificate stating that waterproofing and protection board to be used at the horizontal and vertical surfaces of the basement extension has been tested for jet fuel resistance and that the required warranty applies to this work. Provide the actual test report.

1. Minimum Requirements: For waterproofing, expansion joint covers and any associated joints, no loss in waterproofing ability within 48 hours after ponding jet fuel for 72 hours. For protection board, no loss in protection within 48 hours after being immersed in jet fuel for 72 hours.

L. Sample Warranties: For special warranties.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

Page 287: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-4

REVISION NO. 00

1.7 QUALITY ASSURANCE

A. General: For each type of work, obtain primary materials from single manufacturer, with not less than three (5) years of successful experience in supplying principal materials for waterproofing work. Provide secondary materials only as recommended by manufacturer of primary materials.

B. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by waterproofing manufacturer.

1. A firm which has specialized for not less than five (5) years in installation of types of dampproofing required for project and which is acceptable to manufacturer of primary materials.

2. Assign work closely associated with waterproofing, including (but not limited to) waterproofing accessories, and flashings used in conjunction with waterproofing, expansion joints in membrane, insulation and protection course on membrane, to installer of waterproofing, for single, undivided responsibility.

C. Mockups: Build mockups to verify selections made under Sample submittals and to set quality standards for installation.

1. Build for each typical waterproofing installation including pavers and accessories to demonstrate surface preparation, crack and joint treatment, corner treatment, and protection.

a. Size: As shown on Drawings. b. Description: Each type of wall, deck, and plaza installation.

2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless DEN Project Manager specifically approves such deviations in writing.

3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion.

1.8 FIELD CONDITIONS

A. Substrate: Proceed with damp-proofing work only after substrate construction and penetrating work have been completed.

B. Environmental Limitations: Apply waterproofing within the range of ambient and substrate temperatures recommended in writing by waterproofing manufacturer. Do not apply waterproofing to a damp or wet substrate.

1. Do not apply waterproofing in snow, rain, fog, or mist.

C. Maintain adequate ventilation during preparation and application of waterproofing materials.

Page 288: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-5

REVISION NO. 00

1.9 WARRANTY

A. Manufacturer's Warranty: Manufacturer's standard materials-only warranty in which manufacturer agrees to furnish replacement waterproofing material for waterproofing that does not comply with requirements or that fails to remain watertight within specified warranty period.

1. Warranty Period: Minimum 20 years from date of Substantial Completion.

B. Installer's Special Warranty: Specified form, signed by Installer, covering Work of this Section, for warranty period of five years.

1. Warranty includes excavation, removing and reinstalling protection board, drainage panels, insulation, pedestals, and pavers on plaza decks.

1.10 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 MATERIALS, GENERAL

A. General Compatibility: Provide products which are recommended by manufacturer to be fully compatible with indicated substrates.

B. Source Limitations for Waterproofing System: Obtain waterproofing materials, protection course, and molded-sheet drainage panels, as applicable, from single source from single manufacturer.

C. Source Limitations for Plaza-Deck Paving: Obtain plaza-deck pavers and paver pedestals from single source from single manufacturer.

D. Provide damp-proofing materials which comply with the following requirements, or provide other similar products which are certified in writing by manufacturer of primary damp-proofing materials to be superior in performance for application indicated.

Page 289: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-6

REVISION NO. 00

2.2 SHEET WATERPROOFING

A. EPDM Rubber Sheet: ASTM D 6134, Type I, 60-mil (1.5-mm) thick flexible sheet, unreinforced, formed from EPDM.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Carlisle Coatings & Waterproofing Inc.; Sure-Seal EPDM. b. or approved equal.

B. Butyl Rubber Sheet: ASTM D 6134, Type II, 120-mil (3.0-mm) thick flexible sheet, unreinforced, formed from isobutylene-isoprene rubber.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Carlisle Coatings & Waterproofing Inc.; Sure-Seal Butyl. b. or approved equal.

2.3 AUXILIARY MATERIALS

A. General: Furnish auxiliary materials recommended by waterproofing manufacturer for intended use and compatible with sheet waterproofing.

1. Furnish liquid-type auxiliary materials that comply with VOC limits of authorities having jurisdiction.

B. Concealed Sheet Flashing: Same material, construction, and thickness as sheet waterproofing or 60-mil (1.5-mm) thick, uncured EPDM, as required by manufacturer.

C. Exposed Sheet Flashing: 60-mil (1.5-mm) thick EPDM, cured or uncured, as required by manufacturer.

D. Bonding Adhesives: For bonding waterproofing sheets and sheet flashings to substrates and projections.

E. Splicing Cement and Cleaner: Single-component butyl splicing cement and solvent-based splice cleaner.

1. Butyl Gum Tape: 30-mil (0.76-mm) thick-by-6-1/4-inch (160-mm) wide, uncured butyl with polyethylene release film.

F. Lap Sealant: Single-component sealant.

G. In-Seam Sealant: Single-component sealant.

H. Water-Cutoff Mastic: Butyl mastic sealant.

Page 290: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-7

REVISION NO. 00

I. Waterproofing and Sheet-Flashing Accessories: Provide sealants, pourable sealers, cone and vent flashings, inside and outside corner flashings, termination reglets, and other accessories recommended by waterproofing manufacturer for intended use.

J. Metal Termination Bars: Manufacturer's standard aluminum bars, approximately 1 inch (25 mm) wide, pre-punched, with fasteners.

K. Protection Course: Semi-rigid sheets of asphalt-impregnated organic mat, mineral surface, with a nominal thickness of 1/8 inch (3 mm).

L. Protection Course: Fan folded, with a core of extruded-polystyrene board insulation, a nominal thickness of 1/4 inch (6 mm), and a compressive strength of not less than 8 psi (55 kPa).

M. Bellows: Where bellows are indicated on the drawings as in contact with the waterproof membrane, provide either 24 gauge soft copper or 60 mil flexible sheet membrane that is jet fuel resistant and compatible with waterproof membrane. Bellows shall be as indicated and shall lap waterproof membrane a minimum 6" per side.

2.4 MOLDED-SHEET DRAINAGE PANELS

A. Molded-Sheet Drainage Panel: Comply with Section 334600 "Subdrainage."

B. Nonwoven-Geotextile-Faced, Molded-Sheet Drainage Panel: Composite subsurface drainage panel consisting of a studded, non-biodegradable, molded-plastic-sheet drainage core; with a nonwoven, needle-punched geotextile facing with an apparent opening size not exceeding No. 70 (0.21-mm) sieve laminated to one side of the core and a polymeric film bonded to the other side; and with a vertical flow rate of 9 to 15 gpm per ft. (112 to 188 L/min. per m).

1. Products: Subject to compliance with requirements, provide one of the following:

a. Carlisle Coatings & Waterproofing Inc.; CW MiraDRAIN 6000, CCW MiraDRAIN 6000XL, CCW MiraDRAIN 6200, or CCW MiraDRAIN 6200XL, as approved by the DEN PM.

b. or approved equal. C. Woven-Geotextile-Faced, Molded-Sheet Drainage Panel: Composite subsurface

drainage panels consisting of a studded, non-biodegradable, molded-plastic-sheet drainage core; with a woven-geotextile facing with an apparent opening size not exceeding No. 40 (0.425-mm) sieve laminated to one side of the core; and with a horizontal flow rate not less than 2.8 gpm per ft. (35 L/min. per m).

1. Products: Subject to compliance with requirements, provide one of the following:

a. Carlisle Coatings & Waterproofing Inc.; CCW MiraDRAIN 9000 or CCW MiraDRAIN 9900, as approved by the DEN PM.

b. or approved equal.

Page 291: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-8

REVISION NO. 00

D. High-Capacity, Molded-Sheet Collector-Panel System: Composite subsurface collector-panel system by same manufacturer as primary molded-sheet drainage panels; consisting of a high-profile, studded, non-biodegradable, molded-plastic-sheet drainage core; with a woven-geotextile facing with an apparent opening size not exceeding No. 40 (0.425-mm) sieve laminated to one side of the core; and with a vertical flow rate of 9 to 15 gpm per ft. (112 to 188 L/min. per m) and a horizontal flow rate as indicated on Drawings. Provide system with manufacturer's outlets, connectors, tapes, and other accessories to connect primary molded-sheet drainage panels with piped subdrainage system specified in Section 334600 "Subdrainage."

1. Products: Subject to compliance with requirements, provide one of the following:

a. Carlisle Coatings & Waterproofing Inc.; CCW QuickDRAIN. b. or approved equal.

2.5 INSULATION

A. Insulation, General: Comply with Section 072100 "Thermal Insulation."

B. Board Insulation: Extruded-polystyrene board insulation complying with ASTM C 578, shiplap edged.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. DiversiFoam Products. b. Dow Chemical Company (The). c. Owens Corning Insulating Systems LLC. d. Pactiv Building Products. e. T. Clear Corporation; a subsiDENry of Fin Pan Inc. f. or approved equal.

2. Type IV, 25-psi (173-kPa) minimum compressive strength. 3. Type VI, 40-psi (276-kPa) minimum compressive strength. 4. Type VII, 60-psi (414-kPa) minimum compressive strength. 5. Type V, 100-psi (690-kPa) minimum compressive strength.

2.6 INSULATION DRAINAGE PANELS

A. Unfaced Wall-Insulation Drainage Panels: Extruded-polystyrene board insulation complying with ASTM C 578, Type VI, 40-psi (276-kPa) minimum compressive strength; unfaced; fabricated with shiplap or channel edges and with one side having grooved drainage channels.

1. Products: Subject to compliance with requirements, provide one of the following:

a. DiversiFoam Products; CertiFoam 25 SL or CertiFoam 40 (with channel edges) Drainage Board, as approved by the DEN PM.

Page 292: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-9

REVISION NO. 00

b. Dow Chemical Company (The); Styrofoam Perimate. c. or approved equal.

B. Geotextile-Faced, Wall-Insulation Drainage Panels: Extruded-polystyrene board insulation complying with ASTM C 578, Type VI, 40-psi (276-kPa) minimum compressive strength; fabricated with tongue-and-groove edges and with one side having grooved drainage channels faced with nonwoven geotextile filter fabric.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Owens Corning Insulating Systems LLC; Insul-Drain. b. T. Clear Corporation, a subsiDENry of Fin Pan Inc.; Thermadry 750 or

Thermadry 1250. c. or approved equal.

C. Unfaced Plaza-Deck Insulation Drainage Panels: Extruded-polystyrene board insulation complying with ASTM C 578, Type VII, 60-psi (414-kPa) minimum compressive strength; unfaced; fabricated with shiplapped, channel, or tongue-and-groove edges and with one side having ribbed drainage channels.

1. Products: Subject to compliance with requirements, provide one of the following:

a. American Hydrotech, Inc.; Hydroguard. b. DiversiFoam Products; CertiFoam Plaza Deck. c. Dow Chemical Company (The); Styrofoam Ribbed Roofmate. d. Owens Corning Insulating Systems LLC; Foamular 404 RB, Foamular 604

RB. e. or approved equal.

D. Geotextile-Faced, Plaza-Deck Insulation Drainage Panels: Extruded-polystyrene board insulation complying with ASTM C 578, Type VII, 60-psi (414-kPa) minimum compressive strength; fabricated with tongue-and-groove edges and with one side having grooved drainage channels faced with manufacturer's standard, nonwoven geotextile filter fabric.

1. Products: Subject to compliance with requirements, provide one of the following:

a. T. Clear Corporation, a subsidiary of Fin Pan Inc.; Thermadry 1250 or Thermadry 1750 as approved by the DEN PM.

b. or approved equal.

Page 293: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-10

REVISION NO. 00

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the waterproofing.

1. Verify that concrete has cured and aged for minimum time period recommended in writing by waterproofing manufacturer.

2. Verify that substrate is visibly dry and within the moisture limits recommended in writing by manufacturer. Test for capillary moisture by plastic sheet method according to ASTM D 4263.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 SURFACE PREPARATION

A. Clean, prepare, and treat substrates according to manufacturer's written instructions. Provide clean, dust-free, and dry substrates for waterproofing application.

B. Mask off adjoining surfaces not receiving waterproofing to prevent spillage and overspray affecting other construction.

C. Remove grease, oil, bitumen, form-release agents, paints, curing compounds, and other penetrating contaminants or film-forming coatings from concrete.

D. Remove fins, ridges, mortar, and other projections and fill honeycomb, aggregate pockets, holes, and other voids.

E. Prepare, fill, prime, and treat joints and cracks in substrates. Remove dust and dirt from joints and cracks according to ASTM D 4258.

F. Prepare, treat, and seal vertical and horizontal surfaces at terminations and penetrations through waterproofing and at drains and protrusions.

3.3 INSTALLATION, GENERAL:

A. General: Comply with manufacturer's instructions, except where more stringent requirements are shown or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of work.

B. Start installation of waterproofing membrane only in presence and with advice of manufacturer's technical representative.

3.4 FULLY ADHERED SHEET INSTALLATION

A. Install fully adhered sheets over entire area to receive waterproofing according to manufacturer's written instructions and recommendations in ASTM D 5843.

Page 294: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-11

REVISION NO. 00

B. Accurately align sheets and maintain uniform side and end laps of minimum dimensions required. Stagger end laps.

C. Apply bonding adhesive to substrates at required rate and allow it to partially dry.

D. Apply bonding adhesive to sheets and firmly adhere sheets to substrates. Do not apply bonding adhesive to splice area of sheet.

E. Install fully adhered sheets and auxiliary materials to tie into existing waterproofing.

F. Repair tears, voids, and lapped seams in waterproofing that do not comply with requirements. Slit and flatten fishmouths and blisters. Patch with sheet waterproofing extending beyond repaired areas in all directions.

G. Horizontal Application: Apply sheets with side laps shingled with slope of deck where possible.

1. Spread sealant bed over deck drain flange at deck drains and securely seal sheet waterproofing in place with clamping ring.

H. Bellows: Lap waterproof membrane above and below bellows.

3.5 PARTIALLY ADHERED SHEET INSTALLATION

A. Install partially adhered sheets over entire area to receive waterproofing according to manufacturer's written instructions.

B. Accurately align sheets and maintain uniform side and end laps of minimum dimensions required. Stagger end laps.

C. Apply bonding adhesive to the following areas of substrates and to each sheet at required rate and allow to partially dry:

1. Upper 25 percent of length of each sheet and 18 inches (457 mm) around perimeter of each sheet.

D. Firmly adhere sheets to substrate. Do not apply bonding adhesive to splice area of sheet.

E. Install partially adhered sheets and auxiliary materials to tie into existing waterproofing.

F. Repair tears, voids, and lapped seams in waterproofing that do not comply with requirements. Slit and flatten fishmouths and blisters. Patch with sheet waterproofing extending beyond repaired areas in all directions.

G. Bellows: Lap waterproof membrane above and below bellows.

3.6 COMPARTMENTED, LOOSELY LAID SHEET INSTALLATION

A. Install compartmented, loosely laid sheets over entire area to receive waterproofing according to manufacturer's written instructions.

B. Accurately align sheets and maintain uniform side and end laps of minimum dimensions required. Stagger end laps.

C. Apply continuous beads of water-cutoff mastic, of size recommended in writing by waterproofing manufacturer, to substrates in a 60-by-60-inch (1500-by-1500-mm) grid pattern before installing sheet.

Page 295: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-12

REVISION NO. 00

D. Apply sheets with side laps shingled with slope of deck where possible.

E. Spread sealant bed over deck drain flange at deck drains and securely seal sheet waterproofing in place with clamping ring.

F. Install compartmented, loosely laid sheets and auxiliary materials to tie into existing waterproofing.

G. Repair tears, voids, and lapped seams in waterproofing that do not comply with requirements. Slit and flatten fishmouths and blisters. Patch with sheet waterproofing extending beyond repaired areas in all directions.

3.7 SEAM INSTALLATION

A. Cement Splice: Clean splice areas, apply splicing cement and in-seam sealant, and firmly roll side and end laps of overlapping sheets according to manufacturer's written instructions to produce a splice not less than 6 inches (150 mm) wide and to ensure a watertight seam installation. Apply lap sealant and seal edges of sheet terminations.

B. Cement and Tape Splice: Clean splice areas, apply splicing cement and butyl gum tape, and firmly roll side and end laps of overlapping sheets according to manufacturer's written instructions to ensure a watertight seam installation. Apply lap sealant and seal edges of sheet terminations.

3.8 SHEET-FLASHING INSTALLATION

A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to waterproofing manufacturer's written instructions.

B. Form wall flashings using exposed sheet flashing.

C. Extend deck sheet waterproofing to form wall flashings.

1. Flash penetrations and field-formed inside and outside corners with uncured sheet flashing.

2. Clean splice areas, apply splicing cement, and firmly roll side and end laps of overlapping sheets to ensure a watertight installation. Apply lap sealant and seal edges of sheet-flashing terminations.

D. Cover expansion joints and discontinuous deck-to-wall or deck-to-deck joints by extending deck sheet waterproofing over joints.

E. Terminate and seal top of sheet flashings with mechanically anchored termination bars.

Page 296: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-13

REVISION NO. 00

3.9 PROTECTION COURSE INSTALLATION

A. Install protection course over waterproofing membrane according to manufacturer's written instructions and before beginning subsequent construction operations. Minimize exposure of membrane.

1. Molded-sheet drainage panels, Insulation drainage panels, or Board insulation (type to be approved by DEN PM) may be used in place of a separate protection course for vertical applications when approved by waterproofing manufacturer.

3.10 MOLDED-SHEET DRAINAGE-PANEL INSTALLATION

A. Place and secure molded-sheet drainage panels, with geotextile facing away from wall or deck substrate, according to manufacturer's written instructions. Use adhesives or other methods that do not penetrate waterproofing. Lap edges and ends of geotextile to maintain continuity. Protect installed molded-sheet drainage panels during subsequent construction.

1. For vertical applications, install protection course before installing drainage panels.

3.11 INSULATION INSTALLATION

A. Install one or more layers of board insulation to achieve required thickness over waterproofed surfaces. Cut and fit to within 3/4 inch (19 mm) of projections and penetrations.

B. On vertical surfaces, set insulation units in adhesive or tape applied according to manufacturer's written instructions.

C. On horizontal surfaces, loosely lay insulation units according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units.

3.12 INSULATION DRAINAGE-PANEL INSTALLATION

A. Install insulation drainage panels over waterproofed surfaces. Cut and fit to within 3/4 inch (19 mm) of projections and penetrations.

B. Ensure that drainage channels are aligned and free of obstructions.

C. On vertical surfaces, set insulation drainage panels in adhesive or tape applied according to manufacturer's written instructions.

D. On horizontal surfaces, loosely lay insulation drainage panels according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units.

Page 297: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-14

REVISION NO. 00

3.13 PLAZA-DECK PAVER INSTALLATION

A. Install concrete pavers in locations indicated according to manufacturer's written instructions.

B. Setting Bed: Install setting bed in locations and of thickness indicated. Comply with requirements in Section 096340 "Stone Flooring” and Section 321400 "Unit Paving."

C. Accurately install paver pedestals and accessories in locations and to elevations required. Adjust for final level and slope.

1. Fill paver pedestal with concrete mix, strike smooth with top of pedestal, and cure according to ACI 301.

D. Loosely lay pavers on pedestals, maintaining a uniform open joint width. Tightly seat pavers against spacers to eliminate lateral movement or drift of paving assembly. Align joint patterns parallel in each direction.

1. Lay out pavers to avoid less-than-half-width pavers at perimeter or other terminations.

E. Install pavers to vary not more than 1/16 inch (1.6 mm) in elevation between adjacent pavers or more than 1/16 inch (1.6 mm) from surface plane elevation of individual paver.

F. Maintain tolerances of paving installation within 1/4 inch in 10 feet (1:48) of surface plane in any direction.

3.14 FIELD QUALITY CONTROL

A. Engage a site representative qualified by waterproofing membrane manufacturer to inspect substrate conditions, surface preparation; membrane application, flashings, protection, and drainage components, and to furnish daily reports to DEN Project Manager.

B. Flood Testing: Flood test each deck area for leaks, according to recommendations in ASTM D 5957, after completing waterproofing but before overlying construction is placed. Install temporary containment assemblies, plug or dam drains, and flood with potable water.

1. Flood to an average depth of 2-1/2 inches (64 mm) with a minimum depth of 1 inch (25 mm) and not exceeding a depth of 4 inches (100 mm). Maintain 2 inches (51 mm) of clearance from top of sheet flashings.

2. Flood each area for 72 hours.

3. After flood testing, repair leaks, repeat flood tests, and make further repairs until waterproofing installation is watertight.

C. Engage an independent testing agency to observe flood testing and examine underside of decks and terminations for evidence of leaks during flood testing.

D. Prepare test and inspection reports.

Page 298: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 071353 ELASTOMERIC SHEET WATERPROOFING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 071353-15

REVISION NO. 00

3.15 PROTECTION, REPAIR, AND CLEANING

A. Do not permit foot or vehicular traffic on unprotected membrane.

B. Protect waterproofing from damage and wear during remainder of construction period.

C. Protect installed board insulation and insulation drainage panels from damage due to UV light, harmful weather exposures, physical abuse, and other causes. Provide temporary coverings where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation.

D. Correct deficiencies in or remove waterproofing that does not comply with requirements; repair substrates, reapply waterproofing, and repair sheet flashings.

E. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. “Waterproof Basement Wall” shall be paid for per square yard, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. Payment for “Waterproof Basement Wall” will be made at the contract unit price per each, for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and for all removal, storage, preparation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item 071353-1 Waterproof Basement Wall – per square yard

END OF SECTION 071353

Page 299: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 08 – OPENINGS GARDI CONCOURSE B SE SECTION 08 38 00 VAULT HATCHES FOR CONTRACT NO. 201631515 WATER DISTRIBUTION SYSTEM

ISSUED FOR BID DENVER WATER REVISION NO. 00 11/26/2016 083800-1

SECTION 08 38 00 VAULT HATCHES FOR WATER DISTRIBUTION SYSTEM PART 1: GENERAL 1.01 GENERAL A. Furnish and install metal vault access hatches for vaults located within aprons or taxiways, or where

noted on the Drawings. B. Related Sections:

1. Section 09905 - Coating for Vault Hatches for Water Distribution System 1.02 SUBMITTALS BY CONTRACTOR A. Product Data: Submit manufacturer’s product data showing general details and data, roughing-in

diagrams, and installation instructions. Include operating instructions and maintenance information. B. Shop Drawings: Indicate opening dimensions and required tolerances, connection details, anchorage

spacing, hardware locations, and installation details. Show all support needed to tie into adjacent structure.

1.03 DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered in manufacturer’s original packaging. B. Store materials in a dry, protected, well-vented area. Thoroughly inspect product upon receipt and

report damaged material immediately to delivering carrier and note such damage on the carrier’s freight bill of lading.

C. Remove protective wrapping immediately after installation. 1.04 WARRANTY/GUARANTEE A. Manufacturer’s standard warranty: Materials shall be free of defects in material and workmanship for

a period of five years from the date of purchase. Should a part fail to function in normal use within this period, manufacturer shall furnish a new part at no charge.

PART 2: PRODUCTS 2.01 VAULT ACCESS HATCH A. Cover: Ductile iron, torsion-actuated, rated for aircraft wheel loads, with waterproof elastomeric door

seal. Design for casting into concrete of vault roof. B. Latch: Latch handle with no above-grade protrusions. Dual latches, activated by operating only one

latch.

C. Operation: Open to 90-degree position with maximum 25-pound pull; close with minimum 50-pound push.

D. Hold-open bar: Automatically lock in full-open position. Release with one-hand operation.

Page 300: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 08 – OPENINGS GARDI CONCOURSE B SE SECTION 08 38 00 VAULT HATCHES FOR CONTRACT NO. 201631515 WATER DISTRIBUTION SYSTEM

ISSUED FOR BID DENVER WATER REVISION NO. 00 11/26/2016 083800-2

E. Identification: Service lettering shall be 2-inch high, 1/16-inch deep and shall consist of the word WATER in all capital letters.

F. Manufacturer: 1. Cavotec Dabico, DAB-38WP. 2. Neenah Foundry Company, R-3498-R2S. 3. EJ, 8190 Series. 2.02 LADDER EXTENSION A. Telescoping design, spring balanced. Automatically locking in the fully raised position with release lever. B. Steel with yellow powder coat. C. Manufacturer: 1. Bilco LadderUP® Safety Post Model LU-1. PART 3: EXECUTION 3.01 COORDINATION A. Coordinate roof hatch installation with vault construction. Verify that the substrate is dry, clean, and

free of foreign matter. Report and correct defects prior to any installation. 3.02 INSTALLATION A. Check as-built conditions and verify the manufacturer’s hatch details for accuracy to fit the

application prior to fabrication. Comply with the Manufacturer's installation instructions. 3.03 FIELD COATING A. Paint in accordance with Section 09905. 4.01 MEASUREMENT A. No separate measurement shall be made for work under this Section. 5.01 PAYMENT A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item. END OF SECTION 08380

Page 301: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 09 – FINISHES GARDI CONCOURSE B SE SECTION 09 97 13 – COATING FOR VAULT HATCHES FOR WATER DISTRIBUTION SYSTEM CONTRACT NO. 201631515

ISSUED FOR BID DENVER WATER REVISION NO. 00 11/16/2016 099713-1

SECTION 09 97 13 COATING FOR VAULT HATCHES FOR WATER DISTRIBUTION SYSTEM PART 1: GENERAL 1.01 WORK INCLUDED A. Coat external surface of metallic vault hatches, including surface preparation. 1.02 SUBMITTALS A. Submit product data on base coat and top coat for approval. B. Submit color samples for approval. PART 2: PRODUCTS 2.01 COATING SYSTEM A. Determine compatibility between base coat and top coat. B. Base Coat: Two-part, self-priming Polyamide Epoxy with maximum volatile solids content of 3.2

pounds per gallon. C. Top Coat: High gloss alkyd enamel or polyurethane enamel with good abrasion resistance and

weatherablity. D. Colors, based on the Pantone Matching System®:

1. Orange: Pantone 138C. 2. Blue: Pantone 292C.

E. Acceptable Manufacturers:

1. Tnemec 2. PPG Amercoat 3. Carboline

PART 3: EXECUTION 3.01 SURFACE PREPARATION A. Surface shall be clean, dry and free of oil, grease and other contaminants. B. Follow manufacturer’s recommendations for further preparation, such as hand or power tool

cleaning, or blasting. 3.03 COATING A. Base Coat: Apply in one coat to 3.0 mils minimum DFT.

Page 302: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 09 – FINISHES GARDI CONCOURSE B SE SECTION 09 97 13 – COATING FOR VAULT HATCHES FOR WATER DISTRIBUTION SYSTEM CONTRACT NO. 201631515

ISSUED FOR BID DENVER WATER REVISION NO. 00 11/16/2016 099713-2

B. Top Coat: Apply in one coat to 3.0 mils minimum DFT. C. Provide sufficient cure time, in accordance with manufacturer’s recommendations, between base

coat and top coat. 3.04 COLOR A. Color shall be achieved in top coat. Base coat may be of any color. B. Apply blue to entire exterior surface of hatch, except for trim stripe. C. Apply a 4-inch wide orange trim stripe to perimeter of hatch. 4.01 MEASUREMENT A. No separate measurement shall be made for work under this Section. 5.01 PAYMENT A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item. END OF SECTION 099713

Page 303: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-1

REVISION NO. 00

SECTION 220400 - BASIC PLUMBING REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Basic requirements common to the Work in general of Division 22 and other Divisions and Sections of the Specification where referenced.

B. Provide, unless specified otherwise, all labor, materials and equipment necessary for completely finished and operational mechanical systems described and specified under other Sections of this Division 22.

C. Provide all minor incidental items such as offsets, fittings, and accessories required as part of the Work even though not specified or indicated.

D. Inspection: Inspect Work preceding or interfacing with Work of Division 22 and report any known or observed defects that affect the Work to the General Contractor. Do not proceed with the Work until defects are corrected

E. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 REFERENCES

A. General:

1. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable Codes.

2. The date of the standard is that in effect as the date of the Contract Documents, except when a specific date is specified.

3. When required by individual Specifications Section by means of reference for cleaning or installation requirements, etc., obtain a copy of the standard. Maintain the copy at job site during work until substantial completion. Copy may be in electronic format.

4. Schedule of Referenced Organizations: Reference Section 014225 "Reference Standard" for a list of the acronyms of organizations referenced in these Specifications:

Page 304: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-2

REVISION NO. 00

1.4 DEFINITIONS

A. Conform to Division 01: These Specifications are of abbreviated, simplified or streamlined type and include incomplete sentences. Singular words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of the Contract Documents so indicates.

B. The following words are re-defined and/or elaborated on for the context of Division 22 Work:

1. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance.

2. Install: Except as otherwise defined in greater detail, term "install" is used to describe operations at Project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance.

3. Provide: Except as otherwise defined in greater detail, term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance.

4. General Contractor: The term "General Contractor" used in Division 22 and elsewhere in the Contract Documents means the party with whom the Owner has executed the Owner-Contractor Agreement.

1.5 QUALITY CONTROL

A. Conform to Division 01. Materials and apparatus required for the Work to be new and of first-class quality; to be furnished, delivered, erected, connected and finished in every detail; and to be so selected and arranged so as to fit properly into the building spaces. Where no specific kind or quality of material is given, a first-class standard article shall be furnished.

B. Unless otherwise specifically indicated, equipment and materials to be installed in accordance with the recommendations of the Manufacturer. This includes the performance of tests as recommended by the Manufacturer.

1.6 REGULATORY REQUIREMENTS

A. Comply with latest editions of all applicable Codes, Standards, Ordinances and Regulations in effect as of the date of the Contract Documents including but not necessarily limited to the following:

1. ABMA - American Bearing Manufacturers Association. 2. ACGIH - American Conference of Governmental Industrial Hygienists. 3. ACI - American Concrete Institute. 4. AGA - American Gas Association. 5. ASHRAE. 6. ANSI - American National Standards Institute. 7. API - American Petroleum Institute.

Page 305: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-3

REVISION NO. 00

8. ASTM - American Society for Testing of Materials. 9. AWS - American Welding Society. 10. AWWA - American Water Works Association. 11. FM - Factory Mutual Insurance Association. 12. MSS - Manufacturers Standardization Society of the Valve and Fittings Industry. 13. NACE - National Association of Corrosion Engineers. 14. NAPCA - National Association of Pipe Coating Applicators. 15. National Electrical Code NFPA-70. 16. NFPA - National Fire Protection Association. 17. SMACNA. 18. SSPC - The Society for Protective Coatings. 19. STI - Steel Tank Institute. 20. UL - Underwriters Laboratories.

B. If discrepancies occur between the Contract Documents and any applicable Codes, Guidelines, Ordinances, Acts, or Standards, the most stringent requirements shall apply.

C. Where hourly fire ratings are indicated or required, provide components and assemblies meeting requirements of the American Insurance Association, Factory Mutual Insurance Association and listed by Underwriters Laboratories, Inc.

1.7 PRODUCT OPTIONS AND SUBSTITUTIONS

A. Substitutions: Refer to Division 01, General Requirements.

B. Some materials and equipment are specified by Manufacturer and catalog numbers. The Manufacturer and catalog numbers are used to establish a degree of quality and style for such equipment and material.

C. When alternate or substitute materials and equipment are used, Contractor shall be responsible for space requirements, configurations, performance, changes in bases, supports, structural members and openings in structure, electrical changes and other apparatus and trades that may be affected by their use.

D. When providing a product and/or service under the qualification of "acceptable equal," Contractor shall be entirely responsible for additional costs incurred due to modifications to the civil, architectural, structural, mechanical, and electrical design that may be required to accommodate the "acceptable equal."

E. Substitute materials and equipment are only allowed to be provided from the Manufacturers listed as approved.

1.8 SHOP DRAWINGS AND PRODUCT DATA

A. General: Comply with the General Conditions of the Contract and with Division 01 - General Requirements.

Page 306: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-4

REVISION NO. 00

B. All documents shall be submitted in electronic format. Each submittal shall be in a single security free PDF document. PDF documents shall be compatible with Adobe Acrobat 10.0 or newer. All as-built documents shall be submitted in Revit in accordance with Division 1 requirements.

1.9 CONTRACT RECORD DOCUMENTS

A. General: Comply with the General Conditions of the Contract and with Division 01 - General Requirements,

1.10 OPERATING AND MAINTENANCE DATA

A. Plumbing Contractor shall submit electronic copy containing a single PDF file of the entire maintenance manual to the DIA Project Manager, General Contractor for their approval.

B. The manual shall have:

1. Alphabetical list of all system components including the name, address, and 24-hour phone number of the company responsible for servicing each item during the first year's operation.

2. Operating instructions for complete system, including emergency procedures for fire or failure of major equipment and procedures for normal starting/operating/shutdown and long-term shutdown.

3. Maintenance instructions, including valves, valve tag and other identified equipment lists, proper lubricants and lubricating instructions for each piece of equipment and necessary cleaning/replacing/adjusting schedules.

4. Manufacturer's data on each piece of equipment, including:

a. Installation instructions. b. Drawings and specifications (approved shop drawings). c. Parts lists. d. Complete wiring and temperature control diagrams (approved shop

drawings).

5. Each piece identified on any schedule shall be bookmarked in the electronic file by its scheduled tag ID (IE: WH-1)

C. In addition to the maintenance manual, and keyed to it, the equipment shall be identified and tagged as specified elsewhere. Insert a copy.

1. Identify all starters, disconnect switches, and manually operated controls, except integral equipment switches with permanently applied, legible markers corresponding to operating instructions in the "Maintenance Manual".

2. Tag all manual operating valves with 1-1/2" diameter brass tags attached with chains. Tags are to be sequence numbered with legible metal stamps.

3. Provide a typed tag list or schedule mounted under glass in the room designated by DIA Project Manager stating number, location, and function of each tagged item. Insert a copy of tag list in each "Maintenance Manual".

Page 307: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-5

REVISION NO. 00

D. Plumbing Contractor shall be responsible for scheduling instructional meetings for maintenance personnel on the proper operation and maintenance of all mechanical systems, using the maintenance manual as a guide. These meetings must be scheduled through the DIA Project Manager, and General Contractor far enough in advance so that all personnel can be notified.

E. Division 22 Contractor shall provide proof of performance certification of all Plumbing Equipment and Systems to demonstrate that all Plumbing Equipment and Systems are operating to the intent of the design.

1.11 FINAL OBSERVATION

A. Comply with the requirements of Division 01 and the following:

1. Prior to the request for final observation, all Work under the contract shall be completed, all systems shall be in proper working order and placed in operation (System Startup of 48 hours).

2. All plumbing systems shall be properly functioning with quantities shown on the Drawings, and all water circuits shall be adjusted to provide the proper flows.

3. All equipment shall be cleaned. All debris and construction materials shall be removed from the DIA property to a DIA approved landfill off-airport.

4. Pumps shall be tested in accordance with other Division 22 Sections and shall be in proper working order and placed in operation.

5. The temperature control system shall be complete and in proper working order. All instruments shall be properly and accurately field calibrated.

6. At the request of the DIA Project Manager, a representative of the Contractor who is thoroughly familiar with the Project and operation of the various systems shall be present during the final observation to demonstrate proper operation of the equipment and controls. If requested by the DIA Project Manager, the Contractor shall have representatives from the Contractor's subcontractors present to assist during final observation.

1.12 PROJECT CONDITIONS

A. Accessibility:

1. Division 22 Contractor shall be responsible for the sufficiency of the size of shafts and chases and the adequate clearance in double partitions and hung ceilings for proper installation of plumbing Work. The Contractor shall cooperate with Contractors of other Divisions of the Work whose work is in the same space and shall advise the General Contractor of the Contractor's requirements. Such spaces and clearances shall, however, be kept to the minimum size required.

2. Division 22 Contractor shall locate all equipment, which must be serviced, operated, or maintained in fully accessible positions. Such equipment shall include (but not be limited to) valves, shock absorbers, motors, controllers, switchgear, and drain points. If required for better accessibility, furnish access doors for this purpose. Minor deviations from Drawings may be allowed to provide for better accessibility. Any changes shall be approved by the DIA Project Manager prior to making the change.

Page 308: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-6

REVISION NO. 00

3. Division 22 Contractor shall provide the General Contractor with the exact locations of access doors for each concealed valve, shock absorber control, damper, or other device requiring service. Locations of these doors shall be submitted in sufficient time to be installed in the normal course of work.

4. Provide carpentry, masonry, concrete and metal work required for work of this Division where not specifically called for under other Sections.

B. Freeze Protection:

1. Do not run lines in outside walls, or locations where freezing may occur. Piping next to outside walls shall be in furred spaces with insulation between the piping and the outside wall. Insulation of piping shall not be considered freeze protection.

C. Scaffolding, Rigging and Hoisting:

a. Provide all scaffolding, rigging, hoisting and services necessary for erection and delivery into the premises of any equipment and apparatus furnished; remove same from premises when no longer required. Conform to OSHA requirements and standards.

1.13 COORDINATION

A. General: Coordinate and order the progress of plumbing Work to conform to the progress of the Work of the other trades. Complete the entire installation as soon as the condition of the building will permit.

B. Coordinate Work with Division 26 Electrical, and Division 33 Utilities and other Divisions as required to perform the Work.

C. Existing System Interruptions: Comply with Division 01.

D. Cutting and Patching: Reference Section 017330 "Cutting and Patching".

E. Drawings and Specifications: The Plumbing Drawings indicate the general design and arrangement of lines, equipment, systems, etc. Information shown is diagrammatic in character and does not necessarily indicate every required offset, fitting, etc. Do not scale the Drawings for dimensions. Take dimensions, measurements, locations, levels, etc., from the Architectural and Engineering Drawings and equipment to be furnished.

F. Discrepancies: Examine Drawings and Specifications for other parts of the Work, and if any discrepancies occur between the plans for the Work of this Division and the plans for the work of others, report such discrepancies to the DIA Project Manager and obtain written instructions for any changes necessary.

G. Order of Precedence: The precedence of construction documents are as Specified in the General Conditions.

Page 309: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-7

REVISION NO. 00

1.14 START-UP PROCEDURES

A. If systems are not to continue in use following the start-up procedures, steps should be taken to ensure against accidental operation or operation by unauthorized personnel.

B. Factory personnel shall be notified as appropriate to start systems requiring their services.

C. Notify the DIA Project Manager in writing a minimum of 48 hours prior to start-up of all major mechanical equipment and systems.

D. Should there be any equipment found which had not been properly started up, it will be the responsibility of this Contractor to arrange for the appropriate personnel to start up the equipment at the Contractor's expense and at a time as scheduled by the DIA Project Manager.

1.15 SCHEDULE OF TESTING

A. Provide testing in accordance with the General Conditions of the Contract and as per requirements in Division 22 Sections.

B. A schedule of testing shall be drawn up by the Division 22 Contractor in such a manner that it will show areas tested, test pressure, length of test, date, time and signature of testing personnel.

C. Notify the DIA Project Manager, DIA Mechanical Inspector and DIA Mechanical Engineer in writing a minimum of 72 hours prior to testing of any mechanical equipment and systems.

D. All testing must be performed in the presence DIA Project Manager and or designated representative; the DIA Project Manager's signature for verification of the test must appear on the schedule.

E. All testing must be performed in accord with the procedures set forth in Division 22 and other Sections of the Specifications where referenced. At completion of testing, the schedule shall then be submitted in triplicate to the DIA Project Manager.

F. Make all specified tests on piping, ductwork and related systems as necessary.

G. Make sure operational and performance tests are made on seasonal equipment.

H. Complete all tests required by Code Authorities, such as health codes, building codes, and safety codes.

I. After test runs have been completed and systems have been demonstrated to be satisfactory and ready for permanent operation, all permanent pipeline strainers and filters shall be cleaned, valve and pump packing properly adjusted, final adjustments made, drive guards secured in place, lubrication checked and replenished if required.

Page 310: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220400 - BASIC PLUMBING REQUIREMENTS

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220400-8

REVISION NO. 00

1.16 CLEANING AND FINISHING

A. Provide cleaning in accordance with the General Requirements of the Contract

B. Cleaning shall include but not be limited to removing grease, dirt, dust, stains, labels, fingerprints and other foreign materials from sight-exposed piping , equipment, fixtures and other such items installed under Division 22 of the Work. If finishes have been damaged, refinish to original condition and leave everything in proper working order and of intended appearance.

C. Clean Domestic Water Systems in accordance with applicable Division 22 Sections.

1.17 WARRANTIES

A. Conform to Division 01: Provide a written warranty covering the entire plumbing Work to be free from defective materials, equipment and workmanship for a minimum period of two (2) years after date of acceptance. During this period provide labor and materials as required to repair or provide labor and materials required to repair or replace defects. Provide certificates for such items of equipment, which have or are specified to have warranties in excess of one (1) year.

1.18 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION (Not Applicable)

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220400

Page 311: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-1

REVISION NO. 00

SECTION 220500 - COMMON WORK RESULTS FOR PLUMBING EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following basic mechanical materials and methods to complement other Division 22 Sections.

1. Piping materials and installation instructions common to most piping systems. 2. Dielectric fittings. 3. Mechanical sleeve seals. 4. Sleeves. 5. Escutcheons. 6. Flowable backfill for underground piping. 7. Field-fabricated metal equipment supports. 8. Installation requirements common to equipment specification Sections. 9. Cutting and patching. 10. Touch up painting and finishing. 11. Pipe and pipe fitting materials are specified in piping system Sections.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 RELATED SECTIONS

A. Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

B. Section 220400 "Basic Plumbing Requirements".

C. FAA Sections for Earthwork.

D. Section 050510 "Welding"

E. Section 220553 "Identification for Plumbing Piping and Equipment" for labeling and identifying plumbing systems and equipment.

Page 312: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-2

REVISION NO. 00

1.4 DEFINITIONS

A. Pipe, pipe fittings, and piping include tube, tube fittings, and tubing.

B. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below the roof, spaces above ceilings, unexcavated spaces, crawl spaces, and tunnels.

C. Exposed Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms.

D. Exposed Exterior Installations: Exposed to view outdoors, or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations.

E. Concealed Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in duct shafts.

F. Concealed Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants, but subject to outdoor ambient temperatures. Examples include installations within unheated shelters.

1.5 SUBMITTALS

A. General: Submit the following according to the Conditions of the Contract and Division 01 Specification Sections:

1. Shop drawings detailing fabrication and installation for metal and wood supports and anchorage for mechanical materials and equipment.

2. Prepare coordination drawings according to Division 01 Section "Submittals" to a 1/4 inch equals 1 foot scale or larger. Detail major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Show space requirements for installation and access. Show where sequence and coordination of installations are important to the efficient flow of the Work. Include the following:

a. Clearances for servicing and maintaining equipment, including space for equipment disassembly required for periodic maintenance.

b. Pump metal support details.

3. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the Quality Assurance Article.

4. Floor x-rays and/or ground penetrating radar reports. 5. “As Built” Plans shall be provided in the same format and manner as described

above. 6. Contractor shall submit fully dimensioned spool drawings for all welded piping

work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size contract documents of either 24"x36" or 34"x44". Spool drawings shall be submitted in electronic format in Revit in compliance with Division 1 requirements. Files shall not contain security. Other file formats will not be accepted.

Page 313: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-3

REVISION NO. 00

7. Field Test Reports: Written reports of each pressure tests specified in Division 22 Sections. Include the following:

a. Test procedures used. b. Test results that comply with requirements. c. Failed test results and corrective action taken to achieve requirements.

1.6 QUALITY CONTROL

A. Equipment Selection: Equipment of greater or larger power, dimensions, capacities, and ratings may be furnished provided such proposed equipment is approved in writing by the DIA Project Manager and connecting mechanical and electrical services, circuit breakers, conduit, motors, bases, and equipment spaces are increased. No additional costs will be approved for these increases, if larger equipment is approved. If minimum energy ratings or efficiencies of the equipment are specified, the equipment must meet the design requirements and commissioning requirements.

B. Unless specified otherwise, all materials and equipment shall be of domestic (USA) manufacture and shall be of the best quality used for the purpose in commercial practice.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver pipes and tubes with factory-applied end-caps. Maintain end-caps through shipping, storage, and handling to prevent pipe-end damage and prevent entrance of dirt, debris, and moisture.

B. Protect stored, pipes and tubes from moisture and dirt. Elevate above grade. When stored inside, do not exceed structural capacity of the floor.

C. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending.

D. Protect flanges, fittings, and piping specialties from moisture and dirt.

E. Deliver fittings with plastic sheeting to protect it from elements. Inspect duct liner for exposure to dirt and tears.

1.8 SEQUENCING AND SCHEDULING

A. Coordinate plumbing equipment installation with other building components.

B. Coordinate the installation of required supporting devices.

C. Sequence, coordinate, and integrate installations of plumbing materials and equipment for efficient flow of the Work.

D. Coordinate connection of electrical services.

Page 314: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-4

REVISION NO. 00

E. Coordinate installation of identifying devices after completing covering and painting where devices are applied to surfaces.

PART 2 - PRODUCTS

2.1 PIPE AND PIPE FITTINGS

A. Refer to individual piping system specification Sections for pipe and fitting materials and joining methods.

B. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings.

2.2 JOINING MATERIALS

A. Refer to individual piping system specification Sections in Division 22 for special joining materials not listed below.

B. Pipe Flange Gasket Materials: Suitable for the chemical and thermal conditions of the piping system contents.

1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness, except where thickness or specific material is indicated.

a. Full-Face Type: For flat-face, Class 125 cast-iron and cast-bronze flanges. b. Narrow-Face Type: For raised-face, Class 250 cast-iron and steel flanges.

C. Solder Filler Metal: ASTM B 32.

1. Alloy Sn95 or Alloy Sn94: Tin (approximately 95 percent) and silver (approximately 5 percent) – Not industry standard, usually 5% antimony.

D. Brazing Filler Metals: AWS A5.8.

1. BCuP Series: Copper-phosphorus alloys. 2. BAg1: Silver alloy.

E. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. All welding rod is to be kept in a operable rod oven at all times.

Page 315: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-5

REVISION NO. 00

2.3 PIPING SPECIALTIES

A. Dielectric Fittings: Assembly or fitting having insulating material isolating joined dissimilar metals to prevent galvanic action and stop corrosion.

1. Description: Combination of copper alloy and ferrous; threaded, solder, plain, and weld neck end types and matching piping system materials.

2. Insulating Material: Suitable for system fluid, pressure, and temperature. 3. Dielectric Waterway Fittings: Dielectric fittings designed to effectively separate

dissimilar metals exposed to water or other electrolytes, conforming to NSF and ASTM F492 standards for continuous use at temperatures up to 225 degrees F and pressures up to 300 psi. Fittings to have electro-zinc-plated steel casings providing for maintained exterior electrical continuity, threaded or flanged ends as applicable, and inert linings.

4. Dielectric Flanges: Factory-fabricated, companion-flange assembly for 150- or 300-psig minimum pressure to suit system pressures.

5. Dielectric-Flange Insulation Kits: Field-assembled, companion-flange assembly, full-face or ring type. Components include neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers.

a. Provide separate companion flanges and steel bolts and nuts for 150- or 300-psig minimum working pressure to suit system pressures.

2.4 SLEEVE SEALS

A. Reference Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping" for sleeve seals.

2.5 ESCUTCHEONS

A. Reference Section 220518 "Escutcheons for Plumbing Piping" for escutcheons.

2.6 BACKFILL

A. Flowable Backfill: Designed in accordance with ASTM C 94 and ASTM D 4832.

1. Refer to FAA Section P-153 "Controlled Low-Strength Material" for material and installation requirements.

2. Minimum Requirements:

a. Compressive Strength: 50-100 psi b. Slump: 6-8 inches.

3. Required for all piping and ductwork installed below concrete slabs, apron paving and roadways.

Page 316: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-6

REVISION NO. 00

PART 3 - EXECUTION

3.1 PIPING SYSTEMS - COMMON REQUIREMENTS

A. General: Install piping as described below, except where system Sections specify otherwise. Individual piping system specification Sections in Division 22 specify piping installation requirements unique to the piping system.

B. General Locations and Arrangements: Drawings indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated, except where deviations to layout are approved on coordination drawings.

C. Install piping at indicated slope.

D. Install piping free of sags and bends.

E. Install piping plumb and at right angles and plumb or parallel to building walls. Diagonal runs are prohibited, except where indicated.

F. Install piping tight to slabs, beams, joists, columns, walls, and other building elements.

G. Install fittings for changes in direction and branch connections.

H. Install couplings according to manufacturer's printed instructions.

I. Piping Joint Construction: Join pipe and fittings as follows and as specifically required in individual piping system Sections.

1. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

2. Remove scale, slag, dirt, rust, and debris from inside and outside of pipe and fittings before assembly.

3. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full inside diameter. Join pipe fittings and valves as follows:

a. Note the internal length of threads in fittings or valve ends, and proximity of internal seat or wall, to determine how far pipe should be threaded into joint.

b. Apply appropriate tape or thread compound to external pipe threads (except where dry seal threading is specified).

c. Align threads at point of assembly. d. Tighten joint with wrench. Apply wrench to valve end into which pipe is

being threaded. e. Damaged Threads: Do not use pipe or pipe fittings having threads that are

corroded or damaged. Do not use pipe sections that have cracked or open welds.

Page 317: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-7

REVISION NO. 00

J. Piping Connections: Except as otherwise indicated, make piping connections as specified below.

1. Install unions in piping 2 inches and smaller adjacent to each valve and at final connection to each piece of equipment having a 2-inch or smaller threaded pipe connection.

2. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals.

K. Piping below apron, concrete slabs or paving shall be encased in flowable backfill. Refer to Section 033350 "Flowable Backfill Low-Strength Concrete" and Division 31 Sections for material and installation requirements.

3.2 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS

A. Install equipment to provide the maximum possible headroom where mounting heights are not indicated.

B. Install equipment according to approved submittal data. Portions of the Work are shown only in diagrammatic form. Refer conflicts to the DIA Project Manager.

C. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, except where otherwise indicated.

D. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. Connect equipment for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to an accessible location.

E. Install equipment giving right-of-way to piping systems installed at a required slope.

3.3 PAINTING AND FINISHING

A. Refer to FAA Sections for Painting for field painting requirements. Paint color schedule shall conform to ASME A13.1-1996, ”Scheme for the Identification of Piping Systems.”

B. Damage and Touch Up: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish.

C. All rooftop equipment exposed to public or aircraft view shall be painted flat white or grey in accordance with FAA Sections.

3.4 CONCRETE PENETRATIONS

A. Reference Section 017330 "Cutting and Patching" for core drilling and saw cutting requirements.

Page 318: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-8

REVISION NO. 00

B. Reference Section 024119 "Selective Demolition" for demolition and removal of selected portions of a building or structure, and repair procedures for selective demolition operations.

C. All penetrations required through completed concrete construction shall be core drilled or saw cut at minimum size required. All penetrations in concrete require an x-ray or ground penetrating radar to determine if the location is clear of reinforcing steel and embedded systems. Precautions shall be taken when drilling to prevent damage to structural concrete.

1. The Contractor shall provide an interpretation of the x-rays or radar shot and obtain written acceptance from the DIA Project Manager before proceeding with drilling.

3.5 WELDING

A. Qualify welding processes and operators for structural steel according to AWS D1.1 Structural Welding Code - Steel. See Division 05 for additional requirements.

B. All welding shall be inspected in process by a contractor-provided, Certified, Independent Testing Agency by an AWS certified welding inspector.

C. Qualify welding processes and operators for piping according to ASME Boiler and Pressure Vessel Code, Section IX, Welding and Brazing Qualifications.

1. Comply with provisions of ASME B31 Series "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for the welding

processes involved and that certification is current.

3.6 ERECTION OF METAL SUPPORTS AND ANCHORAGE

A. Refer to Division 05 for structural steel.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor mechanical materials and equipment.

C. Field Welding: Comply with AWS D1.1 Structural Welding Code - Steel, as referenced in Part 1.

3.7 DEMOLITION

A. Refer to Division 01 and Division 02 for general demolition requirements and procedures.

B. Where pipe, ductwork, insulation, or equipment to remain is damaged or disturbed, remove damaged portions and install new products of equal capacity and quality.

C. Temporary Disconnection: Remove, store, clean, reinstall, reconnect, and make

Page 319: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220500 COMMON WORK-RESULTS FOR PLUMBING EQUIPMENT

DENVER INTERNATIONAL AIRPORT DEN GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220500-9

REVISION NO. 00

operational equipment indicated for relocation.

D. Disconnect, demolish, and remove mechanical systems, equipment, and components indicated to be removed.

1. Piping to Be Removed: Remove portion of piping and associated supports indicated to be removed, provide a shutoff valve with plug or cap in pressurized systems and cap or plug remaining piping with same or compatible piping material. No piping shall be abandoned in place. Repair insulation.

2. Equipment to Be Removed: Disconnect and cap services and remove equipment.

3. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational.

4. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner.

5. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality.

6. Repair structure floor, ceilings, roof, slabs from removed supports in accordance with Division 03, Division 05, and FAA Sections.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 220500

Page 320: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-1

REVISION NO. 00

SECTION 220517 - SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Sleeves. 2. Stack-sleeve fittings. 3. Sleeve-seal systems. 4. Sleeve-seal fittings.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, codes or regulations referenced in this Section and with the references listed in other Sections as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Include data substantiating that materials comply with requirements.

B. Submit product samples if requested by DIA Project Manager.

1.5 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

Page 321: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-2

REVISION NO. 00

PART 2 - PRODUCTS

2.1 SLEEVES

A. Cast-Iron Wall Pipes: Cast or fabricated of cast or ductile iron and equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop unless otherwise indicated.

B. Galvanized-Steel Wall Pipes: ASTM A 53/A 53M, Schedule 40, with plain ends and welded steel collar; zinc coated.

C. Galvanized-Steel-Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, with plain ends.

D. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40.

E. Galvanized-Steel-Sheet Sleeves: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint.

F. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing.

1. Underdeck Clamp: Clamping ring with set screws.

G. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms.

H. Molded-PVC Sleeves: With nailing flange for attaching to wooden forms.

2.2 STACK-SLEEVE FITTINGS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Smith, Jay R. Mfg. Co. 2. Zurn Specification Drainage Operation; Zurn Plumbing Products Group. 3. or approved equal.

B. Description: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring, bolts, and nuts for membrane flashing.

1. Underdeck Clamp: Clamping ring with setscrews.

2.3 SLEEVE-SEAL SYSTEMS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

Page 322: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-3

REVISION NO. 00

1. Advance Products & Systems, Inc. 2. CALPICO, Inc. 3. Metraflex Company (The). 4. Pipeline Seal and Insulator, Inc. 5. Proco Products, Inc. 6. or approved equal.

B. Description: Modular sealing-element unit, designed for field assembly, for filling annular space between piping and sleeve.

1. Sealing Elements: EPDM-rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe.

2. Pressure Plates: Carbon steel. Include two (2) for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel, with corrosion-resistant coating, of

length required to secure pressure plates to sealing elements.

2.4 SLEEVE-SEAL FITTINGS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Presealed Systems. 2. or approved equal.

B. Description: Manufactured plastic, sleeve-type, waterstop assembly made for imbedding in concrete slab or wall. Unit has plastic or rubber waterstop collar with center opening to match piping OD.

PART 3 - EXECUTION

3.1 CONCRETE PENETRATIONS

A. Reference Section 017330 "Cutting and Patching" for core drilling and saw cutting requirements.

B. Reference Section 024119 "Selective Demolition" for demolition and removal of selected portions of a building or structure, and repair procedures for selective demolition operations.

C. All penetrations required through completed concrete construction shall be core drilled or saw cut at minimum size required. All penetrations in concrete require an x-ray or ground penetrating radar to determine if the location is clear of reinforcing steel and embedded systems. Precautions shall be taken when drilling to prevent damage to structural concrete.

D. The Contractor shall provide an interpretation of the x-rays or radar shot and obtain written acceptance from the DIA Project Manager before proceeding with drilling.

Page 323: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-4

REVISION NO. 00

3.2 SLEEVE INSTALLATION

A. Install sleeves for piping passing through penetrations in floors, partitions, roofs, and walls.

B. For sleeves that will have sleeve-seal system installed, select sleeves of size large enough to provide 1-inch annular clear space between piping and concrete slabs and walls.

1. Sleeves are not required for core-drilled holes.

C. Install sleeves in concrete floors, concrete roof slabs, and concrete walls.

1. Permanent sleeves are not required for holes in slabs formed by molded-PE or -PP sleeves.

2. Cut sleeves to length for mounting flush with both surfaces.

a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches above finished floor level.

3. Using grout, seal the space outside of sleeves in slabs and walls without sleeve-seal system.

D. Install sleeves for pipes passing through interior partitions.

1. Cut sleeves to length for mounting flush with both surfaces. 2. Install sleeves that are large enough to provide 1/4-inch annular clear space

between sleeve and pipe or pipe insulation. 3. Seal annular space between sleeve and piping or piping insulation; use joint

sealants appropriate for size, depth, and location of joint. Comply with requirements for sealants specified in Section 079200 "Joint Sealants."

E. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials.

3.3 STACK-SLEEVE-FITTING INSTALLATION

A. Install stack-sleeve fittings in slabs.

1. Install fittings that are large enough to provide 1/4-inch annular clear space between sleeve and pipe or pipe insulation.

2. Secure flashing between clamping flanges for pipes penetrating floors with membrane waterproofing.

3. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level.

4. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified.

5. Using grout, seal the space around outside of stack-sleeve fittings.

Page 324: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-5

REVISION NO. 00

B. Fire-Barrier Penetrations: Maintain indicated fire rating of floors at pipe penetrations. Seal pipe penetrations with firestop materials.

3.4 SLEEVE-SEAL-SYSTEM INSTALLATION

A. Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at service piping entries into building.

B. Select type, size, and number of sealing elements required for piping material and size and for sleeve ID or hole size. Position piping in center of sleeve. Center piping in penetration, assemble sleeve-seal system components, and install in annular space between piping and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make a watertight seal.

3.5 SLEEVE-SEAL-FITTING INSTALLATION

A. Install sleeve-seal fittings in new walls and slabs as they are constructed.

B. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls. Position waterstop flange to be centered in concrete slab or wall.

C. Secure nailing flanges to concrete forms.

D. Using grout, seal the space around outside of sleeve-seal fittings.

3.6 SLEEVE AND SLEEVE-SEAL SCHEDULE

A. Use sleeves and sleeve seals for the following piping-penetration applications:

1. Exterior Concrete Walls above Grade:

a. Piping Smaller Than NPS 6: Galvanized-steel-pipe sleeves.

2. Exterior Concrete Walls below Grade:

a. Piping Smaller Than NPS 6: Galvanized-steel-pipe sleeves with sleeve-seal system.

1) Select sleeve size to allow for 1-inch annular clear space between piping and sleeve for installing sleeve-seal system.

3. Concrete Slabs-on-Grade:

a. Piping Smaller Than NPS 6: Galvanized-steel wall sleeves with sleeve-seal system.

1) Select sleeve size to allow for 1-inch annular clear space between piping and sleeve for installing sleeve-seal system.

Page 325: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220517 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220517-6

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220517

Page 326: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220518 ESCUTCHEONS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220518-1

REVISION NO. 00

SECTION 220518 - ESCUTCHEONS FOR PLUMBING PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Escutcheons. 2. Floor plates.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, codes or regulations referenced in this Section and with the references listed in other Sections as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Include data substantiating that materials comply with requirements.

1.5 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

Page 327: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220518 ESCUTCHEONS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220518-2

REVISION NO. 00

PART 2 - PRODUCTS

2.1 ESCUTCHEONS

A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening.

B. One-Piece, Cast-Brass Type: With polished, chrome-plated and rough-brass finish and setscrew fastener.

C. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with polished chrome-plated finish and spring-clip fasteners.

D. One-Piece, Stamped-Steel Type: With chrome-plated finish and set screw fasteners.

E. Split-Casting Brass Type: With polished, chrome-plated finish and with concealed hinge and setscrew.

F. Split-Plate, Stamped-Steel Type: With chrome-plated finish, concealed hinge, and set screw fasteners.

2.2 FLOOR PLATES

A. One-Piece Floor Plates: Cast-iron flange with holes for fasteners.

B. Split-Casting Floor Plates: Cast brass with concealed hinge and set screw.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install escutcheons for piping penetrations of walls, ceilings, and finished floors.

B. Install escutcheons with ID to closely fit around pipe, tube, and insulation of insulated piping and with OD that completely covers opening.

1. Escutcheons for New Piping:

a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern type.

b. Chrome-Plated Piping: One-piece, cast-brass type with polished, chrome-plated finish.

c. Insulated Piping: One-piece, stamped-steel type or split-plate, stamped-steel type with concealed hinge.

d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast-brass type with polished, chrome-plated finish.

Page 328: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220518 ESCUTCHEONS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220518-3

REVISION NO. 00

e. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, stamped-steel type or split-plate, stamped-steel type with concealed hinge.

f. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast-brass type with polished, chrome-plated finish.

g. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, stamped-steel type or split-plate, stamped-steel type with concealed hinge.

h. Bare Piping in Unfinished Service Spaces: One-piece, cast-brass or split-casting brass type with rough-brass finish.

i. Bare Piping in Unfinished Service Spaces: One-piece, stamped-steel type or split-plate, stamped-steel type with concealed hinge or split-plate, stamped-steel type with exposed-rivet hinge.

2. Escutcheons for Existing Piping:

a. Chrome-Plated Piping: Split-casting brass type with polished, chrome-plated finish.

b. Insulated Piping: Split-plate, stamped-steel type with concealed hinge. c. Bare Piping at Wall and Floor Penetrations in Finished Spaces:

Split-casting brass type with polished, chrome-plated finish. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split-plate,

stamped-steel type with concealed hinge. e. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-casting

brass type with polished, chrome-plated finish. f. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-plate,

stamped-steel type with concealed hinge. g. Bare Piping in Unfinished Service Spaces: Split-casting brass type with

rough-brass finish. h. Bare Piping in Unfinished Service Spaces: Split-plate, stamped-steel type

with exposed-rivet hinge.

C. Install floor plates for piping penetrations of equipment-room floors.

D. Install floor plates with ID to closely fit around pipe, tube, and insulation of piping and with OD that completely covers opening.

1. New Piping: One-piece, floor-plate type. 2. Existing Piping: Split-casting, floor-plate type.

3.2 FIELD QUALITY CONTROL

A. Replace broken and damaged escutcheons and floor plates using new materials.

Page 329: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220518 ESCUTCHEONS FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220518-4

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220518

Page 330: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-1

REVISION NO. 00

SECTION 220523 - GENERAL-DUTY VALVES FOR PLUMBING PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Bronze ball valves. 2. Bronze swing check valves. 3. Bronze gate valves.

B. Related Sections:

1. Section 220553 "Identification for Plumbing Piping and Equipment" for valve tags and schedules.

2. Section 221116 "Domestic Water Piping" for valves applicable only to this piping.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. CWP: Cold working pressure.

B. EPDM: Ethylene propylene copolymer rubber.

C. NBR: Acrylonitrile-butadiene, Buna-N, or nitrile rubber.

D. NRS: Nonrising stem.

E. OS&Y: Outside screw and yoke.

F. RS: Rising stem.

G. SWP: Steam working pressure.

Page 331: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-2

REVISION NO. 00

1.4 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Society of Mechanical Engineers:

a. ASME - Boiler and Pressure Vessel Code. b. ASME Sec. 9 - Welding and Brazing Qualifications. c. ASME - Boiler and Pressure Vessel Code. d. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125,

250 and 800. e. ASME B16.3 - Malleable Iron Threaded Fittings. f. ASME B16.4 - Cast Iron Threaded Fittings Class 125 and 250. g. ASME B16.22 - Wrought Copper and Bronze Solder-Joint Pressure

Fittings. h. ASME B31.8 – Gas Transmission and Distribution Piping Systems. i. ASME B31.9 - Building Service Piping.

2. American Society for Testing and Materials (ASTM):

a. ASTM A 53 - Pipe, Steel, Black and Hot-Dipped Zinc Coated, Welded and Seamless.

b. ASTM A 74 - Cast Iron Soil Pipe and Fittings. c. ASTM A 234 - Pipe Fittings of Wrought Carbon Steel and Alloy Steel for

Moderate and Elevated Temperatures. d. ASTM B 32 - Solder Metal. e. ASTM B 88 - Seamless Copper Water Tube. f. ASTM B 251 - Wrought Seamless Copper and Copper-Alloy Tube. g. ASTM C 14 - Concrete Sewer, Storm Drain, and Culvert Pipe. h. ASTM C 443 - Joints for Circular Concrete Sewer and Culvert Pipe, Using

Rubber Gaskets. i. ASTM C 564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings. j. ASTM D 1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80,

and 120. k. ASTM D 2513 - Thermoplastic Gas Pressure Pipe, Tubing and Fittings. l. ASTM D 2683 - Socket-Type Polyethylene Fillings for Outside

Diameter-Controlled Polyethylene Pipe. m. ASTM D 3033 - Type PSP Poly (Vinyl Chloride) (PVC) Sewer Pipe and

Fittings. n. ASTM D 3034 - Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and

Fittings. o. ASTM F 477 - Elastomeric Seals (Gaskets) for Joining Plastic Pipe.

Page 332: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-3

REVISION NO. 00

3. American Water Works Association (AWWA):

a. AWWA C105 - Polyethylene Encasement for Ductile Iron Piping for Water and Other Liquids.

b. AWWA C110 - Ductile - Iron and Gray - Iron Fittings 3 in. through 48 in., for Water and Other Liquids.

c. AWWA C111- Rubber-Gasket Joints for Ductile Iron and Gray-Iron Pressure Pipe and Fittings.

d. AWWA C151 - Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids.

e. AWWA C651 - Disinfecting Water Mains. f. M6 - Water Meters - Selection, Installation, Testing, and Maintenance.

4. American Welding Society (AWS):

a. AWS A5.8 - Brazing Filler Metal.

5. Cast-Iron Soil Pipe Institute (CISPI):

a. CISPI 301 - Cast Iron Soil Pipe and Fittings for Hubless Cast Iron Sanitary Systems.

6. International Building Code (IBC) with the Denver Amendments. 7. International Fire Code (IFC) with the Denver Amendments. 8. National Certified Pipe Welding Bureau (NCPWB):

a. NCPWB - Procedure Specifications for Pipe Welding.

1.5 ACTION SUBMITTALS

A. Product Data: For each type of valve indicated.

1. Include data substantiating that materials comply with requirements.

2. Provide manufacturers catalog information. Indicate valve data and ratings.

B. CLOSEOUT DOCUMENTS

C. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1. Record actual locations of valves.

D. Operation and maintenance data.

1. Maintenance data: Include installation instructions, spare parts lists, exploded assembly views.

Page 333: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-4

REVISION NO. 00

E. EXTRA MATERIALS

1. Provide two (2) re-packing kits for each type and size valve.

1.6 QUALITY ASSURANCE

A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer.

B. Valve Identification: Manufacturer's name and pressure rating marked on valve body.

C. ASME Compliance:

1. ASME B16.10 and ASME B16.34 for ferrous valve dimensions and design criteria.

2. ASME B31.1 for power piping valves. 3. ASME B31.9 for building services piping valves.

D. NSF Compliance: NSF 61 for valve materials for potable-water service.

E. Perform Work in accordance with City and County of Denver plumbing code.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Prepare valves for shipping as follows:

1. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

2. Provide temporary protective coating on cast iron and steel valves. 3. Provide temporary end caps and closures on piping and fittings. Maintain in

place until installation. 4. Protect piping systems from entry of foreign materials by temporary covers,

completing sections of the work, and isolating parts of completed system. 5. Protect internal parts against rust and corrosion. 6. Protect threads, flange faces, grooves, and weld ends. 7. Set angle, gate, and globe valves closed to prevent rattling. 8. Set ball and plug valves open to minimize exposure of functional surfaces. 9. Set butterfly valves closed or slightly open. 10. Block check valves in either closed or open position.

B. Use the following precautions during storage:

1. Maintain valve end protection. 2. Store valves indoors and maintain at higher than ambient dew point temperature.

If outdoor storage is necessary, store valves off the ground in watertight enclosures.

Page 334: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-5

REVISION NO. 00

C. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not use hand wheels or stems as lifting or rigging points.

1.8 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 GENERAL REQUIREMENTS FOR VALVES

A. Refer to valve schedule articles for applications of valves.

B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for system pressures and temperatures.

C. Valve Sizes: Same as upstream piping unless otherwise indicated.

D. Valve Actuator Types:

1. Handlever: For quarter-turn valves NPS 6 and smaller.

E. Valves in Insulated Piping: With 2-inch stem extensions and the following features:

1. Gate Valves: With rising stem. 2. Ball Valves: With extended operating handle of non-thermal-conductive

material, and protective sleeve that allows operation of valve without breaking the vapor seal or disturbing insulation.

F. Valve-End Connections:

1. Solder Joint: With sockets according to ASME B16.18. 2. Threaded: With threads according to ASME B1.20.1.

G. Valve Bypass and Drain Connections: MSS SP-45.

2.2 BRONZE BALL VALVES

A. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. American Valve, Inc. b. Bray. c. Conbraco Industries, Inc.; Apollo Valves.

Page 335: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-6

REVISION NO. 00

d. Crane Co.; Crane Valve Group; Crane Valves. e. Hammond Valve. f. Jenkins. g. Lance Valves; a division of Advanced Thermal Systems, Inc. h. Legend Valve. i. Milwaukee Valve Company. j. NIBCO INC. k. Red-White Valve Corporation. l. Stockham. m. Watts Regulator Co.; a division of Watts Water Technologies, Inc. n. or approved equal.

2. Description:

a. Standard: MSS SP-110. b. SWP Rating: 150 psig. c. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Bronze. f. Ends: Threaded. g. Seats: PTFE or TFE. h. Stem: Bronze. i. Ball: Chrome-plated brass. j. Port: Full.

2.3 BRONZE SWING CHECK VALVES

A. Class 125, Bronze Swing Check Valves with Bronze Disc:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. Crane Co.; Crane Valve Group; Jenkins Valves. d. Crane Co.; Crane Valve Group; Stockham Division. e. Hammond Valve. f. Kitz Corporation. g. Milwaukee Valve Company. h. NIBCO INC. i. Powell Valves. j. Red-White Valve Corporation. k. Watts Regulator Co.; a division of Watts Water Technologies, Inc. l. Zy-Tech Global Industries, Inc. m. or approved equal.

Page 336: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-7

REVISION NO. 00

2. Description:

a. Standard: MSS SP-80, Type 3. b. CWP Rating: 200 psig. c. Body Design: Horizontal flow. d. Body Material: ASTM B 62, bronze. e. Ends: Threaded. f. Disc: Bronze.

2.4 BRONZE GATE VALVES

A. Class 125, NRS Bronze Gate Valves:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. Crane Co.; Crane Valve Group; Jenkins Valves. d. Crane Co.; Crane Valve Group; Stockham Division. e. Hammond Valve. f. Jenkins. g. Kitz Corporation. h. Milwaukee Valve Company. i. NIBCO INC. j. Powell Valves. k. Red-White Valve Corporation. l. Watts Regulator Co.; a division of Watts Water Technologies, Inc. m. Zy-Tech Global Industries, Inc. n. or approved equal.

2. Description:

a. Standard: MSS SP-80, Type 1. b. CWP Rating: 200 psig. c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet. d. Ends: Threaded or solder joint. e. Stem: Bronze. f. Disc: Solid wedge; bronze. g. Packing: Asbestos free. h. Handwheel: Malleable iron, bronze, or aluminum.

Page 337: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-8

REVISION NO. 00

B. Class 125, RS Bronze Gate Valves:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. Crane Co.; Crane Valve Group; Jenkins Valves. d. Crane Co.; Crane Valve Group; Stockham Division. e. Hammond Valve. f. Jenkins. g. Kitz Corporation. h. Milwaukee Valve Company. i. NIBCO INC. j. Powell Valves. k. Watts Regulator Co.; a division of Watts Water Technologies, Inc. l. Zy-Tech Global Industries, Inc. m. or approved equal.

2. Description:

a. Standard: MSS SP-80, Type 2. b. CWP Rating: 200 psig. c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet. d. Ends: Threaded or solder joint. e. Stem: Bronze. f. Disc: Solid wedge; bronze. g. Packing: Asbestos free. h. Handwheel: Malleable iron, bronze, or aluminum.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove special packing materials, such as blocks, used to prevent disc movement during shipping and handling.

B. Operate valves in positions from fully open to fully closed. Examine guides and seats made accessible by such operations.

C. Examine threads on valve and mating pipe for form and cleanliness.

D. Examine mating flange faces for conditions that might cause leakage. Check bolting for proper size, length, and material. Verify that gasket is of proper size, that its material composition is suitable for service, and that it is free from defects and damage.

E. Do not attempt to repair defective valves; replace with new valves.

Page 338: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-9

REVISION NO. 00

3.2 VALVE INSTALLATION

A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown.

B. Locate valves for easy access and provide separate support where necessary.

C. Install valves in horizontal piping with stem at or above center of pipe.

D. Install valves in position to allow full stem movement.

E. Do not install valves with stems inverted.

F. Install check valves for proper direction of flow and as follows:

1. Swing Check Valves: In horizontal position with hinge pin level.

3.3 ADJUSTING

A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs.

3.4 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS

A. If valve applications are not indicated, use the following:

1. Shutoff Service: Ball or gate valves. 2. Throttling Service: Ball valves.

B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves with higher SWP classes or CWP ratings may be substituted.

C. Select valves, except wafer types, with the following end connections:

1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder-joint valve-end option is indicated in valve schedules below.

D. Provide and install unions downstream of valves and at equipment or apparatus connections.

E. Provide and install ball or butterfly valves for shut-off and to isolate all equipment, isolate connections to existing piping mains, part of systems as indicated, and/or vertical risers.

F. Provide and install ball valves for throttling, bypass, or manual flow control services.

Page 339: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220523 GENERAL-DUTY VALVES FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220523-10

REVISION NO. 00

3.5 DOMESTIC, HOT- AND COLD-WATER VALVE SCHEDULE

A. Pipe NPS 2 and Smaller:

1. Bronze Valves: May be provided with solder-joint ends instead of threaded ends.

2. Ball Valves: Two pieces, full port, bronze with bronze trim. 3. Bronze Swing Check Valves: Class 125 disc.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220523

Page 340: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-1

REVISION NO. 00

SECTION 220529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Metal framing systems. 4. Fastener systems. 5. Pipe stands. 6. Pipe positioning systems.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION

A. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.4 DEFINITIONS

A. MSS: Manufacturers Standardization Society of The Valve and Fittings Industry Inc.

1.5 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Welding Society (AWS):

Page 341: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-2

REVISION NO. 00

a. D1.1 - Structural Welding Code - Steel. b. D1.2 - Structural Welding Code - Aluminum. c. D1.3 - Structural Welding Code - Sheet Steel. d. D1.4 - Structural Welding Code - Reinforcing Steel.

2. ASME International (ASME):

a. B31.1 - Power Piping. b. B31.9 - Building Services Piping.

3. Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualification".

4. ASTM International (ASTM):

a. A36/A37M - Carbon Structural Steel. b. A780 - Practice for Repair of Damaged and Uncoated Areas of Hot-Dip

Galvanized Coatings. c. C533 - Calcium Silicate Block and Pipe Thermal Insulation. d. C552 -Cellular Glass Thermal Insulation. e. C1107 - Packaged Dry, Hydraulic-Cement Grout (Nonshrink).

5. The International Association of Plumbing and Mechanical Officials (IAPMO):

a. PS42 - Pipe Alignment and Secondary Support Systems.

6. International Fire Code (IFC) with the Denver Amendments 7. International Building Code (IBC) with the Denver Amendments. 8. Manufacturers Standardization Society of The Valve and Fittings Industry Inc.

(MSS SP):

a. 58 - Pipe Hangers and Supports - Materials, Design and Manufacture. b. 69 - Pipe Hangers and Supports - Selection and Application. c. 89 - Pipe Hangers and Supports - Fabrication and Installation Practices. d. 90 - Guidelines on Terminology for Pipe Hangers and Supports.

9. Metal Framing Manufacturers Association (MFMA):

a. 3 - Metal Framing Standards Publication. b. 102 - Guidelines for the Use of Metal Framing.

10. The Society for Protective Coatings (SSPC):

a. PA1 - Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel.

11. Underwriters' Laboratories (UL):

a. UL 203 - Pipe Hanger Equipment for Fire Protection Service.

Page 342: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-3

REVISION NO. 00

1.6 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design trapeze pipe hangers and equipment supports, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Structural Performance: Hangers and supports for plumbing piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7.

1. Design supports for multiple pipes, including pipe stands, capable of supporting combined weight of supported systems, system contents, and test water.

2. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

1.7 ACTION SUBMITTALS

A. Product Data: For each type of product indicated, and as follows:

1. Steel pipe hangers and supports. 2. Powder-actuated fastener systems. 3. Pipe positioning systems. 4. Include data substantiating that materials comply with requirements.

B. Shop Drawings: Signed and sealed by a qualified professional engineer. Show fabrication and installation details and include calculations for the following; include Product Data for all components:

1. Trapeze pipe hangers. 2. Metal framing systems. 3. Pipe stands.

C. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser support hangers.

D. Refer to Section 220400 "Basic Plumbing Requirements" for coordination requirements.

E. Delegated-Design Submittal: For trapeze hangers indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

1. Detail fabrication and assembly of trapeze hangers. 2. Design Calculations: Calculate requirements for designing trapeze hangers.

1.8 INFORMATIONAL SUBMITTALS

A. Welding certificates.

Page 343: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-4

REVISION NO. 00

1.9 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.10 QUALITY ASSURANCE

A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

1. Retain applicable standards below. At a minimum AWS D1.1 is required.

a. AWS D1.2. b. AWS D1.3. c. AWS D1.4.

B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code.

1.11 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 STEEL PIPE HANGERS AND SUPPORTS

A. Carbon-Steel Pipe Hangers and Supports:

1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Galvanized Metallic Coatings: Pregalvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion

to support bearing surface of piping. 5. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel.

B. Copper Pipe Hangers:

1. Description: MSS SP-58, Types 1 through 58, copper-coated-steel, factory-fabricated components.

2. Hanger Rods: Continuous-thread rod, nuts, and washer made of copper-coated steel.

Page 344: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-5

REVISION NO. 00

2.2 TRAPEZE PIPE HANGERS

A. Description: MSS SP-69, Type 59, shop- or field-fabricated pipe-support assembly made from structural carbon-steel shapes with MSS SP-58 carbon-steel hanger rods, nuts, saddles, and U-bolts.

2.3 METAL FRAMING SYSTEMS

A. MFMA Manufacturer Metal Framing Systems:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Allied Tube & Conduit. b. Cooper B-Line, Inc. c. Flex-Strut Inc. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut Corporation; Tyco International, Ltd. g. Wesanco, Inc. h. or approved equal.

2. Description: Shop- or field-fabricated pipe-support assembly for supporting multiple parallel pipes.

3. Standard: MFMA-4. 4. Channels: Continuous slotted steel channel with inturned lips. 5. Channel Nuts: Formed or stamped steel nuts or other devices designed to fit

into channel slot and, when tightened, prevent slipping along channel. 6. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel. 7. Manufacturer's standard finish, unless bare metal surfaces are indicated. 8. Metallic Coating: Hot-dipped galvanized. 9. Paint Coating: Epoxy. 10. Plastic Coating: Epoxy.

B. Non-MFMA Manufacturer Metal Framing Systems:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Anvil International; a subsidiary of Mueller Water Products Inc. b. Empire Industries, Inc. c. ERICO International Corporation. d. Haydon Corporation; H-Strut Division. e. NIBCO INC. f. PHD Manufacturing, Inc. g. PHS Industries, Inc. h. or approved equal.

2. Description: Shop- or field-fabricated pipe-support assembly made of steel

Page 345: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-6

REVISION NO. 00

channels, accessories, fittings, and other components for supporting multiple parallel pipes.

3. Standard: Comply with MFMA-4. 4. Channels: Continuous slotted steel channel with inturned lips. 5. Channel Nuts: Formed or stamped steel nuts or other devices designed to fit

into channel slot and, when tightened, prevent slipping along channel. 6. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel

indoors and stainless steel outdoors. 7. Coating: Zinc.

2.4 FASTENER SYSTEMS

A. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Hilti, Inc. b. ITW Ramset/Red Head. c. or approved equal.

B. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. B-Line Systems, Inc.; a division of Cooper Industries. b. Hilti, Inc. c. ITW Ramset/Red Head. d. or approved equal.

2.5 PIPE STANDS

A. General Requirements for Pipe Stands: Shop- or field-fabricated assemblies made of manufactured corrosion-resistant components to support roof-mounted piping.

B. Compact Pipe Stand: One-piece plastic unit with integral-rod roller, pipe clamps, or V-shaped cradle to support pipe, for roof installation without membrane penetration.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. ERICO/Michigan Hanger Co. b. MIRO Industries. c. or approved equal.

Page 346: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-7

REVISION NO. 00

C. Low-Type, Single-Pipe Stand: One-piece plastic base unit with plastic roller, for roof installation without membrane penetration.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. MIRO Industries. b. or approved equal.

D. High-Type, Single-Pipe Stand:

1. Description: Assembly of base, vertical and horizontal members, and pipe support, for roof installation without membrane penetration.

2. Base: Plastic. 3. Vertical Members: Two or more cadmium-plated-steel or stainless-steel,

continuous-thread rods. 4. Horizontal Member: Cadmium-plated-steel or stainless-steel rod with plastic or

stainless-steel, roller-type pipe support.

5. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. ERICO/Michigan Hanger Co. b. MIRO Industries. c. Portable Pipe Hangers. d. or approved equal.

E. High-Type, Multiple-Pipe Stand:

1. Description: Assembly of bases, vertical and horizontal members, and pipe supports, for roof installation without membrane penetration.

2. Bases: One or more; plastic. 3. Vertical Members: Two or more protective-coated-steel channels. 4. Horizontal Member: Protective-coated-steel channel. 5. Pipe Supports: Galvanized-steel, clevis-type pipe hangers.

6. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Portable Pipe Hangers. b. or approved equal.

F. Curb-Mounting-Type Pipe Stands: Shop- or field-fabricated pipe supports made from structural-steel shapes, continuous-thread rods, and rollers, for mounting on permanent stationary roof curb.

2.6 PIPE POSITIONING SYSTEMS

A. Description: IAPMO PS 42, positioning system of metal brackets, clips, and straps for positioning piping in pipe spaces; for plumbing fixtures in commercial applications.

Page 347: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-8

REVISION NO. 00

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. C & S Mfg. Corp. b. HOLDRITE Corp.; Hubbard Enterprises. c. Samco Stamping, Inc. d. or approved equal.

2.7 EQUIPMENT SUPPORTS

A. Description: Welded, shop- or field-fabricated equipment support made from structural carbon-steel shapes.

2.8 MISCELLANEOUS MATERIALS

A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and galvanized.

B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications.

1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength.

PART 3 - EXECUTION

3.1 PIPE HANGERS AND SUPPORTS

A. Support horizontal piping as required and in accordance with spans and hanger rod sizes based on MSS SP-69 recommendations. Hanger rod sizes are based on single-rod hangers using ASTM A36-81A or ASTM A575-81 Gr 1020 steel.

1. If local codes or special design considerations necessitate shorter spans or larger rod sizes, they shall govern. Contractor shall adjust requirements as necessary for conditions such as increase in loading caused by valves, fittings, or other conditions.

Page 348: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-9

REVISION NO. 00

B. Space steel piping supports to permit normal pitch of pipe lines with deflection and bending stress maintained at a minimum. Except as otherwise required by applicable codes, do not exceed the following support spacings:

Nominal Pipe Size

(inches) Water Service Spacing (feet)

Gas, or Air Service Spacing (feet)

Hanger Rod Min. Diameter (inches)

1/2 and smaller 7 8 3/8 3/4 through 1-1/4 7 9 3/8

1-1/2 9 12 3/8 2 10 13 3/8 3 12 15 1/2 4 14 17 5/8 6 17 21 3/4

C. Support cast iron piping at each joint and in accordance with applicable codes and standards.

D. The maximum support spacing for thin wall aluminum, stainless steel, or copper lines is as follows:

Nominal Pipe Size

(inches) Water Service Spacing (feet)

Gas, or Air Service Spacing (feet)

Hanger Rod Min. Diameter (inches)

1/2 through 3/4 5 6 3/8 1 through 1-1/2 6 8 3/8

2 8 11 3/8 3 10 14 1/2 4 12 16 1/2 6 14 20 5/8

E. Support PVC piping system per the following requirements:

1. Distance Between Supports (feet): Size (in.)

Temp deg F

60 80 100 120 140 Sched 40 80 40 80 40 80 40 80 40 80 1 5.5 6.0 5.0 5.5 3.5 4.5 3.0 3.0 2.5 3.0 1-1/2 6.0 6.5 5.5 6.5 5.0 5.5 3.5 3.5 3.0 3.5 2 6.0 7.0 5.5 6.5 5.0 6.0 3.5 4.0 3.0 3.5 3 7.0 8.0 7.0 7.5 6.0 7.0 4.0 4.5 3.5 4.0 4 7.5 9.0 7.0 8.5 6.5 7.5 4.5 5.0 4.0 4.5 6 8.5 10.0 8.0 9.5 7.5 9.0 5.0 6.0 4.5 5.0

Page 349: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-10

REVISION NO. 00

F. Support distances for PVC, CPVC, PVDF, and PP systems are based on fluid specific gravity of 1.0. For fluids at higher density, multiply distances by following factors:

SP Grav. 1.0 1.1 1.2 1.4 1.6 2.0 2.5 Factor 1.0 0.98 0.96 0.93 0.90 0.85 0.80

G. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work.

H. Place a hanger within 12 inches of each horizontal elbow.

I. Use hangers with 1-1/2 inch minimum vertical adjustment.

J. Install hangers for cast-iron soil piping with the following maximum horizontal spacing and minimum rod diameters:

1. NPS 1-1/2 and NPS 2: 60 inches with 3/8-inch rod. 2. NPS 3: 60 inches with 1/2-inch rod. 3. NPS 4 and NPS 5: 60 inches with 5/8-inch rod. 4. NPS 6: 60 inches with 3/4-inch rod. 5. NPS 8 to NPS 12: 60 inches with 7/8-inch rod. 6. NPS 15: 60 inches with 1-inch rod. 7. Spacing for 10-foot lengths may be increased to 10 feet. Spacing for fittings is

limited to 60 inches.

K. Support vertical piping at every floor. Support vertical cast iron pipe at each floor and at each hub.

L. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers.

M. Support riser piping independently of connected horizontal piping.

N. At changes in pipe flow direction, install piping sufficiently spaced to allow pipe movement without crushing insulation.

O. Mechanical systems shall not share supports and/or hangers with any other systems.

P. Fireproofing: Where hangers require removal of fire proofing, remove minimum amount of fireproofing for hanger attachment. Repair fireproofing per Division 07 Sections.

3.2 HANGER AND SUPPORT INSTALLATION

A. Steel Pipe-Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to properly support piping from the building structure.

Page 350: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-11

REVISION NO. 00

B. Metal Trapeze Pipe-Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Arrange for grouping of parallel runs of horizontal piping, and support together on field-fabricated trapeze pipe hangers.

1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size or install intermediate supports for smaller diameter pipes as specified for individual pipe hangers.

2. Field fabricate from ASTM A 36/A 36M, carbon-steel shapes selected for loads being supported. Weld steel according to AWS D1.1/D1.1M.

C. Metal Framing System Installation: Arrange for grouping of parallel runs of piping, and support together on field-assembled metal framing systems.

D. Fastener System Installation:

1. Install powder-actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick in concrete after concrete is placed and completely cured. Use operators that are licensed by powder-actuated tool manufacturer. Install fasteners according to powder-actuated tool manufacturer's operating manual.

2. Install mechanical-expansion anchors in concrete after concrete is placed and completely cured. Insert wedge type expansion shell or shield should be flush with concrete surface in which it is set. This requires the hole in the concrete to be of sufficient depth to accommodate total insertion. Install fasteners according to manufacturer's written instructions.

E. Pipe Stand Installation:

1. Pipe Stand Types except Curb-Mounted Type: Assemble components and mount on smooth roof surface. Do not penetrate roof membrane.

2. Curb-Mounted-Type Pipe Stands: Assemble components or fabricate pipe stand and mount on permanent, stationary roof curb. See Section 077200 "Roof Accessories" for curbs.

F. Pipe Positioning-System Installation: Install support devices to make rigid supply and waste piping connections to each plumbing fixture. Reference other Division 22 Sections for plumbing fixtures.

G. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories.

H. Equipment Support Installation: Fabricate from welded-structural-steel shapes.

I. Install hangers and supports to allow controlled thermal movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units.

J. Install lateral bracing with pipe hangers and supports to prevent swaying.

Page 351: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-12

REVISION NO. 00

K. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts.

L. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment.

M. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping.

N. Insulated Piping:

1. Attach clamps and spacers to piping.

a. Piping Operating above Ambient Air Temperature: Clamp may project through insulation.

b. Piping Operating below Ambient Air Temperature: Use thermal-hanger shield insert with clamp sized to match OD of insert.

c. Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping.

2. Install MSS SP-58, Type 39, protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation.

a. Option: Thermal-hanger shield inserts may be used. Include steel weight-distribution plate for pipe NPS 4 and larger if pipe is installed on rollers.

3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees.

a. Option: Thermal-hanger shield inserts may be used. Include steel weight-distribution plate for pipe NPS 4 and larger if pipe is installed on rollers.

4. Shield Dimensions for Pipe: Not less than the following:

a. NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. b. NPS 4: 12 inches long and 0.06 inch thick. c. NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. d. NPS 8 to NPS 14: 24 inches long and 0.075 inch thick.

5. Pipes NPS 8 and Larger: Include wood inserts of length at least as long as protective shield.

6. Insert Material: Length at least as long as protective shield. 7. Thermal-Hanger Shields: Install with insulation same thickness as piping

insulation.

Page 352: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-13

REVISION NO. 00

3.3 METAL FABRICATIONS

A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and equipment supports.

B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations.

C. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and

so contours of welded surfaces match adjacent contours.

3.4 ADJUSTING

A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe.

B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.

3.5 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.

1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils.

B. Touchup: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal are specified in Section 099113 "Exterior Painting." Section 099123 "Interior Painting."

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

3.6 HANGER AND SUPPORT APPLICATIONS

A. Specific hanger and support requirements are in Sections specifying piping systems and equipment.

Page 353: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-14

REVISION NO. 00

B. Comply with MSS SP-69 for pipe-hanger selections and applications that are not specified in piping system Sections.

C. Use hangers and supports with galvanized metallic coatings for piping and equipment that will not have field-applied finish.

D. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing.

E. Use carbon-steel pipe hangers and supports, metal trapeze pipe hangers and metal framing systems and attachments for general service applications.

F. Use copper-plated pipe hangers and copper attachments for copper piping and tubing.

G. Use padded hangers for piping that is subject to scratching.

H. Use thermal-hanger shield inserts for insulated piping and tubing.

I. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30.

2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of 120 deg F (49 deg C) to 450 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation.

3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation.

4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes NPS 1/2 to NPS 24 if little or no insulation is required.

5. Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, to allow off-center closure for hanger installation before pipe erection.

6. Adjustable, Swivel Split- or Solid-Ring Hangers (MSS Type 6): For suspension of noninsulated, stationary pipes NPS 3/4 to NPS 8.

7. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8.

8. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8.

9. Adjustable, Swivel-Ring Band Hangers (MSS Type 10): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 2.

10. Split Pipe Ring with or without Turnbuckle Hangers (MSS Type 11): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 8.

11. Extension Hinged or Two-Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 3.

12. U-Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30. 13. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or

contraction. 14. Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to NPS 36,

with steel-pipe base stanchion support and cast-iron floor flange or carbon-steel plate.

Page 354: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-15

REVISION NO. 00

15. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36, with steel-pipe base stanchion support and cast-iron floor flange or carbon-steel plate, and with U-bolt to retain pipe.

16. Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion-type support for pipes NPS 2-1/2 to NPS 36 if vertical adjustment is required, with steel-pipe base stanchion support and cast-iron floor flange.

17. Single-Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to NPS 30, from two (2) rods if longitudinal movement caused by expansion and contraction might occur.

18. Adjustable Roller Hangers (MSS Type 43): For suspension of pipes NPS 2-1/2 to NPS 24, from single rod if horizontal movement caused by expansion and contraction might occur.

19. Complete Pipe Rolls (MSS Type 44): For support of pipes NPS 2 to NPS 42 if longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary.

20. Pipe Roll and Plate Units (MSS Type 45): For support of pipes NPS 2 to NPS 24 if small horizontal movement caused by expansion and contraction might occur and vertical adjustment is not necessary.

21. Adjustable Pipe Roll and Base Units (MSS Type 46): For support of pipes NPS 2 to NPS 30 if vertical and lateral adjustment during installation might be required in addition to expansion and contraction.

J. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4 to NPS 20.

2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 20 if longer ends are required for riser clamps.

K. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads.

2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split pipe rings. 4. Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to various

types of building attachments. 5. Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping

installations.

L. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling.

2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with bar-joist construction, to attach to top flange of structural shape.

Page 355: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-16

REVISION NO. 00

3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles.

4. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams.

5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large.

6. C-Clamps (MSS Type 23): For structural shapes. 7. Top-Beam Clamps (MSS Type 25): For top of beams if hanger rod is required

tangent to flange edge. 8. Side-Beam Clamps (MSS Type 27): For bottom of steel I-beams. 9. Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of

steel I-beams for heavy loads. 10. Linked-Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of

steel I-beams for heavy loads, with link extensions. 11. Malleable-Beam Clamps with Extension Pieces (MSS Type 30): For attaching

to structural steel. 12. Welded-Steel Brackets: For support of pipes from below or for suspending from

above by using clip and rod. Use one of the following for indicated loads:

a. Light (MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 lb. c. Heavy (MSS Type 33): 3000 lb.

13. Side-Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 14. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is

required. 15. Horizontal Travelers (MSS Type 58): For supporting piping systems subject to

linear horizontal movement where headroom is limited.

M. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Steel-Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation.

2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation.

3. Thermal-Hanger Shield Inserts: For supporting insulated pipe.

N. Comply with MSS SP-69 for trapeze pipe-hanger selections and applications that are not specified in piping system Sections.

O. Comply with MFMA-103 for metal framing system selections and applications that are not specified in piping system Sections.

P. Use powder-actuated fasteners or mechanical-expansion anchors instead of building attachments where required in concrete construction.

Q. Use pipe positioning systems in pipe spaces behind plumbing fixtures to support supply and waste piping for plumbing fixtures.

Page 356: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220529 HANGARS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/26/2016

CH2M 220529-17

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220529

Page 357: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220533 HEAT TRACING FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 220533-1

REVISION NO. 00

SECTION 220533 - HEAT TRACING FOR PLUMBING PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes plumbing piping heat tracing for freeze prevention with the following electric heating cables:

1. Self-regulating, parallel resistance.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include rated capacities, operating characteristics, and furnished specialties and accessories.

2. Schedule heating capacity, length of cable, spacing, and electrical power requirement for each electric heating cable required.

3. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For electric heating cable.

1. Include plans, elevations, sections, and attachment details. 2. Include diagrams for power, signal, and control wiring.

1.4 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

B. Sample Warranty: For special warranty.

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For electric heating cables to include in operation and maintenance manuals.

Page 358: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220533 HEAT TRACING FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 220533-2

REVISION NO. 00

B. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1. Record actual locations of components.

1.6 WARRANTY

A. Special Warranty: Manufacturer agrees to repair or replace electric heating cable that fails in materials or workmanship within specified warranty period.

1. Warranty Period: Minimum three (3) years from date of Substantial Completion.

1.7 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 SELF-REGULATING, PARALLEL-RESISTANCE HEATING CABLES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. BriskHeat. 2. Chromalox. 3. Delta-Therm Corporation. 4. Easy Heat; a division of EGS Electrical Group LLC. 5. Nelson Heat Trace; a division of EGS Electrical Group LLC. 6. Pyrotenax; a brand of Tyco Thermal Controls LLC. 7. Raychem; a brand of Tyco Thermal Controls LLC. 8. Thermon Americas Inc. 9. Trasor Corp. 10. or approved equal.

B. Comply with IEEE 515.1.

C. Heating Element: Pair of parallel No. 16 AWG, tinned, stranded copper bus wires embedded in crosslinked conductive polymer core, which varies heat output in response to temperature along its length. Terminate with waterproof, factory-assembled, nonheating leads with connectors at one end, and seal the opposite end watertight. Cable shall be capable of crossing over itself once without overheating.

D. Electrical Insulating Jacket: Flame-retardant polyolefin.

Page 359: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220533 HEAT TRACING FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 220533-3

REVISION NO. 00

E. Cable Cover: Tinned-copper braid and polyolefin outer jacket with ultraviolet inhibitor.

F. Maximum Operating Temperature (Power On): 150 deg F.

G. Maximum Exposure Temperature (Power Off): 185 deg F.

H. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

I. Capacities and Characteristics:

1. Maximum Heat Output: 5 W/ft. 2. Piping Diameter: 1-1/2”. 3. Electrical Characteristics for Single-Circuit Connection:

a. Volts: 120 . b. Phase: 1. c. Hertz: 60. d. Maximum Overcurrent Protection: 20A.

2.2 CONTROLS

A. Pipe-Mounted Thermostats for Freeze Protection:

1. Remote bulb unit with adjustable temperature range from 30 to 50 deg F. 2. Snap action; open-on-rise, single-pole switch with minimum current rating

adequate for connected cable. 3. Remote bulb on capillary, resistance temperature device, or thermistor for

directly sensing pipe-wall temperature. 4. Corrosion-resistant, waterproof control enclosure.

2.3 ACCESSORIES

A. Cable Installation Accessories: Fiberglass tape, heat-conductive putty, cable ties, silicone end seals and splice kits, and installation clips all furnished by manufacturer, or as recommended in writing by manufacturer.

B. Warning Labels: Refer to Section 220553 "Identification for Plumbing Piping and Equipment."

C. Warning Tape: Continuously printed "Electrical Tracing"; vinyl, at least 3 mils thick, and with pressure-sensitive, permanent, waterproof, self-adhesive back.

1. Width for Markers on Pipes with OD, Including Insulation, Less Than 6 Inches: 3/4 inch minimum.

2. Width for Markers on Pipes with OD, Including Insulation, 6 Inches or Larger: 1-1/2 inches minimum.

Page 360: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220533 HEAT TRACING FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 220533-4

REVISION NO. 00

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine surfaces and substrates to receive electric heating cables for compliance with requirements for installation tolerances and other conditions affecting performance.

1. Ensure surfaces and pipes in contact with electric heating cables are free of burrs and sharp protrusions.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 APPLICATIONS

A. Install the following types of electric heating cable for the applications described:

1. As shown on Drawings.

3.3 INSTALLATION

A. Install electric heating cable across expansion, construction, and control joints according to manufacturer's written instructions; use cable-protection conduit and slack cable to allow movement without damage to cable.

B. Electric Heating-Cable Installation for Freeze Protection for Piping:

1. Install electric heating cables after piping has been tested and before insulation is installed.

2. Install electric heating cables according to IEEE 515.1. 3. Install insulation over piping with electric cables according to Section 220719

"Plumbing Piping Insulation." 4. Install warning tape on piping insulation where piping is equipped with electric

heating cables.

C. Set field-adjustable switches and circuit-breaker trip ranges.

3.4 CONNECTIONS

A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems."

B. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables."

Page 361: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220533 HEAT TRACING FOR PLUMBING PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 220533-5

REVISION NO. 00

3.5 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

B. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections.

C. Perform the following tests and inspections with the assistance of a factory-authorized service representative:

1. Perform tests after cable installation but before application of coverings such as insulation, wall or ceiling construction, or concrete.

2. Test cables for electrical continuity and insulation integrity before energizing.

3. Test cables to verify rating and power input. Energize and measure voltage and current simultaneously.

D. Repeat tests for continuity, insulation resistance, and input power after applying thermal insulation on pipe-mounted cables.

E. Cables will be considered defective if they do not pass tests and inspections.

F. Prepare test and inspection reports.

G. Replace all damaged or defective components of heat tracing system, and re-test to verify function and compliance with specifications and project requirements.

3.6 PROTECTION

A. Protect installed heating cables, including nonheating leads, from damage during construction.

B. Remove and replace damaged heat-tracing cables.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220533

Page 362: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-1

REVISION NO. 00

SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels. 4. Stencils. 5. Valve tags. 6. Warning tags.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Society of Mechanical Engineers (ASME). 2. ASME A13.1 - Scheme for the Identification of Piping Systems. 3. International Building Code (IBC) with the Denver Amendments. 4. International Fire Code (IFC) with the Denver Amendments.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Provide manufacturers catalog literature for each product required.

1. Include data substantiating that materials comply with requirements.

Page 363: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-2

REVISION NO. 00

B. Samples: For color, letter style, and graphic representation required for each identification material and device.

C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label.

1. Submit list of wording, symbols, letter size, and color coding for mechanical identification.

D. Valve numbering scheme.

E. Valve Schedules: For each piping system to include in maintenance manuals.

1. Include valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number.

1.5 CLOSEOUT SUBMITTALS

A. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

1. Record actual locations of all tagged valves.

1.6 COORDINATION

A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied.

B. Coordinate installation of identifying devices with locations of access panels and doors.

C. Install identifying devices before installing acoustical ceilings and similar concealment.

1.7 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

Page 364: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-3

REVISION NO. 00

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. W.H. Brady Co. 2. Panduit Corp. 3. Seton Name Plate Corp. 4. Marking Services, Inc. 5. or approved equal.

2.2 MATERIALS

A. Color: Unless specified otherwise, conform with ASME A13.1.

B. Plastic Nameplates: Laminated three-layer plastic with engraved black letters on light contrasting background color.

C. Metal Tags: Brass or aluminum, with stamped letters; tag size minimum 1-1/2 inch diameter with smooth edges.

D. Chart: Typewritten letter size list in anodized aluminum frame.

E. Stencils: With clean cut symbols and letters of 2-1/2 inch size.

F. Stencil Paint: In accordance with FAA Sections for semi-gloss enamel.

G. Plastic Pipe Markers: Factory fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and fluid being conveyed.

H. Underground Plastic Pipe Markers:

1. Bright colored continuously printed plastic ribbon tape of not less than 6 inch wide by 4 mil thick, manufactured for direct burial service.

2. For non-metallic buried piping provide printed foil type tape as manufactured by Marking Services Inc., enabling locating of runs by use of a metal detector.

Page 365: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-4

REVISION NO. 00

2.3 EQUIPMENT LABELS

A. Metal Labels for Equipment:

1. Material and Thickness: Brass, 0.032-inch; Stainless steel, 0.025-inch; Aluminum, 0.032-inch or anodized aluminum, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware.

2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch or 1-1/2" diameter with smooth edges.

3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

4. Fasteners: Stainless-steel rivets. 5. Adhesive: Contact-type permanent adhesive, compatible with label and with

substrate.

B. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified.

C. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data.

2.4 WARNING SIGNS AND LABELS

A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware.

B. Letter Color: Black.

C. Background Color: Yellow.

D. Maximum Temperature: Able to withstand temperatures up to 160 deg F.

E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch.

F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

G. Fasteners: Stainless-steel rivets.

Page 366: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-5

REVISION NO. 00

H. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate.

I. Label Content: Include caution and warning information, plus emergency notification instructions.

2.5 PIPE LABELS

A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction.

B. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full circumference of pipe and to attach to pipe without fasteners or adhesive.

C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing.

D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction.

1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate both directions, or as separate unit on each pipe label to indicate flow direction.

2. Lettering Size: At least 1-1/2 inches high.

2.6 STENCILS

A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; and minimum letter height of 3/4 inch for access panel and door labels, equipment labels, and similar operational instructions.

1. Stencil Material: Aluminum. 2. Stencil Paint: Exterior, gloss, alkyd enamel black unless otherwise indicated.

Paint may be in pressurized spray-can form. 3. Identification Paint: Exterior, alkyd enamel in colors according to ASME A13.1

unless otherwise indicated.

2.7 VALVE TAGS

A. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system abbreviation and 1/2-inch numbers.

1. Tag Material: Brass, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware.

2. Fasteners: Brass wire-link or beaded chain; or S-hook.

Page 367: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-6

REVISION NO. 00

B. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper. Tabulate valve number, piping system, system abbreviation (as shown on valve tag), location of valve (room or space), normal-operating position (open, closed, or modulating), and variations for identification. Mark valves for emergency shutoff and similar special uses.

1. Valve-tag schedule shall be included in operation and maintenance data.

2.8 WARNING TAGS

A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags, of plasticized card stock with matte finish suitable for writing.

1. Size: 3 by 5-1/4 inches minimum. 2. Fasteners: Brass grommet and wire. 3. Nomenclature: Large-size primary caption such as "DANGER," "CAUTION," or

"DO NOT OPERATE." 4. Color: Yellow background with black lettering.

PART 3 - EXECUTION

3.1 PREPARATION

A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants.

B. Prepare surfaces in accordance with FAA Sections for stencil painting.

3.2 EQUIPMENT LABEL INSTALLATION

A. Install or permanently fasten labels on each major item of mechanical equipment.

1. Plastic Nameplates: Install with corrosive-resistant mechanical fasteners and adhesive.

2. Metal Tags: Install with corrosive-resistant chain. 3. Stencil Painting: Apply in accordance with FAA Sections.

B. Locate equipment labels where accessible and visible.

Page 368: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-7

REVISION NO. 00

C. Equipment: Identify air handling units, pumps, heat transfer equipment, tanks, and water treatment devices with plastic nameplates or stencil painting. Small devices, such as in-line pumps, may be identified with metal tags. At a minimum, the nameplate shall contain the following information:

1. Equipment tag. 2. Equipment location. 3. Service area. 4. Flowrate (cfm/gpm). 5. Capacity (btuh/kw).

D. Equipment and terminal devices above ceiling:

1. Provide adhesive backed plastic nameplate on ceiling grid support directly below equipment identifying unit tag and temperature control node number.

3.3 CONTROLS

A. Identify control panels and major control components outside panels with plastic nameplates. Key to control schematics.

3.4 PIPE LABEL INSTALLATION

A. Identify piping, concealed or exposed, with plastic pipe markers. Tags may be used on ½” or smaller diameter non-insulated piping. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping.

B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows:

1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal

units. Where flow pattern is not obvious, mark each pipe at branch. 3. Each side of penetrations through walls, floors, ceilings, inaccessible enclosures,

and at each obstruction. 4. At access doors, manholes, and similar access points that permit view of

concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 20 feet along each run.

3.5 VALVE-TAG IDENTIFICATION AND INSTALLATION

A. Install tags on valves and control devices in piping systems, except faucets; convenience and lawn-watering hose connections; and similar roughing-in connections of end-use fixtures and units. List tagged valves in a valve schedule.

Page 369: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-8

REVISION NO. 00

B. Use metal tags secured with brass 'S' hooks or brass chains.

C. Stamp tags with a unique prefix to identify system to which applied, followed by a number (example: CW-1, CW-2, etc.). In general, prefix shall match system abbreviations used on drawings where applicable.

D. Provide a typewritten listing of valves including: Valve identification number, location, function, normal position, service, and area served. Mount list as specified and directed. Include additional copy in operation and maintenance manuals.

E. Show valve tag designations on the project record document drawings, including schematic flow diagrams where included with construction documents.

F. Contractor shall prepare and install where directed, in aluminum frames with clear plastic protective cover, a valve location diagram in the form of a series of flow diagrams with each automatic or manually actuated control or shut-off valve clearly identified in sequence with its individual valve tag number. Automatic control valves shall be tagged to match designations shown on the temperature control drawings, and the specified valve charts shall be installed adjacent to valve location diagrams

G. Valve-Tag Application Schedule: Tag valves according to size, shape, and color scheme and with captions similar to those indicated in the following subparagraphs:

1. Valve-Tag Size and Shape:

a. Cold Water: 1-1/2 inches minimum, round 3.6 WARNING-TAG INSTALLATION

A. Write required message on, and attach warning tags to, equipment and other items where required.

3.7 VALVE CHART AND SCHEDULE

A. Provide valve chart and schedule in aluminum frame with clear plastic shield. Install at location as directed by DIA Project Manager. For HVAC piping identification schedule, reference Section 230553 "Identification for HVAC Piping and Equipment":

3.8 PIPING IDENTIFICATION SCHEDULE

A. Pipe identification and color coding for general-use piping systems shall be in accordance with the following schedule:

Classification: Band Color: Stenciled Legend: Domestic Cold Water Green Domestic Cold Water Soil and Waste Piping Green Soil & Waste Plumbing Vent Green Vent Plumbing Drain Green Drain Roof Drain Green Roof Drain

B. *Paint entire pipe color indicated except, for vent piping exposed on exterior of building, paint pipe to match wall color. Certain locations may be exempt by direction of DIA Project Manager.

Page 370: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220553-9

REVISION NO. 00

C. Overflow condensate drain termination shall have a minimum 6”x6” placard that reads as follows:

1. “If water is observed from the pipe below, immediately contact Maintenance Control at (303) 342-2800”.

2. Placard shall have white background with red lettering. 3. Minimum lettering height shall be ½”. 4. Mount placard a minimum of 48” above finish floor.

D. Paint exterior piping and duct systems to match wall colors.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220553

Page 371: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-1

REVISION NO. 00

SECTION 220719 - PLUMBING PIPING INSULATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes insulating the following plumbing piping services:

1. Domestic cold-water piping. 2. Sanitary waste piping exposed to freezing conditions. 3. Storm-water piping exposed to freezing conditions.

B. Related Sections:

1. Section 220400 "Basic Plumbing Requirements". 2. Section 220529 "Hangers and Supports for Plumbing Piping and Equipment". 3. Section 220533 "Heat Tracing for Plumbing Piping". 4. Section 220553 "Identification for Plumbing Piping and Equipment".

1.3 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 014225 "Reference Standard" for listing of issuing organizations or agencies.

1. Applicable Standards:

a. American Society for Testing and Materials (ASTM): b. A666 – Austentic Stainless Steel, Strip, Plate, and Flat Bar. c. B209/B209M – Aluminum and Aluminum-Alloy Sheet and Plate. d. C195 – Mineral Fiber Thermal Insulating Cement. e. C196 – Expanded or Exfoliated Vermiculite Thermal Insulating Cement. f. C449/C449M – Mineral Fiber Hydraulic-Setting Thermal Insulating and

Finish Cement. g. C533 – Calcium Silicate Block and Pipe Thermal Insulation. h. C534 – Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet

and Tubular Form. i. C547 – Mineral Fiber Preformed Pipe Insulation. j. C552 – Cellular Glass Block and Pipe Thermal Insulation.

Page 372: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-2

REVISION NO. 00

k. C553 – Mineral Fiber Blanket and Felt Insulation for Commercial and Industrial Applications.

l. C578 - Preformed, Block Type Cellular Poly¬styrene Thermal Insulation. m. C610 - Expanded Perlite Block and Pipe Thermal Insulation. n. C612 – Mineral Fiber Block and Board Thermal Insulation. o. C921 – Practice for Determining the Properties of Jacketing Materials for

Thermal Insulation. p. C1126 – Faced or Unfaced Rigid Cellular Phenolic Thermal Insulation. q. E84 – Test Method for Surface Burning Characteristics of Building

Materials.

2. International Building Code (IBC) with the Denver Amendments. 3. International Fire Code (IFC) with the Denver Amendments.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.4 ACTION SUBMITTALS

A. Submit product description, list of materials and thickness for each service, and locations.

B. Product Data: For each type of product indicated. Include thermal conductivity, water-vapor permeance thickness, and jackets (both factory- and field-applied, if any).

1. Include data substantiating that materials comply with requirements.

C. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger.

2. Detail attachment and covering of heat tracing inside insulation. 3. Detail insulation application at pipe expansion joints for each type of insulation. 4. Detail insulation application at elbows, fittings, flanges, valves, and specialties for

each type of insulation. 5. Detail removable insulation at piping specialties, equipment connections, and

access panels. 6. Detail application of field-applied jackets. 7. Detail application at linkages of control devices.

D. Samples: For each type of insulation and jacket indicated. Identify each Sample, describing product and intended use. Sample sizes are as follows:

1. Preformed Pipe Insulation Materials: 12 inches long by NPS 2. 2. Jacket Materials for Pipe: 12 inches long by NPS 2. 3. Sheet Jacket Materials: 12 inches square. 4. Manufacturer's Color Charts: For products where color is specified, show the

full range of colors available for each type of finish material.

Page 373: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-3

REVISION NO. 00

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For qualified Installer.

B. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets, with requirements indicated. Include dates of tests and test methods employed.

C. Installer Certificates: Signed by the Contractor certifying that installers comply with requirements.

D. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

1.7 QUALITY ASSURANCE

A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the Department of Labor, Bureau of Apprenticeship and Training.

B. Surface-Burning Characteristics: For insulation and related materials, as determined by testing identical products according to ASTM E 84 by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency.

1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed index of 50 or less.

2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smoke-developed index of 150 or less.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature.

B. Deliver, store, protect, and handle products under provisions of Section 220400 "Basic Plumbing Requirements" and Division 01.

C. Deliver materials to site in original factory packaging, labeled with manufacturer's identification, including product density and thickness.

Page 374: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-4

REVISION NO. 00

D. Store insulation in original wrapping and protect from weather and construction traffic.

E. Protect insulation against dirt, water, chemical, and mechanical damage.

1.9 COORDINATION

A. Coordinate sizes and locations of supports, hangers, and insulation shields specified in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment."

B. Coordinate clearance requirements with piping Installer for piping insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of insulation and field-applied jackets and finishes and for space required for maintenance.

C. Coordinate installation and testing of heat tracing.

1.10 SCHEDULING

A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results.

B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction.

1.11 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 INSULATION MATERIALS

A. Comply with requirements in "Piping Insulation Schedule, General," "Indoor Piping Insulation Schedule," "Outdoor, Aboveground Piping Insulation Schedule," and "Outdoor, Underground Piping Insulation Schedule" articles for where insulating materials shall be applied.

B. Products shall not contain asbestos, lead, mercury, or mercury compounds.

C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871.

D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795.

Page 375: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-5

REVISION NO. 00

E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process.

F. Cellular Glass: Inorganic, incombustible, foamed or cellulated glass with annealed, rigid, hermetically sealed cells. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" Article.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Pittsburgh Corning Corporation; Foamglas. b. or approved equal.

2. Block Insulation: ASTM C 552, Type I. 3. Special-Shaped Insulation: ASTM C 552, Type III. 4. Preformed Pipe Insulation without Jacket: Comply with ASTM C 552, Type II,

Class 1. 5. Preformed Pipe Insulation with Factory-Applied ASJ: Comply with ASTM C 552,

Type II, Class 2. 6. Factory fabricate shapes according to ASTM C 450 and ASTM C 585.

G. Flexible Elastomeric Insulation: Closed-cell, sponge- or expanded-rubber materials. Comply with ASTM C 534, Type I for tubular materials.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Aeroflex USA, Inc.; Aerocel. b. Armacell LLC; AP Armaflex. c. K-Flex USA; Insul-Lock, Insul-Tube, and K-FLEX LS. d. or approved equal.

2.2 ADHESIVES

A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated.

B. Cellular-Glass Adhesive: Two-component, thermosetting urethane adhesive containing no flammable solvents, with a service temperature range of minus 100 to plus 200 deg F.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 81-84.

b. or approved equal.

2. For indoor applications, adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

Page 376: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-6

REVISION NO. 00

3. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

C. Flexible Elastomeric and Polyolefin Adhesive: Comply with MIL-A-24179A, Type II, Class I.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Aeroflex USA, Inc.; Aeroseal. b. Armacell LLC; Armaflex 520 Adhesive. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 85-75. d. K-Flex USA; R-373 Contact Adhesive. e. or approved equal.

2. For indoor applications, adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

3. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.3 MASTICS

A. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-PRF-19565C, Type II.

1. For indoor applications, use mastics that have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

B. Vapor-Barrier Mastic: Water based; suitable for indoor use on below-ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 30-80/30-90.

b. Vimasco Corporation; 749. c. or approved equal.

2. Water-Vapor Permeance: ASTM E 96/E 96M, Procedure B, 0.013 perm at 43-mil dry film thickness.

3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: ASTM D 1644, 58 percent by volume and 70 percent by weight. 5. Color: White.

Page 377: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-7

REVISION NO. 00

C. Vapor-Barrier Mastic: Solvent based; suitable for indoor use on below-ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-30.

b. Eagle Bridges - Marathon Industries; 501. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 30-35. d. Mon-Eco Industries, Inc.; 55-10. e. or approved equal.

2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 35-mil dry film thickness. 3. Service Temperature Range: 0 to 180 deg F. 4. Solids Content: ASTM D 1644, 44 percent by volume and 62 percent by weight. 5. Color: White.

D. Vapor-Barrier Mastic: Solvent based; suitable for outdoor use on below-ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Encacel.

b. Eagle Bridges - Marathon Industries; 570. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 60-95/60-96. d. or approved equal.

2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 30-mil dry film thickness. 3. Service Temperature Range: Minus 50 to plus 220 deg F. 4. Solids Content: ASTM D 1644, 33 percent by volume and 46 percent by weight. 5. Color: White.

E. Breather Mastic: Water based; suitable for indoor and outdoor use on above-ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-10.

b. Eagle Bridges - Marathon Industries; 550. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 46-50. d. Mon-Eco Industries, Inc.; 55-50. e. Vimasco Corporation; WC-1/WC-5. f. or approved equal.

Page 378: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-8

REVISION NO. 00

2. Water-Vapor Permeance: ASTM F 1249, 1.8 perms at 0.0625-inch dry film thickness.

3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: 60 percent by volume and 66 percent by weight. 5. Color: White.

2.4 LAGGING ADHESIVES

A. Description: Comply with MIL-A-3316C, Class I, Grade A, and shall be compatible with insulation materials, jackets, and substrates.

1. For indoor applications, use lagging adhesives that have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

2. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-50 AHV2.

b. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 30-36.

c. Vimasco Corporation; 713 and 714. d. or approved equal.

3. Fire-resistant, water-based lagging adhesive and coating for use indoors to adhere fire-resistant lagging cloths over pipe insulation.

4. Service Temperature Range: 0 to plus 180 deg F. 5. Color: White.

2.5 SEALANTS

A. Joint Sealants:

1. Joint Sealants for Cellular-Glass and Phenolic Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-76.

b. Eagle Bridges - Marathon Industries; 405. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 30-45. d. Mon-Eco Industries, Inc.; 44-05. e. Pittsburgh Corning Corporation; Pittseal 444. f. or approved equal.

2. Materials shall be compatible with insulation materials, jackets, and substrates. 3. Permanently flexible, elastomeric sealant. 4. Service Temperature Range: Minus 100 to plus 300 deg F. 5. Color: White or gray.

Page 379: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-9

REVISION NO. 00

6. For indoor applications, sealants shall have a VOC content of 420 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

7. Sealants shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

B. FSK and Metal Jacket Flashing Sealants:

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-76.

b. Eagle Bridges - Marathon Industries; 405. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B.

Fuller Company; 95-44. d. Mon-Eco Industries, Inc.; 44-05. e. or approved equal.

2. Materials shall be compatible with insulation materials, jackets, and substrates. 3. Fire- and water-resistant, flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: Aluminum. 6. For indoor applications, sealants shall have a VOC content of 420 g/L or less

when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 7. Sealants shall comply with the testing and product requirements of the California

Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.6 FIELD-APPLIED FABRIC-REINFORCING MESH

A. Woven Glass-Fiber Fabric: Approximately 2 oz./sq. yd. with a thread count of 10 strands by 10 strands/sq. in. for covering pipe and pipe fittings.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Chil-Glas Number 10.

b. or approved equal.

B. Woven Polyester Fabric: Approximately 1 oz./sq. yd. with a thread count of 10 strands by 10 strands/sq. in., in a Leno weave, for pipe.

1. Products: Subject to compliance with requirements, provide one of the following:

Page 380: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-10

REVISION NO. 00

a. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Mast-A-Fab.

b. Vimasco Corporation; Elastafab 894. c. or approved equal.

2.7 FIELD-APPLIED CLOTHS

A. Woven Glass-Fiber Fabric: Comply with MIL-C-20079H, Type I, plain weave, and presized a minimum of 8 oz./sq. yd.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Alpha Associates, Inc.; Alpha-Maritex 84215 and 84217/9485RW, Luben 59.

b. or approved equal.

2.8 FIELD-APPLIED JACKETS

A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated.

B. Metal Jacket:

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Metal Jacketing Systems.

b. ITW Insulation Systems; Aluminum and Stainless Steel Jacketing. c. RPR Products, Inc.; Insul-Mate. d. or approved equal.

2. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105, or 5005, Temper H-14.

a. Factory cut and rolled to size. b. Finish and thickness are indicated in field-applied jacket schedules. c. Moisture Barrier for Indoor Applications: 1-mil-thick, heat-bonded

polyethylene and kraft paper; 3-mil-thick, heat-bonded polyethylene and kraft paper; 2.5-mil-thick polysurlyn.

d. Moisture Barrier for Outdoor Applications: 3-mil-thick, heat-bonded polyethylene and kraft paper; 2.5-mil-thick polysurlyn.

e. Factory-Fabricated Fitting Covers:

1) Same material, finish, and thickness as jacket. 2) Preformed 2-piece or gore, 45- and 90-degree, short- and

long-radius elbows. 3) Tee covers.

Page 381: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-11

REVISION NO. 00

4) Flange and union covers. 5) End caps. 6) Beveled collars. 7) Valve covers. 8) Field fabricate fitting covers only if factory-fabricated fitting covers are

not available.

C. Underground Direct-Buried Jacket: 125-mil-thick vapor barrier and waterproofing membrane consisting of a rubberized bituminous resin reinforced with a woven-glass fiber or polyester scrim and laminated aluminum foil.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Pittsburgh Corning Corporation; Pittwrap. b. Polyguard Products, Inc.; Insulrap No Torch 125. c. or approved equal.

2.9 TAPES

A. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive.

1. Products: Subject to compliance with requirements, provide one of the following:

a. ABI, Ideal Tape Division; 488 AWF. b. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. c. Compac Corporation; 120. d. Venture Tape; 3520 CW. e. or approved equal.

2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 lbf/inch in width.

2.10 SECUREMENTS

A. Bands:

1. Products: Subject to compliance with requirements, provide one of the following:

a. ITW Insulation Systems; Gerrard Strapping and Seals. b. RPR Products, Inc.; Insul-Mate Strapping and Seals. c. or approved equal.

Page 382: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-12

REVISION NO. 00

2. Stainless Steel: ASTM A 167 or ASTM A 240/A 240M, Type 304; 0.015 inch thick, 1/2 inch wide with closed seal.

3. Aluminum: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020 inch thick, 1/2 inch wide with closed seal.

B. Staples: Outward-clinching insulation staples, nominal 3/4-inch-wide, stainless steel or Monel.

C. Wire: 0.080-inch nickel-copper alloy.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. C & F Wire. b. or approved equal.

PART 3 - EXECUTION

3.1 ENVIRONMENTAL REQUIREMENTS

A. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics, and insulation cements.

B. Maintain temperature during and after installation for minimum period of 24 hours.

3.2 EXAMINATION

A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of insulation application.

1. Verify that systems to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.3 PREPARATION

A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application.

B. Surface Preparation: Clean and prepare surfaces to be insulated. Before insulating, apply a corrosion coating to insulated surfaces as follows:

1. Stainless Steel: Coat 300 series stainless steel with an epoxy primer 5 mils thick and an epoxy finish 5 mils thick if operating in a temperature range between 140 and 300 deg F. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range.

Page 383: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-13

REVISION NO. 00

2. Carbon Steel: Coat carbon steel operating at a service temperature between 32 and 300 deg F with an epoxy coating. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range.

C. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation.

D. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless-steel surfaces, use demineralized water.

3.4 GENERAL INSTALLATION REQUIREMENTS

A. Install insulation materials, accessories, and finishes according to the manufacturer's written instructions and N.I.C.A standards, with smooth, straight, and even surfaces; free of voids throughout the length of piping including fittings, valves, and specialties.

B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of pipe system as specified in insulation system schedules.

C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state.

D. Install insulation with longitudinal seams at top and bottom of horizontal runs.

E. Install multiple layers of insulation with longitudinal and end seams staggered.

F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties.

G. Keep insulation materials dry during application and finishing.

H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer.

I. Install insulation with least number of joints practical.

J. Apply insulation over fittings, valves, and specialties, with continuous thermal and vapor-retarder integrity, unless otherwise indicated. Refer to special instructions for applying insulation over fittings, valves, and specialties.

K. Hangers and Anchors: Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor-barrier mastic.

1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on

anchor legs at least 12 inches (300 mm) from point of attachment to supported

Page 384: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-14

REVISION NO. 00

item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor-barrier mastic.

3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer.

4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield.

5. Insulation Terminations: For insulation application where vapor retarders are indicated, taper insulation ends. Seal tapered ends with a compound recommended by the insulation material manufacturer to maintain vapor retarder.

L. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses.

M. Install insulation with factory-applied jackets as follows:

1. Draw jacket tight and smooth. 2. Circumferential Joints: Cover circumferential joints with 3-inch-wide strips, of

same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c.

3. Longitudinal Seams: Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c.

a. Exception: Do not staple longitudinal laps on insulation having a vapor retarder.

b. For below-ambient services, apply vapor-barrier mastic over staples.

4. Vapor-Retarder Mastics: Where vapor retarders are indicated, apply mastic on seams and joints and at ends adjacent to flanges, unions, valves, and fittings.

5. At penetrations in jackets for thermometers and pressure gauges, fill and seal voids with vapor-retarder mastic.

6. Cover joints and seams with tape, according to insulation material manufacturer's written instructions, to maintain vapor seal.

7. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and joints and at ends adjacent to pipe flanges and fittings.

N. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness.

O. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement.

P. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to butt joints.

Page 385: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-15

REVISION NO. 00

Q. For above-ambient services, do not install insulation to the following:

1. Vibration-control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Cleanouts.

3.5 PENETRATIONS

A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations.

1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof

surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant.

3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below top of roof flashing.

4. Seal jacket to roof flashing with flashing sealant.

B. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations.

1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall

surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant.

3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches.

4. Seal jacket to wall flashing with flashing sealant.

C. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions.

D. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire-rated walls and partitions.

E. Insulation Installation at Floor Penetrations:

1. Pipe: Install insulation continuously through floor penetrations. 2. Seal penetrations through fire-rated assemblies.

3.6 GENERAL PIPE INSULATION INSTALLATION

A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles.

Page 386: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-16

REVISION NO. 00

B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions:

1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor-retarder integrity unless otherwise indicated.

2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation.

3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive.

4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement.

5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below-ambient services, provide a design that maintains vapor barrier.

6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker.

7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor-barrier mastic for below-ambient services and a breather mastic for above-ambient services. Reinforce the mastic with fabric-reinforcing mesh. Trowel the mastic to a smooth and well-shaped contour.

8. For services not specified to receive a field-applied jacket except for flexible elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape.

9. Stencil or label the outside insulation jacket of each union with the word "union." Match size and color of pipe labels.

C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant.

D. Install removable insulation covers at locations indicated. Installation shall conform to the following:

Page 387: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-17

REVISION NO. 00

1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation.

2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless-steel or aluminum bands. Select band material compatible with insulation and jacket.

3. Construct removable valve insulation covers in same manner as for flanges, except divide the two-part section on the vertical center line of valve body.

4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches over adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish.

5. Unless a PVC jacket is indicated in field-applied jacket schedules, finish exposed surfaces with a metal jacket.

3.7 INSTALLATION OF CELLULAR-GLASS INSULATION

A. Insulation Installation on Straight Pipes and Tubes:

1. Secure each layer of insulation to pipe with wire or bands and tighten bands without deforming insulation materials.

2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor-barrier mastic and joint sealant.

3. For insulation with factory-applied jackets on above-ambient services, secure laps with outward clinched staples at 6 inches o.c.

4. For insulation with factory-applied jackets on below-ambient services, do not staple longitudinal tabs. Instead, secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor-barrier mastic and flashing sealant.

B. Insulation Installation on Pipe Flanges:

1. Install preformed pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus

twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer

circumference of adjacent straight pipe segments with cut sections of cellular-glass block insulation of same thickness as pipe insulation.

4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant.

Page 388: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-18

REVISION NO. 00

C. Insulation Installation on Pipe Fittings and Elbows:

1. Install preformed sections of same material as straight segments of pipe insulation when available. Secure according to manufacturer's written instructions.

2. When preformed sections of insulation are not available, install mitered sections of cellular-glass insulation. Secure insulation materials with wire or bands.

D. Insulation Installation on Valves and Pipe Specialties:

1. Install preformed sections of cellular-glass insulation to valve body. 2. Arrange insulation to permit access to packing and to allow valve operation

without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application.

3.8 INSTALLATION OF FLEXIBLE ELASTOMERIC INSULATION

A. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated.

B. Insulation Installation on Pipe Flanges:

1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus

twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer

circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation.

4. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated.

C. Insulation Installation on Pipe Fittings and Elbows:

1. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturer's recommended

adhesive to eliminate openings in insulation that allow passage of air to surface being insulated.

D. Insulation Installation on Valves and Pipe Specialties:

1. Install preformed valve covers manufactured of same material as pipe insulation when available.

2. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation.

3. Install insulation to flanges as specified for flange insulation application.

Page 389: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-19

REVISION NO. 00

4. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated.

3.9 FIELD-APPLIED JACKET INSTALLATION

A. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless-steel bands 12 inches o.c. and at end joints.

B. Jacket Applications:

1. Indoor, Concealed Applications: Insulated pipes conveying fluids above ambient temperature shall have standard jackets, with vapor barrier, factory-applied or field-applied. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe, and finish with glass cloth and adhesive. PVC jackets may be used if in accordance with specified flame spread and smoke developed limitations.

2. Indoor, Concealed Applications: Insulated dual-temperature pipes or pipes conveying fluids below ambient temperature shall have vapor barrier jackets, factory-applied or field-applied. Insulate fittings, joints, and valves with molded insulation of like material and thickness as adjacent pipe, and finish with glass cloth and vapor barrier adhesive.

3. Indoor, Exposed Applications: For pipe exposed in mechanical equipment rooms or in finished spaces, insulate as for concealed applications. Finish with reinforced white kraft and aluminum foil laminates. Do not use PVC jackets.

4. Exterior Applications: Provide vapor barrier jackets. Cover with aluminum jacket with seams located on bottom side of horizontal piping. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe, and finish with glass mesh reinforced vapor barrier cement.

5. Buried Piping: Provide factory fabricated assembly with inner all-purpose service jacket with self-sealing lap, and asphalt impregnated open mesh glass fabric, with one mil thick aluminum foil sandwiched between three layers of bituminous compound; outer surface faced with a polyester film.

3.10 FINISHES

A. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating.

B. Color: Final color as selected by DIA Project Manager. Vary first and second coats to allow visual inspection of the completed Work.

C. Do not field paint aluminum or stainless-steel jackets.

Page 390: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-20

REVISION NO. 00

3.11 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

B. Perform tests and inspections.

C. Tests and Inspections:

1. Inspect pipe, fittings, strainers, and valves, randomly selected by DIA Project Manager, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three locations of threaded fittings, three locations of welded fittings, two locations of threaded strainers, two locations of welded strainers, three locations of threaded valves, and three locations of flanged valves for each pipe service defined in the "Piping Insulation Schedule, General" Article.

D. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements.

3.12 PIPING INSULATION SCHEDULE, GENERAL

A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option.

B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following:

1. Drainage piping located in crawl spaces. 2. Underground piping. 3. Chrome-plated pipes and fittings unless there is a potential for personnel injury.

3.13 INDOOR PIPING INSULATION SCHEDULE

A. Domestic Cold Water:

1. NPS 1-1/4 and Larger: Insulation shall be the following: a. Flexible Elastomeric: 1 inch thick.

B. Stormwater and Overflow:

1. All Pipe Sizes: Insulation shall be the following:

a. Cellular Glass: 1-1/2 inches thick.

C. Roof Drain and Overflow Drain Bodies:

1. All Pipe Sizes: Insulation shall be the following:

a. Cellular Glass: 1-1/2 inches thick.

Page 391: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-21

REVISION NO. 00

D. Sanitary Waste Piping Where Heat Tracing Is Installed:

1. All Pipe Sizes: Insulation shall be the following:

a. Cellular Glass: 2 inches thick.

3.14 OUTDOOR, ABOVEGROUND PIPING INSULATION SCHEDULE

A. Domestic Water Piping:

1. All Pipe Sizes: Insulation shall be the following: a. Flexible Elastomeric: 2 inches thick.

B. Sanitary Waste Piping Where Heat Tracing Is Installed:

1. All Pipe Sizes: Insulation shall be the following:

a. Cellular Glass: 2 inches thick.

3.15 INDOOR, FIELD-APPLIED JACKET SCHEDULE

A. Install jacket over insulation material. For insulation with factory-applied jacket, install the field-applied jacket over the factory-applied jacket.

B. If more than one material is listed, selection from materials listed is Contractor's option.

C. Piping, Concealed:

1. None.

D. Piping, Exposed:

1. None.

3.16 OUTDOOR, FIELD-APPLIED JACKET SCHEDULE

A. Install jacket over insulation material. For insulation with factory-applied jacket, install the field-applied jacket over the factory-applied jacket.

B. If more than one material is listed, selection from materials listed is Contractor's option.

C. Piping, Concealed:

1. None.

D. Piping, Exposed:

1. Aluminum, Smooth: 0.016 inch thick.

Page 392: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 220719 PLUMBING PIPING INSULATION

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 220719-22

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 220719

Page 393: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-1

REVISION NO. 00

SECTION 221116 - DOMESTIC WATER PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Under-building-slab and aboveground domestic water pipes, tubes, and fittings inside buildings.

2. Encasement for piping.

1.3 ACTION SUBMITTALS

A. Product Data: For transition fittings, dielectric fittings and accessories.

1. Include data substantiating that materials comply with requirements.

B. Welders Certificate: Include welders’ certification of compliance with ASME SEC 9 and section 050510 "Welding".

C. Contractor shall submit fully dimensioned spool drawings for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size contract documents of either 24x36 or 34x44. Spool drawings shall be submitted in either the latest version of AutoCAD (dwg) or the latest version of Adobe Acrobat (pdf). Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

1.4 INFORMATIONAL SUBMITTALS

A. Pneumatic Leak Test for water systems:

1. Contractor shall submit drawings and procedures of the pneumatic leak test to the DIA Mechanical Engineer no later than two (2) weeks prior to testing. Contractor may not proceed with tests unless approved in writing by the DIA Mechanical Engineer or DIA Mechanical Inspector.

B. Disinfection and other Field Test Reports: Written reports of tests specified in Part 3 of this Section. Include the following:

Page 394: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-2

REVISION NO. 00

C. Test procedures used.

D. Test results that comply with requirements.

E. Failed test results and corrective action taken to achieve requirements

1.5 CLOSEOUT SUBMITTALS

A. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

B. Record actual locations of valves.

C. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views.

1.6 EXTRA MATERIALS

A. Provide two (2) repacking kits for each type and size valve.

1.7 QUALITY ASSURANCE

A. Valves: Manufacturer's name and pressure rating marked on valve body.

B. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations.

C. Welders Certification: In accordance with ASME Sec 9.

D. Unless specified otherwise, all materials and equipment shall be of domestic (USA) manufacture and shall be of the best quality used for the purpose in commercial practice.

1.8 REGULATORY REQUIREMENTS

A. Perform Work in accordance with City and County of Denver plumbing code.

B. Conform to code for installation of backflow prevention devices.

1.9 FIELD CONDITIONS

A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated:

Page 395: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-3

REVISION NO. 00

1. Notify DIA Project Manager no fewer than two days in advance of proposed interruption of water service.

2. Do not interrupt water service without DIA Project Manager's written permission.

1.10 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

B. Potable-water piping and components shall comply with NSF 14 and NSF 61. Plastic piping components shall be marked with "NSF-pw."

2.2 COPPER TUBE AND FITTINGS

A. Hard Copper Tube: ASTM B 88, Type L water tube, drawn temper.

B. Wrought-Copper, Solder-Joint Fittings: ASME B16.22, wrought-copper pressure fittings.

C. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends.

D. Copper Unions:

1. MSS SP-123. 2. Cast-copper-alloy, hexagonal-stock body. 3. Ball-and-socket, metal-to-metal seating surfaces. 4. Solder-joint or threaded ends.

2.3 PIPING JOINING MATERIALS

A. Pipe-Flange Gasket Materials:

1. AWWA C110/A21.10, rubber, flat face, 1/8 inch thick or ASME B16.21, nonmetallic and asbestos free unless otherwise indicated.

2. Full-face or ring type unless otherwise indicated.

Page 396: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-4

REVISION NO. 00

B. Metal, Pipe-Flange Bolts and Nuts: ASME B18.2.1, carbon steel unless otherwise indicated.

C. Solder Filler Metals: ASTM B 32, lead-free alloys.

D. Flux: ASTM B 813, water flushable.

E. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper-phosphorus alloys for general-duty brazing unless otherwise indicated.

2.4 ENCASEMENT FOR PIPING

A. Standard: ASTM A 674 or AWWA C105/A21.5.

B. Form: Tube.

C. Color: Natural.

2.5 TRANSITION FITTINGS

A. General Requirements:

1. Same size as pipes to be joined. 2. Pressure rating at least equal to pipes to be joined. 3. End connections compatible with pipes to be joined.

B. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping system fitting.

C. Sleeve-Type Transition Coupling: AWWA C219.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Cascade Waterworks Manufacturing. b. Dresser, Inc.; Piping Specialties Products. c. Ford Meter Box Company, Inc. (The). d. JCM Industries. e. Romac Industries, Inc. f. Smith-Blair, Inc.; a Sensus company. g. Viking Johnson. h. or approved equal.

Page 397: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-5

REVISION NO. 00

D. Plastic-to-Metal Transition Fittings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Charlotte Pipe and Foundry Company. b. Harvel Plastics, Inc. c. Spears Manufacturing Company. d. or approved equal.

2. Description:

a. PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions.

b. One end with threaded brass insert and one solvent-cement-socket or threaded end.

E. Plastic-to-Metal Transition Unions:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Colonial Engineering, Inc. b. NIBCO Inc. c. Spears Manufacturing Company. d. or approved equal.

2. Description:

a. PVC four-part union. b. Brass threaded end. c. Solvent-cement-joint or threaded plastic end. d. Rubber O-ring. e. Union nut.

2.6 DIELECTRIC FITTINGS

A. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined.

Page 398: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-6

REVISION NO. 00

B. Dielectric Unions:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Capitol Manufacturing Company; member of the Phoenix Forge Group.

b. Central Plastics Company. c. Elster-Perfection Corporation. d. Hart Industries International, Inc. e. Jomar International. f. Matco-Norca. g. McDonald, A. Y. Mfg. Co. h. Watts; a division of Watts Water Technologies, Inc. i. Wilkins; a Zurn company. j. or approved equal.

2. Standard: ASSE 1079. 3. Pressure Rating: 125 psig minimum at 180 deg F. 4. End Connections: Solder-joint copper alloy and threaded ferrous.

C. Dielectric Flanges:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Capitol Manufacturing Company; member of the Phoenix Forge Group.

b. Central Plastics Company. c. Elster-Perfection Corporation. d. Matco-Norca. e. Watts; a division of Watts Water Technologies, Inc. f. Wilkins; a Zurn company. g. or approved equal.

2. Standard: ASSE 1079. 3. Factory-fabricated, bolted, companion-flange assembly. 4. Pressure Rating: 125 psig minimum at 180 deg F. 5. End Connections: Solder-joint copper alloy and threaded ferrous;

threaded solder-joint copper alloy and threaded ferrous.

D. Dielectric-Flange Insulating Kits:

1. Except as otherwise specifically indicated, insulating joint assemblies shall be provided at all riser locations where buried metallic piping (other than copper piping 2 inches or smaller in size) transitions to aboveground extensions. Assemblies shall consist of dielectric fittings or insulating flange assemblies as appropriate for the application. Insulating flange assemblies shall conform to the following requirements:

Page 399: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-7

REVISION NO. 00

a. Flanged joints shall include full face insulating gaskets, insulating bolt sleeves and double quantity of insulating washers and stainless steel washers.

b. Insulating materials shall be as follows:

1) Gasket: NEMA Grade G10 retainer conforming to ASTM D 229 with Teflon ring seal on each side of the retainer. Minimum dielectric strength shall be 500 volts per mil (VPM). Compressive strength shall be 50,000 psi. Water absorption shall be 0.05 percent (max.)

2) Sleeves: Shall be 1/32-inch wall thickness, length to suit two class 150 lb. weld neck flanges, insulating gaskets and valve body thickness. Sleeve shall provide "full" insulation of studs; minimum dielectric strength shall be 500 VPM. Material shall be NEMA Grade G10.

3) Insulating washers: NEMA Grade G10, 1/8-inch thick (minimum).

2. Install insulating joints at the locations indicated on the drawings. Where not shown on the drawings, they shall be installed within 24 inches of the location at which underground piping transitions to aboveground or within-structure extension.

3. Insulating assemblies shall provide a minimum resistance of 500,000 ohms when tested.

4. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Central Plastics Company. d. Elster-Perfection Corporation. e. Pipeline Seal and Insulator, Inc. f. or approved equal.

5. Nonconducting materials for field assembly of companion flanges. 6. Pressure Rating: 150 psig. 7. Gasket: Neoprene or phenolic. 8. Bolt Sleeves: Phenolic or polyethylene. 9. Washers: Phenolic with steel backing washers.

E. Dielectric Nipples:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Elster Perfection Corporation. b. Grinnell Mechanical Products; Tyco Fire Products LP. c. Matco-Norca. d. Precision Plumbing Products, Inc.

Page 400: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-8

REVISION NO. 00

e. Victaulic Company. f. or approved equal.

2. Standard: IAPMO PS 66. 3. Electroplated steel nipple complying with ASTM F 1545. 4. Pressure Rating and Temperature: 300 psig at 225 deg F. 5. End Connections: Male threaded or grooved. 6. Lining: Inert and noncorrosive, propylene.

PART 3 - EXECUTION

3.1 EARTHWORK

A. Comply with requirements in FAA Section P-152 “Excavation, Subgrade, and Embankment" for excavating, trenching, and backfilling.

3.2 EXAMINATION

A. Verify that excavations are to required grade, dry, and not over-excavated.

3.3 PREPARATION

A. Ream pipe and tube ends. Remove burrs.

B. Remove scale and dirt, on inside and outside, before assembly.

C. Prepare piping connections to equipment with flanges or unions.

3.4 EXCAVATION

A. Excavate and backfill in accordance FAA Sections’ requirements for work of this Section.

B. All piping installed below concrete slabs, aprons or roadways shall be encased in flowable backfill. Refer to FAA Section “P-153 “Controlled Low-Strength Material".

3.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products under provisions of Section 220400 "Basic Plumbing Requirements" and Division 01.

B. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

Page 401: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-9

REVISION NO. 00

C. Provide temporary protective coating on cast iron and steel valves.

D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation.

E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

3.6 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding is wet or frozen.

3.7 PIPING INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings.

B. Install copper tubing under building slab according to CDA's "Copper Tube Handbook."

C. Install underground copper tube in PE encasement according to ASTM A 674 or AWWA C105/A21.5.

D. Install shutoff valve, hose-end drain valve, strainer, pressure gage, and test tee with valve inside the building at each domestic water-service entrance. Comply with requirements for drain valves and strainers in Section 221119 "Domestic Water Piping Specialties."

E. Install shutoff valve immediately upstream of each dielectric fitting.

F. Install water-pressure-reducing valves downstream from shutoff valves. Comply with requirements for pressure-reducing valves in Section 221119 "Domestic Water Piping Specialties."

G. Install domestic water piping level and plumb.

H. Rough-in domestic water piping for water-meter installation according to utility company's requirements.

I. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas.

Page 402: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-10

REVISION NO. 00

J. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise.

K. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal, and coordinate with other services occupying that space.

L. Install piping to permit valve servicing.

M. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than the system pressure rating used in applications below unless otherwise indicated.

N. Install piping free of sags and bends.

O. Install fittings for changes in direction and branch connections.

P. Install unions in copper tubing at final connection to each piece of equipment, machine, and specialty.

Q. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

R. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

S. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Section 220518 "Escutcheons for Plumbing Piping."

T. Provide dielectric fittings wherever jointing dissimilar metals.

U. Route piping in orderly manner and maintain gradient.

V. Install piping to conserve building space and not interfere with use of space. Refer to Section 220400 "Basic Plumbing Requirements" for coordination requirements.

W. Group piping whenever practical at common elevations.

X. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment.

Y. Provide clearance for installation of insulation and access to valves and fittings.

Z. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors with Division 08 installer.

Page 403: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-11

REVISION NO. 00

AA. Slope water piping and arrange to drain at low points.

BB. Establish elevations of buried water piping outside the building at depth of not less than 12 inches below average local frost depth or as required under applicable codes.

CC. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding.

DD. Prepare pipe, fittings, supports, and accessories not prefinished, ready for finish painting. Refer to FAA Sections.

EE. Install valves with stems upright or horizontal, not inverted.

FF. Lever handle valves: Install valve handle so that the handle opens in the direction of fluid flow.

3.8 APPLICATION

A. Provide and install unions downstream of valves and at equipment or apparatus connections.

B. Provide and install brass male adapters each side of valves in copper piped system. Sweat solder adapters to pipe.

C. Provide and install ball or butterfly valves for shut-off and to isolate all equipment, isolate connections to existing piping mains, part of systems as indicated, and/or vertical risers.

D. Provide and install ball valves for throttling, bypass, or manual flow control services.

3.9 ERECTION TOLERANCES

A. Slope water piping and arrange to drain at low points.

3.10 JOINT CONSTRUCTION

A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly.

C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

Page 404: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-12

REVISION NO. 00

1. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are

corroded or damaged.

D. Brazed Joints for Copper Tubing: Comply with CDA's "Copper Tube Handbook," "Brazed Joints" chapter.

E. Soldered Joints for Copper Tubing: Apply ASTM B 813, water-flushable flux to end of tube. Join copper tube and fittings according to ASTM B 828 or CDA's "Copper Tube Handbook."

F. Flanged Joints: Select appropriate asbestos-free, nonmetallic gasket material in size, type, and thickness suitable for domestic water service. Join flanges with gasket and bolts according to ASME B31.9.

G. Joints for Dissimilar-Material Piping: Make joints using adapters compatible with materials of both piping systems.

3.11 TRANSITION FITTING INSTALLATION

A. Install transition couplings at joints of dissimilar piping.

B. Transition Fittings in Underground Domestic Water Piping:

1. Fittings for NPS 1-1/2 and Smaller: Fitting-type coupling. 2. Fittings for NPS 2 and Larger: Sleeve-type coupling.

C. Transition Fittings in Aboveground Domestic Water Piping NPS 2 and Smaller: Plastic-to-metal transition fittings or unions.

3.12 DIELECTRIC FITTING INSTALLATION

A. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.

B. Dielectric Fittings for NPS 2 and Smaller: Use dielectric couplings or nipples.

C. Dielectric Fittings for NPS 2-1/2 to NPS 4: Use dielectric flanges.

D. Dielectric Fittings for NPS 5 and Larger: Use dielectric flange kits.

Page 405: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-13

REVISION NO. 00

3.13 HANGER AND SUPPORT INSTALLATION

A. Comply with requirements for pipe hanger, support products, and installation in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment."

1. Vertical Piping: MSS Type 8 or 42, clamps. 2. Individual, Straight, Horizontal Piping Runs:

a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. c. Longer Than 100 Feet if Indicated: MSS Type 49, spring cushion

rolls.

3. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze.

4. Base of Vertical Piping: MSS Type 52, spring hangers.

B. Support vertical piping and tubing at base and at each floor.

C. Rod diameter may be reduced one size for double-rod hangers, to a minimum of 3/8 inch.

D. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters:

1. NPS 3/4 and Smaller: 60 inches with 3/8-inch rod. 2. NPS 1 and NPS 1-1/4: 72 inches with 3/8-inch rod. 3. NPS 1-1/2 and NPS 2: 96 inches with 3/8-inch rod. 4. NPS 2-1/2: 108 inches with 1/2-inch rod.

E. Install supports for vertical copper tubing every 10 feet.

F. Support piping and tubing not listed in this article according to MSS SP-69 and manufacturer’s written instructions.

3.14 CONNECTIONS

A. Drawings indicate general arrangement of piping, fittings, and specialties.

B. When installing piping adjacent to equipment and machines, allow space for service and maintenance.

C. Connect domestic water piping to exterior water-service piping. Use transition fitting to join dissimilar piping materials.

Page 406: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-14

REVISION NO. 00

D. Connect domestic water piping to water-service piping with shutoff valve; extend and connect to the following:

1. Equipment: Cold- and hot-water-supply piping as indicated, but not smaller than equipment connections. Provide shutoff valve and union for each connection. Use flanges instead of unions for NPS 2-1/2 and larger.

3.15 IDENTIFICATION

A. Identify system components. Comply with requirements for identification materials and installation in Section 220553 "Identification for Plumbing Piping and Equipment."

B. Label pressure piping with system operating pressure.

3.16 FIELD QUALITY CONTROL

A. Perform the following inspections:

1. Piping Inspections:

a. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction.

b. During installation, notify authorities having jurisdiction at least one day before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction:

1) Roughing-in Inspection: Arrange for inspection of piping before concealing or closing in after roughing in and before setting fixtures.

2) Final Inspection: Arrange for authorities having jurisdiction to observe tests specified in "Piping Tests" Subparagraph below and to ensure compliance with requirements.

c. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection.

d. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.

B. Perform the Following Piping Tests:

1. Perform all tests in the presence of the authorized City representative when required. Contractor shall provide inspector 48-hour prior notice of test; also notify DIA Project Manager.

2. Hydrostatic Leak Test:

Page 407: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-15

REVISION NO. 00

a. Perform hydrostatic leak test on all piping systems prior to making final connections to fixtures and equipment.

b. Hydrostatic Leak Test Procedure:

1) Leak test procedures shall comply with ASME B31.9. 2) Fill piping systems with clear water, vent all air, and

pressurize at 150% of operating pressure, (but not less than 100 psi or more than the pipe rating pressure) for 15 minutes. Test fails if leakage is observed, or pressure drop exceeds 5% of test pressure.

3. No piping or joint shall be left untested. All leaks shall be repaired and the piping system shall be re-tested until satisfactory results are obtained.

4. Pneumatic Leak Test:

a. General: Pneumatic leak tests shall only be used on piping with restricted access, piping exposed to freezing conditions, or where water leakage would damage critical DIA operational equipment.

1) Contractor shall submit a written request for test in accordance with the SUBMITTALS Article of this specification Section.

b. Pneumatic Test Procedure:

1) Contractor shall submit safety plan for pneumatic testing prior to test.

2) General: Compressed gas poses the risk of sudden release of stored energy. For that reason, pneumatic testing shall be used only within the following limitations:

a) The piping system does not contain cast iron pipe or plastic pipe subject to brittle failure.

b) The system does not contain soldered or solvent cement joints over NPS 2.

c) The test pressure does not exceed 150 psig.

3) Test Medium: The gas shall be nonflammable and nontoxic. 4) Preliminary Test: Prior to application of full pneumatic test

pressure, a preliminary test of not more than 10 psig shall be applied to reveal possible major leaks. Pneumatic test pressure is as follows:

a) Except as limited in Subparagraph b below, the test pressure shall not exceed 1.25 times the design pressure. Pressure shall be applied in several stages, allowing time for the system to reach equilibrium at each stage.

b) The test pressure shall not exceed the maximum allowable pneumatic test pressure for any vessel, pump,

Page 408: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-16

REVISION NO. 00

valve, or other component in the system under test.

5) Examination for Leakage: After the preliminary test, pressure shall be raised in stages of not more than 25% up to full pneumatic test pressure, allowing time for equalization of strains and detection of major leaks at each stage. Following the application of test pressure for at least 10 minutes, the pressure may be reduced to design pressure and examination shall be made for leakage of the piping. Leaks may be detected by soap bubble, halogen gas, scented gas, test gage monitoring, ultrasonic, or other suitable means. If leaks are found, pressure shall be vented, appropriate repair or replacement shall be made, and the pneumatic test repeated until no leakage is found.

6) Contractor shall measure the surface temperature of the pipe for the duration of testing. The pneumatic test will be deemed successful only when the test pressure can be held at a constant pipe surface temperature for a period of no less than 10 continuous minutes. Record of the pipe temperatures and pressures during the duration of the test shall be submitted to the DIA Project Manager following completion of the test.

5. Testing shall be witnessed by DIA Mechanical Inspector and DIA Project Manager or Designated Representative.

6. Repair piping systems which fail required piping test, by disassembly and reinstallation, using new materials to extent required to overcome leakage. Do not use chemicals, stop-leak compounds, mastics, or other temporary repair methods.

7. Drain test water from piping systems after testing and repair work that has been completed.

8. Prepare written report of testing procedures and result. Submit in accordance with Section 220400 "Basic Plumbing Requirements".

3.17 ADJUSTING

A. Perform the following adjustments before operation:

1. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Adjust balancing valves in hot-water-circulation return piping to provide

adequate flow.

a. Manually adjust ball-type balancing valves in hot-water-circulation return piping to provide hot-water flow in each branch.

b. Adjust calibrated balancing valves to flows indicated.

5. Remove plugs used during testing of piping and for temporary sealing of piping during installation.

Page 409: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-17

REVISION NO. 00

6. Remove and clean strainer screens. Close drain valves and replace drain plugs.

7. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use.

8. Check plumbing specialties and verify proper settings, adjustments, and operation.

3.18 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM

A. Prior to starting work, verify system is complete, flushed and clean.

B. Ensure PH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric).

C. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to obtain 50 to 80 mg/L residual.

D. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum 15 percent of outlets.

E. Maintain disinfectant in system for 24 hours.

F. If final disinfectant residual tests less than 25 mg/L, repeat treatment.

G. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L.

3.19 PIPING SCHEDULE

A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated.

B. Flanges and unions may be used for aboveground piping joints unless otherwise indicated.

C. Aboveground domestic water piping, NPS 2 and smaller, shall be one of the following:

1. Copper Tubing: ASTM B 88, Type L, hard drawn.

a. Fittings: ASME B 16.22, wrought copper and bronze. b. Joints: ASTM B 32, solder, Grade 95TA.

3.20 VALVE SCHEDULE

A. Reference other Division 22 Sections on valves for more information on specific valve types and applications.

Page 410: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221116 DOMESTIC WATER PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221116-18

REVISION NO. 00

B. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply:

1. Shutoff Duty: Use ball or gate valves for piping NPS 2 and smaller. Use butterfly, ball, or gate valves with flanged ends for piping NPS 2-1/2 and larger.

2. Throttling Duty: Use ball or globe valves for piping NPS 2 and smaller. Use butterfly or ball valves with flanged ends for piping NPS 2-1/2 and larger.

3. Drain Duty: Hose-end drain valves.

C. Use check valves to maintain correct direction of domestic water flow to and from equipment.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221116

Page 411: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-1

REVISION NO. 00

SECTION 221119 - DOMESTIC WATER PIPING SPECIALTIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Drain valves. 2. Water-hammer arresters. 3. Air vents. 4. Flexible connectors.

B. Related Requirements: 1. Section 221116 "Domestic Water Piping".

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Provide component sizes, rough-in requirements, service sizes, and finishes.

2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For domestic water piping specialties.

1. Include diagrams for power, signal, and control wiring. 2. For fabricated items, indicate dimensions, weights, and placement of

openings and holes.

1.4 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

Page 412: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-2

REVISION NO. 00

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For domestic water piping specialties to include in emergency, operation, and maintenance manuals.

1. Indicate frequency of treatment required for interceptors. 2. Include installation instructions, spare parts lists, exploded assembly

views.

B. Project Record Documents:

1. Record actual locations of equipment, cleanouts, backflow preventers.

C. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

D. DELIVERY, STORAGE, AND HANDLING

1. Deliver, store, protect and handle products under provisions of Section 220400 "Basic Plumbing Requirements" and Division 01.

2. Accept specialties on site in original factory packaging. Inspect for damage.

3. Remove and perfect installation instructions for inspection.

1.6 QUALITY ASSURANCE

A. Manufacturer: For each product specified, provide components by same manufacturer throughout.

1.7 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 GENERAL REQUIREMENTS FOR PIPING SPECIALTIES

A. Potable-water piping and components shall comply with NSF 61.

2.2 PERFORMANCE REQUIREMENTS

A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig unless otherwise indicated.

Page 413: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-3

REVISION NO. 00

2.3 DRAIN VALVES

A. Ball-Valve-Type, Hose-End Drain Valves:

1. Standard: MSS SP-110 for standard-port, two-piece ball valves. 2. Pressure Rating: 400-psig minimum CWP. 3. Size: NPS 3/4. 4. Body: Copper alloy. 5. Ball: Chrome-plated brass. 6. Seats and Seals: Replaceable. 7. Handle: Vinyl-covered steel. 8. Inlet: Threaded or solder joint. 9. Outlet: Threaded, short nipple with garden-hose thread complying with

ASME B1.20.7 and cap with brass chain.

2.4 WATER-HAMMER ARRESTERS

A. Water-Hammer Arresters:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. AMTROL, Inc. b. Josam Company. c. MIFAB, Inc. d. Precision Plumbing Products, Inc. e. Sioux Chief Manufacturing Company, Inc. f. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. g. Tyler Pipe; Wade Div. h. Watts Drainage Products. i. Zurn Industries, LLC; Plumbing Products Group; Specification

Drainage Products. j. or approved equal.

2. Standard: ASSE 1010 or PDI-WH 201. 3. Type: Provide in all stainless steel construction, metal-bellows type with

pressurized metal cushioning chamber, precharged, suitable for operation in temperature range -100 to +300 degrees F and maximum 250 psig working pressure.

4. Size: ASSE 1010, Sizes AA and A through F, or PDI-WH 201, Sizes A through F.

2.5 AIR VENTS

A. Bolted-Construction Automatic Air Vents:

1. Body: Bronze.

Page 414: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-4

REVISION NO. 00

2. Pressure Rating and Temperature: 125-psig minimum pressure rating at 140 deg F.

3. Float: Replaceable, corrosion-resistant metal. 4. Mechanism and Seat: Stainless steel. 5. Size: NPS 3/8 minimum inlet. 6. Inlet and Vent Outlet End Connections: Threaded.

B. Welded-Construction Automatic Air Vents:

1. Body: Stainless steel. 2. Pressure Rating: 150-psig minimum pressure rating. 3. Float: Replaceable, corrosion-resistant metal. 4. Mechanism and Seat: Stainless steel. 5. Size: NPS 3/8 minimum inlet. 6. Inlet and Vent Outlet End Connections: Threaded.

a. Handle: Wheel.

2.6 FLEXIBLE CONNECTORS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Flex-Hose Co., Inc. 2. Flexicraft Industries. 3. Flex Pression, Ltd. 4. Flex-Weld Incorporated. 5. Hyspan Precision Products, Inc. 6. Mercer Gasket & Shim, Inc. 7. Metraflex, Inc. 8. Proco Products, Inc. 9. TOZEN Corporation. 10. Unaflex.Universal Metal Hose; a Hyspan company. 11. or approved equal.

B. Bronze-Hose Flexible Connectors: Corrugated-bronze tubing with bronze wire-braid covering and ends brazed to inner tubing.

1. Working-Pressure Rating: Minimum 200 psig. 2. End Connections NPS 2 and Smaller: Threaded copper pipe or

plain-end copper tube. 3. End Connections NPS 2-1/2 and Larger: Flanged copper alloy.

Page 415: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-5

REVISION NO. 00

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install water-hammer arresters in water piping according to PDI-WH 201.

B. Install air vents at high points of water piping Install drain piping and discharge onto floor drain.

C. Install water hammer arrestors complete with accessible isolation valve.

D. Install individual shutoff valve in each water supply to plumbing specialties. Use ball, gate, or globe valve if specific valve is not indicated. Install shutoff valves in accessible locations. Refer to other Division 22 Sections for general-duty ball, butterfly, check, gate, and globe valves.

E. Install air vents at piping high points. Include ball, gate, or globe valve in inlet and drain piping from outlet to floor drain.

F. Install escutcheons at wall, floor, and ceiling penetrations in exposed finished locations and within cabinets and millwork. Use deep-pattern escutcheons if required to conceal protruding pipe fittings.

3.2 CONNECTIONS

A. Comply with requirements for ground equipment in Section 260526 "Grounding and Bonding for Electrical Systems."

B. Install piping adjacent to equipment to allow service and maintenance.

C. Connect plumbing specialties to piping specified in other Division 22 Sections.

D. Tighten electrical connectors and terminals according to manufacturer’s published torque-tightening values. If manufacturer’s torque values are not indicated, use those specified in UL 486A and UL 486B.

E. Connect plumbing specialties and devices that require power according to Division 26 Sections.

3.3 LABELING AND IDENTIFYING

A. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment nameplate or sign on or near each of the following:

B. Distinguish among multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to identifying unit. Nameplates and signs are specified in Section 220553 "Identification for Plumbing Piping and Equipment."

Page 416: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221119 DOMESTIC WATER PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221119-6

REVISION NO. 00

3.4 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect field-assembled trap seal primer systems and their installation, including piping and electrical connections. Report results in writing.

1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist.

2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

B. Domestic water piping specialties will be considered defective if they do not pass tests and inspections.

C. Prepare test and inspection reports.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221119

Page 417: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-1

REVISION NO. 00

SECTION 221226 - POTABLE WATER CABINETS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. This Section specifies potable water cabinets, accessories and trim.

B. Related Requirements:

1. Section 220400 "Basic Plumbintg Requirements". 2. Section 221316 "Domestic Water Piping" for piping work. 3. Section 221119 "Domestic Water Piping Specialties" for piping specialties.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 REFERENCES

A. Applicable Standards:

1. American Society for Testing and Materials (ASTM):

a. A167 - Stainless and Heat-Resisting Chromium - Nickel Steel Plate, Sheet, and Strip.

b. A480 - General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip.

c. E84 - Surface Burning Characteristics of Building Materials.

2. International Building Code (IBC) with the Denver Amendments. 3. International Fire Code (IFC) with the Denver Amendments.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Submit product data and installation instructions for each fixture, faucet, specialties, accessories, and trim specified.

Page 418: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-2

REVISION NO. 00

2. Submit frame paint salt spray test certification and painting specifications and procedures.

3. Include data substantiating that materials comply with requirements.

B. Shop Drawings: Submit rough-in drawings. Detail dimensions, rough-in requirements, required clearances, and methods of assembly of components and anchorages.

C. Wiring Diagrams: Submit manufacturer's electrical requirements and wiring diagrams for power supply to units. Clearly differentiate between portions of wiring that are factory installed and field installed portions.

1.5 INFORMATIONAL SUBMITTALS

A. Quality Control Submittals:

1. Submit certification of compliance with specified ANSI, UL, FDA and NSF Standards.

2. Submit certification of compliance with performance verification requirements specified in this Section

1.6 CLOSEOUT SUBMITTALS

A. Maintenance Data: Include data in Maintenance Manual specified in DIVISION 01.

B. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.7 EXTRA STOCK

A. Extra Stock:

1. Furnish special wrenches and other devices necessary for servicing potable water cabinets, accessories and trim to DIA Project Manager with receipt in a quantity of minimum one (1) device for each ten (10) potable water cabinets.

1.8 QUALITY ASSURANCE

A. Manufacturer's Qualification: Firms regularly engaged in manufacture of potable water cabinets of the type required whose products have been in satisfactory use in similar service for not less than five (5) years.

B. Codes and Standards:

1. Food and Drug Administration (FDA). 2. Uniform Plumbing Code (UPC). 3. Underwriter's Laboratories (UL).

Page 419: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-3

REVISION NO. 00

1.9 DELIVERY, STORAGE AND HANDLING

A. Store potable water cabinets where environmental conditions are uniformly maintained within the manufacturer's recommended temperatures to prevent damage.

B. Store potable water cabinets and trim in the manufacturer's original shipping containers. Do not stack containers or store in such a manner that may cause damage to the fixture or trim.

1.10 SEQUENCE AND SCHEDULING

A. Schedule rough-in installations with the installation of other building components.

1.11 WARRANTY

A. Warranty of all equipment described in this Section shall meet warranty requirements of Section 220400 "Basic Plumbing Requirements".

1.12 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 POTABLE WATER CABINET MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. NMC-WOLLARD, 2021 Truax Blvd., Eau Claire, WI 54703.

2. Semler Industries, Inc., 3800 N. Carnation St., Franklin Park, IL 60131-1295.

3. J&B Aviation Services, Inc., 2850 Cordelia Road, Fairfield, CA 94534.

4. or approved equal.

2.2 POTABLE WATER CABINETS

A. General: Furnish and install a potable water cabinet near each loading bridge's rotunda column or as indicated.

1. Each potable water cabinet shall consist of a motorized hose reel, water hose, valves, pressure regulator, pressure gauge, flushing air gap, cabinet floor drain, aircraft coupling reduced pressure type back flow preventer, heated service cabinet and skirted stand.

2. Components shall be arranged in the cabinet to allow for maintenance and cleaning without removal of any equipment.

Page 420: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-4

REVISION NO. 00

B. Cabinet: 1. Cabinet sidewalls, door and top shall be constructed of welded, double wall

stainless steel with a 1-inch polystyrene insulation between minimum 16 gage, type 304 stainless steel sheets, #4 finish inside and outside. Interior corners shall be rounded to provide cleanable surface.

2. Cabinet floor shall be constructed of a single sheet of 304 stainless steel, minimum 16 gage.

3. Cabinet floor shall have a 1-1/2-inch drain opening and drain fitting suitable for connection to drain piping located below cabinet.

4. Cabinet doors shall be of same construction as cabinet and shall have a two point latching system. Doors shall be field replaceable.

C. Stand: 1. Cabinet shall be mounted on a skirted stand such that cabinet floor is at least

18-inches above the adjacent apron elevation. 2. Stand shall be fabricated of ASTM A36 structural steel, factory painted with rust

inhibiting primer and two coats of paint. 3. Stand shall be skirted with minimum 18 gage, type 304 stainless steel sheets

having 1-inch urethane board insulation. D. Electrical:

1. All components shall be UL listed and of NEMA 3R or 4X construction. 2. Light: Provide 100 watt incandescent equivalent LED light fixture switched

within cabinet, with weatherproof guard. 3. Heater: Provide cabinet electric heater(s), minimum 2400 watts total. Heater

elements shall be electric panel type enclosed within the cabinet side panels. Heat shall be controlled through thermostat mounted inside cabinet and normally set for 40 degrees F.

4. Warning Light: Provide amber light mounted on top of cabinet with door switch to activate light whenever doors are not fully closed.

5. Power Supply: Contractor shall coordinate required power supply with electrical. Provide any transformers required.

6. Convenience Outlet: Provide a convenience outlet inside the cabinet, 120 VAC, 15 amp, GFI, duplex.

E. Hose Reel: 1. Construction: Stainless steel disks and internals, an aluminum drum, carbon

steel frame with epoxy powder paint. Paint color: silver. Frame painting must pass a minimum 500 hr salt spray test.

2. Hose reel shall be electric rewind with minimum 1/2 HP, reversible motor with push button control and limit switch.

3. Reel shall have auxiliary hand crank and adjustable drag brake. 4. Reel shall have 1-inch bronze swing joint and bronze internal piping. 5. Reel shall be mounted in the vertical position. 6. Drum shall be cadmium plated with chrome plated disc and sprocket. 7. Hose: Provide minimum 175 feet of 1-inch drinking water hose complying with

FDA-CFR Title 21, parts 170 through 199. 8. Hose end nozzle, 3/4-inch, aluminum construction, with dust cap and chain

suitable for quick coupling to aircraft connections. 9. Shut off valve: 3/4-inch ball valve at hose end nozzle. Handle shall be oriented

90 degrees from standard position.

Page 421: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-5

REVISION NO. 00

F. Piping: 1. Provide the following piping components, factory assembled within each cabinet:

a. Reduced pressure backflow preventer, 1-inch size, equivalent to Watts Series 909 with unions, bronze strainer, and full port bronze ball shutoff valves.

b. Pressure regulator, adjustable 25 psi to 75 psi outlet pressure with pressure gauge.

c. Flexible hose reel connector, minimum 8-inches long. d. Flushing Air Gap: 3/4-inch stainless steel air gap piped through the

cabinet floor and suitable for connecting with hose end nozzle to facilitate hose flushing.

e. Shut off valve: 1-inch ball valve at cabinet.

G. Placard: 1. ASTM D709, Type I, cellulose, paper-base, phenolic-resin-laminate engraving

stock; Grade ES-2, black surface, black phenolic core, with white melamine subcore, unless otherwise indicated. Fabricate in sizes required for message “POTABLE WATER”. Minimum three-inch height. Provide holes for mechanical fastening.

2. Engraving: Manufacturer's standard letter style, of sizes and with terms to match equipment identification.

3. Thickness: 1/8 inch. 4. Fasteners: Self-tapping, stainless-steel screws.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify all dimensions by field measurements. Verify that all potable water cabinets may be installed in accordance with pertinent codes and regulations, the original design, and the referenced standards.

B. Examine rough-in for potable water and waste piping systems to verify actual locations of piping connections prior to installing potable water cabinets.

C. Examine apron, walls, and floors for suitable conditions where potable water cabinets are to be installed.

D. Do not proceed until unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Install potable water cabinets level and plumb, in accordance with manufacturer's written instructions, rough-in drawings, and applicable codes and regulations, the original design, and the referenced standards.

B. Fasten potable water cabinets securely to apron, supports or building structure.

Page 422: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221226 POTABLE WATER CABINETS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221226-6

REVISION NO. 00

Secure supplies behind or within wall construction to provide rigid installation.

C. Install escutcheons at each wall, floor, and ceiling penetration in exposed finished.

3.3 FIELD QUALITY CONTROL

A. Perform the following tests:

1. Test potable water cabinets to demonstrate proper operation upon completion of installation and after units are water pressurized. Replace malfunctioning units, then retest.

2. Inspect each installed unit for damage. Replace damaged potable water cabinets.

3.4 ADJUSTING

A. Adjust water pressure at drinking fountains, faucets, shower valves, and flush valves to provide proper flow and stream.

B. Replace washers of leaking or dripping faucets and stops.

3.5 CLEANING

A. Clean potable water cabinets, trim, and strainers using manufacturer's recommended cleaning methods and materials.

PART 4 - MEASUREMENT

A. METHOD OF MEASUREMENT:

“Removal and Replacement of Potable Water Cabinet” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

A. METHOD OF PAYMENT:

Payment for “Removal and Replacement of Potable Water Cabinet” will be made at the contract unit price per each, for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and for all removal, storage, preparation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item 221226-1 Removal and Replacement of Potable Water Cabinet – per each

END OF SECTION 221226

Page 423: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-1

REVISION NO. 00

SECTION 221313 - FACILITY SANITARY SEWERS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Pipe and fittings. 2. Nonpressure and pressure couplings. 3. Expansion joints and deflection fittings. 4. Cleanouts. 5. Encasement for piping. 6. Manholes.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. PVC: Polyvinyl Chloride.

B. HDEP: High-Density Polyethylene Pipe.

1.4 ACTION SUBMITTALS

A. Product Data: For the following:

1. Expansion joints and deflection fittings. 2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For sanitary sewer systems and manholes. Include plans, elevations, sections, details, and frames and covers.

1. Show piping materials, size, locations, and inverts. Include details of underground structures, connections, and cleanouts. Show interface and spatial relationship between piping and proximate structures.

Page 424: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-2

REVISION NO. 00

1.5 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other piping in same trench and clearances from sewer system piping. Indicate interface and spatial relationship between manholes, piping, and proximate structures.

B. Profile Drawings: Show system piping in elevation. Draw profiles to horizontal scale of not less than 1 inch equals 50 feet (1:500) and to vertical scale of not less than 1 inch equals 5 feet (1:50). Indicate manholes and piping. Show types, sizes, materials, and elevations of other utilities crossing system piping.

C. Product Certificates: For each type of cast-iron soil pipe and fitting, from manufacturer.

D. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Drawings: At project closeout, submit record drawings of installed sanitary sewer piping and products, in accordance with the contract requirements.

1. Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.7 QUALITY ASSURANCE

A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of sanitary sewer system's products of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than five (5) years.

B. Installers Qualifications: Firm with at least three (3) years of successful installation experience on projects with sanitary sewer work similar to that required for this project.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Do not store plastic manholes, pipe, and fittings in direct sunlight.

B. Protect pipe, pipe fittings, and seals from dirt and damage.

C. Handle manholes according to manufacturer's written rigging instructions.

1.9 PROJECT CONDITIONS

A. Interruption of Existing Sanitary Sewerage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated:

Page 425: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-3

REVISION NO. 00

1. Notify DIA Project Manager no fewer than seven (7) days in advance of proposed interruption of service.

2. Do not proceed with interruption of service without DIA Project Manager's written permission.

1.10 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 PIPES AND PIPE FITTINGS

A. General: Provide pipes and pipe fittings of one of the following materials. Provide pipe fittings and accessories of same material with joining method as indicated.

B. Gaskets: AWWA C111, rubber.

2.2 PVC PIPE AND FITTINGS

A. PVC pipe and fittings shall be AWWA Standard C-900 and shall be furnished with rubber-gasketed separate couplings minimum pressure class shall be 150 psi.

B. PVC Gravity Sewer Piping:

1. Pipe and Fittings: ASTM F 679, T-1 wall thickness, PVC gravity sewer pipe with bell-and-spigot ends and with integral ASTM F 477, elastomeric seals for gasketed joints.

2.3 NONPRESSURE-TYPE TRANSITION COUPLINGS

A. Comply with ASTM C 1173, elastomeric, sleeve-type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined and corrosion-resistant-metal tension band and tightening mechanism on each end.

B. Sleeve Materials:

1. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 2. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe

materials being joined.

Page 426: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-4

REVISION NO. 00

C. Unshielded, Flexible Couplings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Dallas Specialty & Mfg. Co. b. Fernco Inc. c. Logan Clay Pipe. d. Mission Rubber Company; a division of MCP Industries, Inc. e. NDS. f. Plastic Oddities; a division of Diverse Corporate Technologies, Inc. g. or approved equal.

2. Description: Elastomeric sleeve with stainless-steel shear ring and corrosion-resistant-metal tension band and tightening mechanism on each end.

D. Shielded, Flexible Couplings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Cascade Waterworks Mfg. b. Dallas Specialty & Mfg. Co. c. Mission Rubber Company; a division of MCP Industries, Inc. d. or approved equal.

2. Description: ASTM C 1460, elastomeric or rubber sleeve with full-length, corrosion-resistant outer shield and corrosion-resistant-metal tension band and tightening mechanism on each end.

E. Ring-Type, Flexible Couplings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Fernco Inc. b. Logan Clay Pipe. c. Mission Rubber Company; a division of MCP Industries, Inc. d. or approved equal.

2. Description: Elastomeric compression seal with dimensions to fit inside bell of larger pipe and for spigot of smaller pipe to fit inside ring.

F. Non-Pressure-Type, Rigid Couplings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. ANACO-Husky. b. or approved equal.

Page 427: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-5

REVISION NO. 00

2. Description: ASTM C 1461, sleeve-type, reducing- or transition-type mechanical coupling, molded from ASTM C 1440, TPE material; with corrosion-resistant-metal tension band and tightening mechanism on each end.

2.4 CLEANOUTS

A. PVC Cleanouts:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Canplas LLC. b. IPS Corporation. c. NDS. d. Plastic Oddities; a division of Diverse Corporate Technologies, Inc. e. Sioux Chief Manufacturing Company, Inc. f. Zurn Light Commercial Products Operation; Zurn Plumbing Products

Group. g. or approved equal.

2. Description: PVC body with PVC threaded plug. Include PVC sewer pipe fitting and riser to cleanout of same material as sewer piping.

2.5 ENCASEMENT FOR PIPING

A. Standard: ASTM A 674 or AWWA C105.

B. Material: Linear low-density polyethylene film of 0.008-inch (0.20-mm) or high-density, cross-laminated polyethylene film of 0.004-inch (0.10-mm) minimum thickness.

C. Form: Sheet or tube.

D. Color: Natural.

2.6 MANHOLES

A. Refer to FAA Section D-751 “Manholes, Catch Basins, Inlets, and Inspection Holes”.

Page 428: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-6

REVISION NO. 00

PART 3 - EXECUTION

3.1 EARTHWORK

A. Excavating, trenching, and backfilling are specified in FAA Section P-152 "Excavation, Subgrade, and Embankment."

3.2 PIPING INSTALLATION

A. General: Install piping and clean-outs in accordance with the Denver Wastewater Management standards, specifications, and as per the standard detail drawings.

B. Inspect piping before installation to detect apparent defects. Mark defective materials with white paint and promptly remove from site.

C. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground sanitary sewer piping. Location and arrangement of piping layout take into account design considerations. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions.

D. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements.

E. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited.

F. When installing pipe under streets or other obstructions that cannot be disturbed, use pipe-jacking process of microtunneling.

G. Install gaskets in accordance with manufacturer's recommendations for use of lubricants, cements, and other special installation requirements.

H. Install gravity-flow, nonpressure, drainage piping according to the following:

1. Install piping pitched down in direction of flow, at minimum slope of 2 percent unless otherwise indicated.

2. Install piping NPS 6 and larger with restrained joints at tee fittings and at changes in direction. Use corrosion-resistant rods, pipe or fitting manufacturer's proprietary restraint system, or cast-in-place-concrete supports or anchors.

3. Install piping with 36-inch minimum cover. 4. Install PVC gravity sewer piping according to ASTM D 2321 and ASTM F 1668.

Page 429: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-7

REVISION NO. 00

I. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. Place plug in end of incomplete piping at end of day and when work stops.

J. Minimum Cover:

1. Airside Minimum Cover:

a. For airside sewer systems subject to aircraft loading on rigid pavement, a minimum depth of cover of 1.50 feet, measured from the bottom of the slab is required. If there is any discrepancy, the contractor should contact DIA Project Manager and correct the discrepancy before installation.

K. Cleaning Piping:

1. Place plugs in ends of uncompleted conduit at end of day or whenever work stops.

2. Close open ends of piping with threaded metal caps, plastic plugs, or other acceptable methods for size and type material being closed. Wood plugs are not acceptable.

L. Interior Inspection: Inspect piping to determine whether line displacement or other damage has occurred.

1. Make inspections after lines have been installed and approximately 2 ft of backfill is in place, and again at completion of project.

2. If inspection indicates poor alignment, debris, displaced pipe, infiltration, or other defects, correct such defects, and reinspect.

3.3 PIPE JOINT CONSTRUCTION

A. Join gravity-flow, nonpressure, drainage piping according to the following:

1. Join PVC gravity sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric-gasket joints.

2. Join reinforced-concrete sewer piping according to ACPA's "Concrete Pipe Installation Manual" for rubber-gasket joints.

3. Join dissimilar pipe materials with nonpressure-type, flexible couplings.

B. Pipe couplings, expansion joints, and deflection fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated.

1. Use non-pressure flexible couplings where required to join gravity-flow, nonpressure sewer piping unless otherwise indicated.

a. Shielded flexible couplings for pipes of same or slightly different OD. b. Unshielded, increaser/reducer-pattern, flexible couplings for pipes with

different OD.

Page 430: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-8

REVISION NO. 00

c. Ring-type flexible couplings for piping of different sizes where annular space between smaller piping's OD and larger piping's ID permits installation.

3.4 CLEANOUT INSTALLATION

A. Install cleanouts and riser extensions from sewer pipes to cleanouts at grade. Use cast-iron soil pipe fittings in sewer pipes at branches for cleanouts, and use cast-iron soil pipe for riser extensions to cleanouts. Install piping so cleanouts open in direction of flow in sewer pipe.

1. Use Light-Duty, top-loading classification cleanouts in earth or unpaved foot-traffic areas.

2. Use Medium-Duty, top-loading classification cleanouts in paved foot-traffic areas. 3. Use Heavy-Duty, top-loading classification cleanouts in vehicle-traffic service

areas. 4. Use Extra-Heavy-Duty, top-loading classification cleanouts in roads.

B. Set cleanout frames and covers in earth in cast-in-place-concrete block, 18 by 18 by 12 inches deep. Set with tops 1 inch above surrounding grade.

C. Set cleanout frames and covers in concrete pavement and roads with tops flush with pavement surface.

3.5 CONNECTIONS

A. Connect nonpressure, gravity-flow drainage piping to building's sanitary building drains specified in Section 221316 "Sanitary Waste and Vent Piping."

B. Make connections to existing piping and underground manholes.

1. Use commercially manufactured wye fittings for piping branch connections. Remove section of existing pipe, install wye fitting into existing piping, and encase entire wye fitting plus 6-inch overlap with not less than 6 inches of concrete with 28-day compressive strength of 3000 psi.

2. Make branch connections from side into existing piping, NPS 4 to NPS 20. Remove section of existing pipe, install wye fitting into existing piping, and encase entire wye with not less than 6 inches of concrete with 28-day compressive strength of 3000 psi.

3. Make branch connections from side into existing piping, NPS 21 or larger, or to underground manholes by cutting opening into existing unit large enough to allow 3 inches of concrete to be packed around entering connection. Cut end of connection pipe passing through pipe or structure wall to conform to shape of and be flush with inside wall unless otherwise indicated. On outside of pipe or manhole wall, encase entering connection in 6 inches of concrete for minimum length of 12 inches to provide additional support of collar from connection to undisturbed ground.

Page 431: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-9

REVISION NO. 00

a. Use concrete that will attain a minimum 28-day compressive strength of 3000 psi unless otherwise indicated.

b. Use epoxy-bonding compound as interface between new and existing concrete and piping materials.

4. Protect existing piping and manholes to prevent concrete or debris from entering while making tap connections. Remove debris or other extraneous material that may accumulate.

C. Connect to grease, oil and sand interceptors specified in Section 221323 "Sanitary Waste Interceptors."

3.6 IDENTIFICATION

A. Comply with requirements in FAA Section P-152 "Excavation, Subgrade, and Embankment" for underground utility identification devices. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes.

1. Use warning tape or detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of

underground manholes.

B. Reference Section 220553 "Identification for Plumbing Piping and Equipment".

3.7 BACKFILLING

A. General: Conduct backfilling operations of open-cut trenches closely following laying, jointing, and bedding of pipe, and after initial inspection and testing are completed. Backfill per requirements of FAA Section P-152 "Excavation, Subgrade, and Embankment".

3.8 FIELD QUALITY CONTROL

A. Inspection:

1. The sanitary sewer system shall be inspected by the Contractor's Quality Control Inspector. A record of the inspection including any defects or deviations from the contract shall be sumitted to the DIA Project Manager. Any observable defects shall be corrected promptly by the Contractor.

Page 432: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-10

REVISION NO. 00

B. Testing: Copntractor's inspection and testing agency shall perform testing of completed piping in accordance with Section 9.00 of the Denver Wastewater Management Division Technical Specifications. The following tests shall be performed on the piping system:

Test: System Type: Exfiltration Test- All systems. Deflection Test- Only plastic piping. Infiltration Test- Only in case of excessive ground water.

C. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project.

1. Submit separate report for each system inspection. 2. Defects requiring correction include the following:

a. Alignment: Less than full diameter of inside of pipe is visible between structures.

b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter.

c. Damage: Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping.

3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified.

4. Reinspect and repeat procedure until results are satisfactory.

D. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects.

1. Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to requirements of authorities having

jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24

hours' advance notice. 4. Submit separate report for each test. 5. Hydrostatic Tests: Test sanitary sewerage according to requirements of

authorities having jurisdiction and the following:

a. Fill sewer piping with water. Test with pressure of at least 10-foot head of water, and maintain such pressure without leakage for at least 15 minutes.

b. Close openings in system and fill with water. c. Purge air and refill with water. d. Disconnect water supply. e. Test and inspect joints for leaks.

Page 433: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221313 FACILITY SANITARY SEWERS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221313-11

REVISION NO. 00

6. Air Tests: Test sanitary sewerage according to requirements of authorities having jurisdiction, UNI-B-6, and the following:

a. Option: Test plastic gravity sewer piping according to ASTM F 1417. b. Option: Test concrete gravity sewer piping according to ASTM C 924.

7. Manholes: Perform hydraulic test according to ASTM C 969.

E. Leaks and loss in test pressure constitute defects that must be repaired.

F. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified.

3.9 CLEANING

A. Clean dirt and superfluous material from interior of piping. Flush with potable water.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221313

Page 434: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-1

REVISION NO. 00

SECTION 221316 - SANITARY WASTE AND VENT PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Pipe, tube, and fittings. 2. Specialty pipe fittings. 3. Encasement for underground metal piping.

B. Related Sections:

1. Section 221313 "Facility Sanitary Sewers" for sanitary sewerage piping and structures outside the building.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 PERFORMANCE REQUIREMENTS

A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated:

1. Soil, Waste, and Vent Piping: 10-foot head of water.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Indicate valve data and ratings. 2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For sovent drainage system. Include plans, elevations, sections, and details.

Page 435: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-2

REVISION NO. 00

1.5 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

B. Welders Certificate: Include welder’s certification of compliance with ASME SEC 9 and Section 050510 “Welding".

C. Contractor shall submit fully dimensioned spool drawings for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. Provide drawings in electronic format in compliance with Division 01 requirements and currently accepted by DIA.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views.

1.7 QUALITY ASSURANCE

A. Piping materials shall bear label, stamp, or other markings of specified testing agency.

B. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. Include marking with "NSF-dwv" for plastic drain, waste, and vent piping and "NSF-sewer" for plastic sewer piping.

C. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations.

D. Welders Certification: In accordance with ASME Sec 9.

E. Unless specified otherwise, all materials and equipment shall be of domestic (USA) manufacture and shall be of the best quality used for the purpose in commercial practice.

1.8 PROJECT CONDITIONS

A. Interruption of Existing Sanitary Waste Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated:

1. Notify DIA Project Manager no fewer than seven (7) days in advance of proposed interruption of sanitary waste service.

2. Do not proceed with interruption of sanitary waste service without DIA Project Manager's written permission.

Page 436: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-3

REVISION NO. 00

1.9 REGULATORY REQUIREMENTS

A. Perform Work in accordance with City and County of Denver plumbing code.

B. Conform to code for installation of backflow prevention devices.

1.10 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products under provisions of Section 220400 "Basic Plumbing Requirements" and Division 01 requirements.

B. Inspect materials for damage after delivery.

C. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation.

D. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

1.11 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding is wet or frozen.

1.12 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

2.2 PVC PIPE AND FITTINGS

A. Solid-Wall PVC Pipe: ASTM D2665, drain, waste, and vent.

B. Cellular-Core, PVC Pipe: ASTM F891, Schedule 40.

C. Cellular-Core, Sewer and Drain Series, PVC Pipe: ASTM F891, Series PS 100, plenum-rated.

Page 437: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-4

REVISION NO. 00

D. PVC Socket Fittings: ASTM D2665, made to ASTM D3311, drain, waste, and vent patterns and to fit Series PS 100 sewer and drain pipe.

E. PVC Special Fittings: ASTM F409, drainage-pattern tube and tubular fittings with ends as required for application.

F. PVC Pipe: ASTM D 3033 or D 3034, SDR 35.

1. Fittings: PVC. 2. Joints: ASTM F 477, elastomeric gaskets.

G. PVC Pipe: Cellular-core, Schedule 40

1. Fittings: PVC socket fittings 2. Joints: solvent-cemented joints.

H. Adhesive Primer: ASTM F 656.

1. Adhesive primer shall have a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

2. Adhesive primer shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

I. Solvent Cement: ASTM D 2564.

1. PVC solvent cement shall have a VOC content of 510 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

2. Solvent cement shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.3 GALVANIZED-STEEL PIPE AND FITTINGS – VENT PIPE

A. Galvanized-Steel Pipe: ASTM A 53/A 53M, Type E, Standard Weight class. Include square-cut-grooved or threaded ends matching joining method.

B. Galvanized-Cast-Iron Drainage Fittings:

1. ASME B16.12, threaded. 2. ASME B16.1 3. ASME B16.4, screwed.

C. Grooved-Joint, Galvanized-Steel-Pipe Appurtenances:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

Page 438: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-5

REVISION NO. 00

a. Anvil International; a subsidiary of Mueller Water Products, Inc. b. Grinnell Mechanical Products. c. Shurjoint Piping Products. d. Victaulic Company. e. or approved equal.

2. Galvanized, Grooved-End Fittings for Galvanized-Steel Piping: ASTM A 536 ductile-iron castings, ASTM A 47/A 47M malleable-iron castings, ASTM A 234/A 234M forged steel fittings, or ASTM A 106/A 106M steel pipes with dimensions matching ASTM A 53/A 53M steel pipe, and complying with AWWA C606 for grooved ends.

3. Grooved Mechanical Couplings for Galvanized-Steel Piping: ASTM F 1476, Type I. Include ferrous housing sections with continuous curved keys; EPDM-rubber gasket suitable for hot and cold water; and bolts and nuts.

2.4 SPECIALTY PIPE FITTINGS

A. Transition Couplings:

1. General Requirements: Fitting or device for joining piping with small differences in OD's or of different materials. Include end connections same size as and compatible with pipes to be joined.

2. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping system fitting.

3. Unshielded, Nonpressure Transition Couplings:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Dallas Specialty & Mfg. Co. 2) Fernco Inc. 3) Mission Rubber Company; a division of MCP Industries, Inc. 4) Plastic Oddities; a division of Diverse Corporate Technologies, Inc. 5) or approved equal.

b. Standard: ASTM C 1173. c. Description: Elastomeric, sleeve-type, reducing or transition pattern. Include

shear ring and corrosion-resistant-metal tension band and tightening mechanism on each end.

d. Sleeve Materials:

1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC.

2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined.

Page 439: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-6

REVISION NO. 00

4. Shielded, Nonpressure Transition Couplings:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Cascade Waterworks Mfg. Co. 2) Mission Rubber Company; a division of MCP Industries, Inc. 3) or approved equal.

b. Standard: ASTM C 1460. c. Description: Elastomeric or rubber sleeve with full-length,

corrosion-resistant outer shield and corrosion-resistant-metal tension band and tightening mechanism on each end.

B. Dielectric Fittings:

1. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined.

2. Dielectric Unions:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Capitol Manufacturing Company. 2) Central Plastics Company. 3) Hart Industries International, Inc. 4) Jomar International Ltd. 5) Matco-Norca, Inc. 6) McDonald, A. Y. Mfg. Co. 7) Watts Regulator Co.; a division of Watts Water Technologies, Inc. 8) Wilkins; a Zurn company. 9) or approved equal.

b. Description:

1) Standard: ASSE 1079. 2) Pressure Rating: 125 psig minimum at 180 deg F. 3) End Connections: Solder-joint copper alloy and threaded ferrous.

3. Dielectric Flanges:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Capitol Manufacturing Company. 2) Central Plastics Company. 3) Matco-Norca, Inc. 4) Watts Regulator Co.; a division of Watts Water Technologies, Inc. 5) Wilkins; a Zurn company. 6) or approved equal.

Page 440: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-7

REVISION NO. 00

b. Description:

1) Standard: ASSE 1079. 2) Factory-fabricated, bolted, companion-flange assembly. 3) Pressure Rating: 125 psig minimum at 180 deg F. 4) End Connections: Solder-joint copper alloy and threaded ferrous;

threaded solder-joint copper alloy and threaded ferrous.

4. Dielectric-Flange Insulating Kits:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Advance Products & Systems, Inc. 2) Calpico, Inc. 3) Central Plastics Company. 4) Pipeline Seal and Insulator, Inc. 5) or approved equal.

b. Description:

1) Nonconducting materials for field assembly of companion flanges. 2) Pressure Rating: 150 psig. 3) Gasket: Neoprene or phenolic. 4) Bolt Sleeves: Phenolic or polyethylene. 5) Washers: Phenolic with steel backing washers.

5. Dielectric Nipples:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Elster Perfection. 2) Grinnell Mechanical Products. 3) Matco-Norca, Inc. 4) Precision Plumbing Products, Inc. 5) Victaulic Company. 6) or approved equal.

b. Description:

1) Standard: IAPMO PS 66 2) Electroplated steel nipple. 3) Pressure Rating: 300 psig at 225 deg F. 4) End Connections: Male threaded or grooved. 5) Lining: Inert and noncorrosive, propylene.

Page 441: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-8

REVISION NO. 00

PART 3 - EXECUTION

3.1 EARTH MOVING

A. Comply with requirements for excavating, trenching, and backfilling specified in FAA Section P-152 "Excavation, Subgrade, and Embankment."

3.2 EXAMINATION

A. Verify that excavations are to required grade, dry, and not over-excavated.

3.3 PREPARATION

A. Ream pipe and tube ends. Remove burrs.

B. Remove scale and dirt, on inside and outside, before assembly.

C. Prepare piping connections to equipment with flanges or unions.

3.4 PIPING INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings.

B. Provide dielectric fittings wherever jointing dissimilar metals.

C. Install piping to conserve building space and not interfere with use of space. Refer to Section 220400 "Basic Plumbing Requirements" for coordination requirements.

D. Group piping whenever practical at common elevations.

E. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment.

F. Provide clearance for installation of insulation and access to valves and fittings.

G. Establish elevations of buried water piping outside the building at depth of not less than 12 inches below average local frost depth or as required under applicable codes.

H. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding.

I. Install a cleanout in the vertical riser (vent to drain transition) above the connection to each urinal to allow for individual cleaning of each fixture drain.

J. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas.

Page 442: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-9

REVISION NO. 00

K. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise.

L. Install piping at indicated slopes.

M. Install piping free of sags and bends.

N. Install fittings for changes in direction and branch connections.

O. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long-sweep bends. Sanitary tees and short-sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long-turn, double Y-branch and 1/8-bend fittings if two fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited.

P. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed.

Q. Install soil and waste drainage and vent piping at the following minimum slopes unless otherwise indicated:

1. Building Sanitary Drain: 2 percent downward in direction of flow for piping NPS 3 and smaller; 2 percent downward in direction of flow for piping NPS 4 and larger.

2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of flow. 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack.

R. Install aboveground PVC piping according to ASTM D 2665.

S. Install underground PVC piping according to ASTM D 2321.

T. Install steel piping according to plumbing code.

1. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers in sanitary drainage gravity-flow piping. Install cleanout fitting with closure plug inside the building in sanitary drainage force-main piping. Comply with requirements for cleanouts specified in Section 221319 "Sanitary Waste Piping Specialties."

2. Install drains in sanitary drainage gravity-flow piping. Comply with requirements for drains specified in Section 221319 "Sanitary Waste Piping Specialties."

U. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction.

Page 443: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-10

REVISION NO. 00

V. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

W. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

X. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Section 220518 "Escutcheons for Plumbing Piping."

3.5 JOINT CONSTRUCTION

A. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified.

2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds.

B. Flanged Joints: Align bolt holes. Select appropriate gasket material, size, type, and thickness. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. Torque bolts in cross pattern.

C. Plastic, Nonpressure-Piping, Solvent-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following:

1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements.

2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 Appendixes. 3. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes.

3.6 SPECIALTY PIPE FITTING INSTALLATION

A. Transition Couplings:

1. Install transition couplings at joints of piping with small differences in ODs. 2. In Drainage Piping: Unshielded, nonpressure transition couplings.

B. Dielectric Fittings:

1. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.

2. Dielectric Fittings for NPS 2 and Smaller: Use dielectric unions. 3. Dielectric Fittings for NPS 2-1/2 to NPS 4: Use dielectric flanges. 4. Dielectric Fittings for NPS 5 and Larger: Use dielectric flange kits.

Page 444: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-11

REVISION NO. 00

3.7 HANGER AND SUPPORT INSTALLATION

A. Comply with requirements for pipe hanger and support devices and installation specified in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment."

1. Install carbon-steel pipe hangers for horizontal piping in noncorrosive environments.

2. Install carbon-steel pipe support clamps for vertical piping in noncorrosive environments.

3. Vertical Piping: MSS Type 8 or Type 42, clamps. 4. Install individual, straight, horizontal piping runs:

a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. c. Longer Than 100 Feet if Indicated: MSS Type 49, spring cushion rolls.

5. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze.

6. Base of Vertical Piping: MSS Type 52, spring hangers.

B. Support horizontal piping and tubing within 12 inches of each fitting, valve, and coupling.

C. Support vertical piping and tubing at base and at each floor.

D. Rod diameter may be reduced one size for double-rod hangers, with 3/8-inch (10-mm) minimum rods.

E. Install hangers for PVC piping with the following maximum horizontal spacing and minimum rod diameters:

1. NPS 1-1/2 and NPS 2: 48 inches with 3/8-inch rod. 2. NPS 3: 48 inches with 1/2-inch rod.

F. Install supports for vertical PVC piping every 48 inches.

G. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions.

3.8 CONNECTIONS

A. Drawings indicate general arrangement of piping, fittings, and specialties.

B. Provide new services to the extent indicated on the drawings. Before commencing work check invert elevations required for sewer connections, confirm inverts and ensure that these can be properly connected with slope for drainage and cover to avoid freezing.

Page 445: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-12

REVISION NO. 00

C. Provide 18 gage galvanized sheet metal sleeve around service main to 6 inch above floor and 6 feet minimum below grade. Size for minimum of 2 inches of loose batt insulation stuffing.

D. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials.

E. Connect drainage and vent piping to the following:

1. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code.

2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction.

3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code.

4. Install test tees (wall cleanouts) in conductors near floor and floor cleanouts with cover flush with floor.

5. Install horizontal backwater valves with cleanout cover flush with floor. 6. Comply with requirements for backwater valves, cleanouts and drains specified

in Section 221319 "Sanitary Waste Piping Specialties." 7. Equipment: Connect drainage piping as indicated. Provide shutoff valve if

indicated and union for each connection. Use flanges instead of unions for connections NPS 2-1/2 and larger.

F. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment.

G. Make connections according to the following unless otherwise indicated:

1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment.

2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment.

3.9 IDENTIFICATION

A. Identify exposed sanitary waste and vent piping. Comply with requirements for identification specified in Section 220553 "Identification for Plumbing Piping and Equipment."

Page 446: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-13

REVISION NO. 00

3.10 FIELD QUALITY CONTROL

A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction.

1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures.

2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements.

B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection.

C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.

3.11 TESTING

A. Perform all tests in the presence of the authorized City representative when required. Contractor shall provide inspector minimum 48-hour prior notice of test; also notify DIA Project Manager.

B. Test soil, waste, and vent and roof drainage and drain systems with a minimum of 10 foot hydrostatic head or in accordance with local and state codes governing plumbing and drainage work.

C. No piping or joint shall be left untested. All leaks shall be repaired and the piping system shall be re-tested until satisfactory results are obtained.

D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows:

1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested.

2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested.

3. Roughing-in Plumbing Test Procedure: Test drainage and vent piping except outside leaders on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks.

Page 447: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-14

REVISION NO. 00

4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. Plug vent-stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1-inch wg. Use U-tube or manometer inserted in trap of water closet to measure this pressure. Air pressure must remain constant without introducing additional air throughout period of inspection. Inspect plumbing fixture connections for gas and water leaks.

5. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained.

6. Prepare reports for tests and required corrective action.

E. Pneumatic Leak Test:

1. General: Pneumatic leak tests shall only be used on piping with restricted access, piping exposed to freezing conditions, or where water leakage would damage critical DIA operational equipment. Contractor shall submit a written request for test in accordance with the Submittals paragraph of this specification Section.

2. Pneumatic Test Procedure:

a. Contractor shall submit safety plan for pneumatic testing prior to test. b. General: Compressed gas poses the risk of sudden release of stored

energy. For that reason, pneumatic testing shall be used only within the following limitations.

1) The piping system does not contain cast iron pipe or plastic pipe subject to brittle failure.

2) The system does not contain soldered or solvent cement joints over NPS 2.

3) The test pressure does not exceed 150 psig.

c. Test Medium: The gas shall be nonflammable and nontoxic. d. Preliminary Test: Prior to application of full pneumatic test pressure, a

preliminary test of not more than 10 psig shall be applied to reveal possible major leaks.

e. Pneumatic Test Pressure:

1) Except as limited in subparagraph 2 below, the test pressure shall not exceed 1.25 times the design pressure. Pressure shall be applied in several stages, allowing time for the system to reach equilibrium at each stage.

2) The test pressure shall not exceed the maximum allowable pneumatic test pressure for any vessel, pump, valve, or other component in the system under test.

Page 448: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-15

REVISION NO. 00

f. Examination for Leakage: After the preliminary test, pressure shall be raised in stages of not more than 25% up to full pneumatic test pressure, allowing time for equalization of strains and detection of major leaks at each stage. Following the application of test pressure for at least 10 minutes, the pressure may be reduced to design pressure and examination shall be made for leakage of the piping. Leaks may be detected by soap bubble, halogen gas, scented gas, test gage monitoring, ultrasonic, or other suitable means. If leaks are found, pressure shall be vented, appropriate repair or replacement shall be made, and the pneumatic test repeated until no leakage is found.

g. Contractor shall measure the surface temperature of the pipe for the duration of testing. The pneumatic test will be deemed successful only when the test pressure can be held at a constant pipe surface temperature for a period of no less than 10 continuous minutes. Record of the pipe temperatures and pressures during the duration of the test shall be submitted to the DIA Project Manager following completion of the test.

F. Repair piping systems which fail required piping test, by disassembly and reinstallation, using new materials to extent required to overcome leakage. Do not use chemicals, stop-leak compounds, mastics, or other temporary repair methods.

G. Drain test water from piping systems after testing and repair work that has been completed.

H. Prepare written report of testing procedures and result and submit to DIA Project Manager.

3.12 CLEANING AND PROTECTION

A. Clean interior of piping. Remove dirt and debris as work progresses.

B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work.

C. Place plugs in ends of uncompleted piping at end of day and when work stops.

D. Exposed PVC Piping: Protect plumbing vents exposed to sunlight with two coats of water-based latex paint.

3.13 PIPING SCHEDULE

A. Flanges and unions may be used on aboveground pressure piping unless otherwise indicated.

B. Aboveground, soil and waste piping NPS 4 shall be the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

Page 449: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221316 SANITARY WASTE AND VENT PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221316-16

REVISION NO. 00

C. Aboveground, vent piping NPS 4 shall be the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings. 3. Galvanized piping at the potable water cabinet.

D. Underground, soil, waste, and vent piping NPS 4 and smaller shall be the following:

1. Solid wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

E. Underground, soil and waste piping NPS 5 and larger shall be the following:

1. Solid-wall PVC pipe; PVC socket fittings; and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221316

Page 450: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-1

REVISION NO. 00

SECTION 221319 - SANITARY WASTE PIPING SPECIALTIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Cleanouts. 2. Trench drains. 3. Through-penetration firestop assemblies. 4. Miscellaneous sanitary drainage piping specialties. 5. Grease interceptors. 6. Oil interceptors.

B. Related Requirements:

1. Section 221423 "Storm Drainage Piping Specialties" for storm drainage piping inside the building, drainage piping specialties, and drains.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. ABS: Acrylonitrile-butadiene-styrene plastic.

B. FOG: Fats, oils, and greases.

C. FRP: Fiberglass-reinforced plastic.

D. HDPE: High-density polyethylene plastic.

E. PE: Polyethylene plastic.

F. PP: Polypropylene plastic.

G. PVC: Polyvinyl chloride plastic.

Page 451: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-2

REVISION NO. 00

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Provide component sizes, rough-in requirements, service sizes, and finishes (not required for drains and cleanouts). Include rated capacities, operating characteristics, and accessories for the following: 1. Grease interceptors. 2. Oil interceptors. 3. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For fabricated items, indicate dimensions, weights, and placement of openings and holes.

1. Show fabrication and installation details for frost-resistant vent terminals. 2. Wiring Diagrams: Power, signal, and control wiring.

1.5 INFORMATIONAL SUBMITTALS

1. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions.

2. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

B. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. Record actual locations of equipment, cleanouts, backflow preventers.

B. Operation and Maintenance Data: For drainage piping specialties to include in emergency, operation, and maintenance manuals.

1. Include installation instructions, spare parts lists, exploded assembly views. 2. Indicate frequency of treatment required for interceptors.

C. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.7 QUALITY ASSURANCE

A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

Page 452: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-3

REVISION NO. 00

C. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic sanitary piping specialty components.

D. Manufacturers: For each product specified, provide components by same manufacturer throughout.

1.8 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 CLEANOUTS

A. Exposed Metal Cleanouts:

1. ASME A112.36.2M, Cast-Iron Cleanouts:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Josam Company. 2) MIFAB, Inc. 3) Smith, Jay R. Mfg. Co. 4) Tyler Pipe. 5) Watts Drainage Products. 6) Zurn Plumbing Products Group. 7) or approved equal.

B. Exterior Surfaced Areas: Square enameled cast iron access frame and nickel bronze non-skid cover.

2.2 TRENCH DRAINS

A. Refer to FAA Section D-750 “Trench Drain”.

2.3 THROUGH-PENETRATION FIRESTOP ASSEMBLIES

A. Through-Penetration Firestop Assemblies:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. ProSet Systems Inc. b. or approved equal.

Page 453: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-4

REVISION NO. 00

2. Standard: UL 1479 assembly of sleeve and stack fitting with firestopping plug. 3. Size: Same as connected soil, waste, or vent stack. 4. Sleeve: Molded PVC plastic, of length to match slab thickness and with integral

nailing flange on one end for installation in cast-in-place concrete slabs. 5. Stack Fitting: ASTM A 48/A 48M, gray-iron, hubless-pattern, wye branch with

neoprene O-ring at base and gray-iron plug in thermal-release harness. Include PVC protective cap for plug.

6. Special Coating: Corrosion resistant on interior of fittings.

2.4 MISCELLANEOUS SANITARY DRAINAGE PIPING SPECIALTIES

A. Air-Gap Fittings:

1. Standard: ASME A112.1.2, for fitting designed to ensure fixed, positive air gap between installed inlet and outlet piping.

2. Body: Bronze or cast iron. 3. Inlet: Opening in top of body. 4. Outlet: Larger than inlet. 5. Size: Same as connected waste piping and with inlet large enough for

associated indirect waste piping.

B. Vent Caps:

1. Description: Cast-iron body with threaded or hub inlet and vandal-proof design. Include vented hood and setscrews to secure to vent pipe.

2. Size: Same as connected stack vent or vent stack.

C. Expansion Joints:

1. Standard: ASME A112.21.2M. 2. Body: Cast iron with bronze sleeve, packing, and gland. 3. End Connections: Matching connected piping. 4. Size: Same as connected soil, waste, or vent piping.

2.5 GREASE INTERCEPTORS

A. Grease Interceptors: See Section 221323.

2.6 SAND-OIL INTERCEPTORS

A. Oil Interceptors: See Section 221323.

Page 454: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-5

REVISION NO. 00

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install expansion joints on vertical risers, stacks, and conductors if indicated.

B. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated:

1. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated.

2. Locate at each change in direction of piping greater than 135 degrees. 3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet

for larger piping. 4. Locate at base of each vertical soil and waste stack.

C. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor.

D. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall.

E. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with mixture of graphite and linseed oil. Ensure clearance at cleanout for rodding of drainage system.

F. Encase exterior cleanouts in concrete flush with grade.

G. Install trench drains according to FAA Section D-750 “Trench Drains”.

H. Install through-penetration firestop assemblies in plastic conductors and stacks at floor penetrations.

I. Install air-gap fittings on draining-type backflow preventers and on indirect-waste piping discharge into sanitary drainage system.

J. Install sleeve flashing device with each riser and stack passing through floors with waterproof membrane.

K. Install vent caps on each vent pipe passing through roof.

L. Install expansion joints on vertical stacks and conductors. Position expansion joints for easy access and maintenance.

M. Install grease interceptors according to Section 221323 “Sanitary Waste Interceptors”.

N. Install oil interceptors according to Section 221323 “Sanitary Waste Interceptors”.

O. Install wood-blocking reinforcement for wall-mounting-type specialties.

Page 455: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-6

REVISION NO. 00

P. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated.

3.2 CONNECTIONS

A. Comply with requirements in Section 221316 "Sanitary Waste and Vent Piping" for piping installation requirements. Drawings indicate general arrangement of piping, fittings, and specialties.

B. Install piping adjacent to equipment to allow service and maintenance.

3.3 LABELING AND IDENTIFYING

A. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment nameplate or sign on or near each of the following:

1. Grease interceptors. 2. Oil interceptors.

B. Distinguish among multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to identifying unit. Nameplates and signs are specified in Section 220553 "Identification for Plumbing Piping and Equipment."

3.4 FIELD QUALITY CONTROL

A. Perform tests and inspections and prepare test reports.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to assist Contractor and inspect field-assembled grease removal devices and their installation, including piping and electrical connections, and to assist in testing.

B. Tests and Inspections:

1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist.

2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

3.5 PROTECTION

A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work.

B. Place plugs in ends of uncompleted piping at end of each day or when work stops.

Page 456: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221319 SANITARY WASTE PIPING SPECIALITIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221319-7

REVISION NO. 00

3.6 DEMONSTRATION

A. Engage a factory-authorized service representative to assist Contractor and train Owner's maintenance personnel to adjust, operate, and maintain interceptors and grease removal devices. Refer to Section 017900 "Demonstration and Training."

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221319

Page 457: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-1

REVISION NO. 00

SECTION 221323 - SANITARY WASTE INTERCEPTORS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Grease interceptors. 2. Oil interceptors.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of interceptor indicated. Include materials of fabrication, dimensions, rated capacities, retention capacities, operating characteristics, size and location of each pipe connection, furnished specialties, and accessories.

1. Oil interceptors. Include rated liquid flow and retention capacities. 2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For each type and size of precast-concrete interceptor indicated.

1. Include materials of construction, dimensions, rated capacities, retention capacities, location and size of each pipe connection, furnished specialties, and accessories.

2. Include materials of construction, dimensions, liquid retention capacity, piping connections, and appurtenances for cast-in-place concrete interceptors.

3. Reports and Calculations: For design mixes for each class of cast-in-place concrete.

Page 458: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-2

REVISION NO. 00

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Interceptors, drawn to scale, on which the following items are shown and coordinated with each other, based on input from Installers of the items involved:

1. Interceptors. 2. Piping connections. Include size, location, and elevation of each. 3. Include details of underground structures and connections. 4. Interface and spatial relationship with underground structures, piping and utility

services.

1.5 CLOSEOUT SUBMITTALS

A. Record actual locations of equipment, cleanouts, backflow preventers.

B. Operation Data: Indicate frequency of treatment required for interceptors.

C. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views.

1.6 PROJECT CONDITIONS

A. Site Information: Perform site survey, research public utility records, and verify existing utility locations.

B. Interruption of Existing Sewer Services: Do not interrupt services to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary sewer services according to requirements indicated:

1. Notify DIA Project Manager no fewer than seven (7) days in advance of proposed interruption of service.

2. Do not proceed with interruption of sewer services without DIA Project Manager's written permission.

1.7 QUALITY ASSURANCE

A. Product Options: Drawings indicate size, profiles, and dimensional requirements of interceptors and are based on the specific system indicated. Other manufacturers' systems with equal performance characteristics may be considered. Refer to Section 012510 "Substitutions."

B. Manufacturer: For each product specified, provide components by same manufacturer throughout.

Page 459: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-3

REVISION NO. 00

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products under provisions of Division 01

B. Accept specialties on site in original factory packaging. Inspect for damage.

C. Handle precast concrete interceptors according to manufacturer's written rigging instructions. Check all products for damage after delivery.

1.9 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 GREASE INTERCEPTORS

A. Grease Interceptors: Precast concrete complying with ASTM C 913.

1. Include rubber-gasketed joints, vent connections, manholes, compartments or baffles, and piping or openings to retain grease and to permit wastewater flow.

2. Structural Design Loads - Heavy traffic Load: Comply with ASTM C890, A-16 (ASSHTO HS20-44).

3. Resilient Pipe Connectors: ASTM C 923 cast or fitted into interceptor walls, for each pipe connection.

4. Steps: Individual FRP steps, FRP ladder, or ASTM A 615/A 615M, deformed, 1/2-inch steel reinforcing rods encased in ASTM D 4101, PP, wide enough to allow worker to place both feet on one step and designed to prevent lateral slippage off step. Cast or anchor steps into sidewalls at 12- to 16-inch intervals. Omit steps if total depth from floor of interceptor to finished grade is less than 60 inches.

5. Grade Rings: Reinforced-concrete rings, 6- to 9-inch total thickness, to match diameter of manhole frame and cover.

6. Manhole Frames and Covers: Ferrous; 24-inch ID by 7- to 9-inch riser with 4-inch-minimum width flange and 26-inch-diameter cover.

a. Ductile Iron: ASTM A 536, Grade 60-40-18, unless otherwise indicated. b. Gray Iron: ASTM A 48, Class 35, unless otherwise indicated. c. Include indented top design with lettering cast into cover, using wording

equivalent to "GREASE INTERCEPTOR."

Page 460: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-4

REVISION NO. 00

B. Capacities and Characteristics:

1. Length by Width by Depth: See Plans. 2. Number of Compartments: See Schedule. 3. Retention Capacity: See Schedule. 4. Inlet and Outlet Pipe Size: See Schedule.

5. Trapped Outlet Required: Integral. 6. Vent Pipe Size: See Plans. 7. Installation Position: Underground with manhole riser to grade.

2.2 SAND/OIL INTERCEPTORS

A. Sand/Oil Interceptors: Precast concrete comply with ASTM C 913 and authorities having jurisdiction.

1. Include rubber-gasketed joints, vent connections, manholes, compartments or baffles, and piping or openings to retain grease and to permit wastewater flow.

2. Structural Design Loads:

a. Heavy-Traffic Load: Comply with ASTM C 890, A-16 (ASSHTO HS20-44).

3. Resilient Pipe Connectors: ASTM C 923, cast or fitted into interceptor walls, for each pipe connection.

4. Steps: Individual FRP steps, FRP ladder, or ASTM A 615/A 615M, deformed, 1/2-inch steel reinforcing rods encased in ASTM D 4101, PP, wide enough to allow worker to place both feet on one step and designed to prevent lateral slippage off step. Cast or anchor steps into sidewalls at 12- to 16-inch intervals. Omit steps if total depth from floor of interceptor to finished grade is less than 60 inches.

5. Grade Rings: Reinforced-concrete rings, 6- to 9-inch total thickness, to match diameter of manhole frame and cover.

6. Manhole Frames and Covers: Ferrous; 24-inch ID by 7- to 9-inch riser with 4-inch-minimum width flange and 26-inch-diameter cover.

a. Ductile Iron: ASTM A 536, Grade 60-40-18, unless otherwise indicated. b. Gray Iron: ASTM A 48, Class 35, unless otherwise indicated. c. Include indented top design with lettering cast into cover, using wording

equivalent to "OIL INTERCEPTOR."

B. Capacities and Characteristics:

1. Capacity: See Schedule. 2. Overall Dimensions: See Plans. 3. Inlet and Outlet Pipe Size: See Schedule. 4. Waste-Oil-Outlet Pipe Size: See Schedule. 5. Trapped Outlet Required: Integral. 6. Vent Pipe Size: See Plans. 7. Installation Position: Underground with manhole riser to grade.

Page 461: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-5

REVISION NO. 00

2.3 PRECAST-CONCRETE MANHOLE RISERS

A. Precast-Concrete Manhole Risers: ASTM C 478, with rubber-gasket joints.

1. Structural Design Loads:

a. Heavy-Traffic Load: Comply with ASTM C 890, A-16 (ASSHTO HS20-44).

2. Length: From top of underground concrete structure to grade. 3. Riser Sections: 3-inch minimum thickness and diameter. 4. Top Section: Eccentric cone, unless otherwise indicated. Include top of cone

to match grade ring size. 5. Gaskets: ASTM C 443, rubber. 6. Steps: Individual FRP steps, FRP ladder, or ASTM A 615/A 615M, deformed,

1/2-inch steel reinforcing rods encased in ASTM D 4101, PP, wide enough to allow worker to place both feet on one step and designed to prevent lateral slippage off step. Cast or anchor steps into sidewalls at 12- to 16-inch intervals.

B. Grade Rings: Reinforced-concrete rings, 6- to 9-inch total thickness, diameter matching manhole frame and cover, and height as required to adjust the manhole frame and cover to indicated elevation and slope.

C. Manhole Frames and Covers: Ferrous; 24-inch ID by 7- to 9-inch riser with 4-inch- minimum width flange and 26-inch-diameter cover.

1. Ductile Iron: ASTM A 536, Grade 60-40-18, unless otherwise indicated. 2. Gray Iron: ASTM A 48, Class 35, unless otherwise indicated. 3. Include indented top design with lettering cast into cover, using wording

equivalent to the following:

a. Grease Interceptors in Sanitary Sewerage System: "GREASE INTERCEPTOR."

b. Oil Interceptors in Sanitary Sewerage System: "OIL INTERCEPTOR."

2.4 GRATING FRAMES AND GRATES

A. Description: ASTM A 536, Grade 60-40-18, ductile-iron frame and grate, designed for heavy-duty service. Include flat grate with small square or short slotted drainage openings.

1. Minimum Size: 24 inches by 24 inches, unless otherwise indicated. 2. Grate-Free Area: Approximately 50 percent, unless otherwise indicated.

B. Protective Coating: One- or two-coat, coal-tar epoxy; 15-mil minimum thickness applied to all frame and grate surfaces.

Page 462: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-6

REVISION NO. 00

PART 3 - EXECUTION

3.1 EARTHWORK

A. Excavating, trenching, and backfilling are specified in Section 312000 "Earth Moving."

3.2 IDENTIFICATION

A. Identification materials and installation are specified in FAA Section P-152 "Excavation, Subgrade, and Embankment." Arrange for installation of green warning tapes directly over piping and at outside edges of underground interceptors.

1. Use warning tapes or detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of

underground structures.

3.3 INSTALLATION

A. Install precast-concrete interceptors according to ASTM C 891. Set level and plumb.

B. Install interceptors, including trapping, venting, and flow-control fitting, according to authorities having jurisdiction and with clear space for servicing.

C. Install manhole risers from top of underground concrete interceptors to manholes and gratings at finished grade.

D. Set tops of manhole frames and covers flush with finished surface in pavements. Set tops 3 inches above finish surface elsewhere, unless otherwise indicated.

E. Set tops of grating frames and grates flush with finished surface.

F. Set interceptors level and plumb.

G. Set tops of interceptor covers flush with finished surface in pavements. Set tops 3 inches above finish surface elsewhere, unless otherwise indicated.

H. Repair and restore protective coatings to original condition.

3.4 CONNECTIONS

A. Piping installation requirements are specified in Section 221316 "Sanitary Waste and Vent Piping." Drawings indicate general arrangement of piping, fittings, and specialties.

B. Make piping connections between interceptors and piping systems.

Page 463: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-7

REVISION NO. 00

3.5 IDENTIFICATION

A. Identification materials and installation are specified in FAA Section P-152 "Excavation, Subgrade, and Embankment." Arrange for installation of green warning tapes directly over piping and at outside edges of underground interceptors.

1. Use warning tapes or detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of

underground structures.

B. Manufacturer's Field Service: Engage a factory-authorized service representative to assist Contractor and inspect field-assembled and their installation, including piping connections. Report results in writing.

C. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist.

D. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

3.6 CLEANING

A. Clear interior of interceptors as work progresses.

3.7 DEMONSTRATION

A. Engage a factory-authorized service representative to assist Contractor and train DIA Project Manager's maintenance personnel to adjust, operate, and maintain interceptors. Refer to Division 01 requirements. 1. Schedule training with Owner, through DIA Project Manager, with at least seven

(7) days advance notice.

Page 464: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221323 SANITARY WASTE INTERCEPTORS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221323-8

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. “Remove and Replace Sand Oil Separator” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

B. “Remove and Replace Grease Trap” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

C. “Adjust Grease Trap Manholes and Cleanouts” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. Payment for “Remove and Replace Sand Oil Separator” will be made at the contract unit price per each, for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and for all removal, storage, preparation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Remove and Replace Grease Trap” will be made at the contract unit price per each, for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and for all removal, storage, preparation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

Payment for “Adjust Grease Trap Manholes and Cleanouts” will be made at the contract unit price per each, for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and for all removal, storage, preparation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

Payment will be made under:

Item 221321-1 Remove and Replace Sand Oil Separator – per each

Item 221321-2 Remove and Replace Grease Trap – per each

Item 221321-3 Adjust Grease Trap Manholes and Cleanouts – per each

END OF SECTION 221323

Page 465: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-1

REVISION NO. 00

SECTION 221413 - FACILITY STORM DRAINAGE PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Pipe, tube, and fittings for storm drain conductors for building roof drains. 2. Specialty pipe fittings for storm drain conductors for roof drains. 3. Storm drain piping for non-building roof drains. 4. Manhours.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 PERFORMANCE REQUIREMENTS

A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated:

1. Storm Drainage Piping: 10-foot head of water.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Submit manufacturer's technical product data and installation instructions for storm system materials and products.

2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: Submit shop drawings for storm sewer systems, showing piping materials, size, locations, and inverts. Include details of underground structures, connections, and manholes. Show interface and spatial relationship between piping and proximate structures.

1. For controlled-flow roof drainage system. Include calculations, plans, and details.

Page 466: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-2

REVISION NO. 00

1.5 INFORMATIONAL SUBMITTALS

A. Welders Certificate: Include welder’s certification of compliance with ASME SEC 9 Section 050510 "Welding.”

B. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

B. Contractor shall submit fully dimensioned spool drawings for all welded piping work. Drawings shall indicate all weld types, sizes, and materials to be used.

1.7 QUALITY ASSURANCE

A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of storm system's products of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than five (5) years.

B. Installer's Qualifications: Firm with at least three (3) years of successful installation experience on projects with storm drainage piping work similar to that required for this project.

C. Plumbing Code Compliance: Comply with applicable portions of Denver Plumbing Code pertaining to selection and installation of storm drainage piping materials and products.

D. Piping materials shall bear label, stamp, or other markings of specified testing agency.

E. Unless specified otherwise, all materials and equipment shall be of domestic (USA) manufacture and shall be of the best quality used for the purpose in commercial practice.

F. Comply with NSF/ANSI 14, "Plastics Piping System Components and Related Materials," for plastic piping components. Include marking with "NSF-drain" for plastic drain piping and "NSF-sewer" for plastic sewer piping.

G. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations.

H. Welders Certification: In accordance with ASME Sec 9.

I. Valves: Manufacturer's name and pressure rating marked on valve body.

Page 467: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-3

REVISION NO. 00

1.8 PROJECT CONDITIONS

A. Interruption of Existing Storm-Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated:

1. Notify DIA Project Manager no fewer than seven (7) days in advance of proposed interruption of storm-drainage service.

2. Do not proceed with interruption of storm-drainage service without DIA Project Manager's written permission.

1.9 REGULATORY REQUIREMENTS

A. Perform Work in accordance with City and County of Denver plumbing code.

B. Conform to code for installation of backflow prevention devices.

1.10 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect, and handle products under provisions of Section 220400 "Basic Plumbing Requirements and Division 01.

B. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation.

C. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

1.11 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding are wet or frozen.

1.12 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

Page 468: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-4

REVISION NO. 00

PART 2 - PRODUCTS

2.1 IDENTIFICATION

A. Underground Type Plastic Line Marker: Manufacturer's standard permanent, bright colored, continuous printed plastic tape, intended for direct burial service; not less than 6" wide x 4 mils thick. Provide green tape with black printing reading "CAUTION SEWER LINE BURIED BELOW".

1. Available Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Allen Systems Inc. b. Emed Co., Inc. c. Seton Name Plate Corp. d. or approved equal.

2.2 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

2.3 PVC PIPE AND FITTINGS

A. Solid-Wall PVC Pipe: ASTM D 2665, drain, waste, and vent.

B. Cellular-Core PVC Pipe: ASTM F 891, Schedule 40.

C. Cellular-Core, Sewer and Drain Series PVC Pipe: ASTM F891, Series PS 100.

D. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Schedule 40 pipe.

E. PVC Special Fittings: ASTM F 409, drainage-pattern tube and tubular fittings with ends as required for application.

F. Adhesive Primer: ASTM F 656.

1. Adhesive primer shall have a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

2. Adhesive primer shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

Page 469: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-5

REVISION NO. 00

G. Solvent Cement: ASTM D 2564.

1. PVC solvent cement shall have a VOC content of 510 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

2. Solvent cement shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.4 SPECIALTY PIPE FITTINGS

A. Transition Couplings:

1. General Requirements: Fitting or device for joining piping with small differences in OD's or of different materials. Include end connections same size as and compatible with pipes to be joined.

2. Fitting-Type Transition Couplings: Manufactured piping coupling or specified-piping-system fitting.

3. Unshielded, Nonpressure Transition Couplings:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Dallas Specialty & Mfg. Co. 2) Fernco Inc. 3) Mission Rubber Company; a division of MCP Industries, Inc. 4) Plastic Oddities; a division of Diverse Corporate Technologies, Inc. 5) or approved equal.

b. Standard: ASTM C 1173. c. Description: Elastomeric, sleeve-type, reducing or transition pattern.

Include shear ring and corrosion-resistant-metal tension band and tightening mechanism on each end.

d. Sleeve Materials:

1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC.

2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined.

4. Shielded, Non-Pressure Transition Couplings:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Cascade Waterworks Mfg. Co. 2) Mission Rubber Company; a division of MCP Industries, Inc. 3) or approved equal.

Page 470: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-6

REVISION NO. 00

b. Standard: ASTM C 1460. c. Description: Elastomeric or rubber sleeve with full-length,

corrosion-resistant outer shield and corrosion-resistant-metal tension band and tightening mechanism on each end.

d. For Concrete Pipes: ASTM C443, rubber.

B. Dielectric Fittings:

1. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined.

2. Dielectric Unions:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Capitol Manufacturing Company. 2) Central Plastics Company. 3) Hart Industries International, Inc. 4) Jomar International Ltd. 5) Matco-Norca, Inc. 6) McDonald, A. Y. Mfg. Co. 7) Watts Regulator Co.; a division of Watts Water Technologies, Inc. 8) Wilkins; a Zurn company. 9) or approved equal.

b. Description:

1) Standard: ASSE 1079. 2) Pressure Rating: 150 psig at 180 deg F. 3) End Connections: Solder-joint copper alloy and threaded ferrous.

3. Dielectric Flanges:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Capitol Manufacturing Company. 2) Central Plastics Company. 3) Matco-Norca, Inc. 4) Watts Regulator Co.; a division of Watts Water Technologies, Inc. 5) Wilkins; a Zurn company. 6) or approved equal.

b. Description:

1) Standard: ASSE 1079. 2) Factory-fabricated, bolted, companion-flange assembly. 3) Pressure Rating: 150 psig minimum. 4) End Connections: Solder-joint copper alloy and threaded ferrous;

threaded solder-joint copper alloy and threaded ferrous.

Page 471: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-7

REVISION NO. 00

4. Dielectric-Flange Insulating Kits:

a. M Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Advance Products & Systems, Inc. 2) Calpico, Inc. 3) Central Plastics Company. 4) Pipeline Seal and Insulator, Inc. 5) or approved equal.

b. Description:

1) Nonconducting materials for field assembly of companion flanges. 2) Pressure Rating: 150 psig. 3) Gasket: Neoprene or phenolic. 4) Bolt Sleeves: Phenolic or polyethylene. 5) Washers: Phenolic with steel-backing washers.

5. Dielectric Nipples:

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Elster Perfection. 2) Grinnell Mechanical Products. 3) Matco-Norca, Inc. 4) Precision Plumbing Products, Inc. 5) Victaulic Company. 6) or approved equal.

b. Description:

1) Electroplated steel nipple complying with ASTM F 1545. 2) Pressure Rating: 300 psig at 225 deg F. 3) End Connections: Male threaded or grooved. 4) Lining: Inert and noncorrosive, propylene.

C. Ring-Type, Flexible Couplings:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Fernco Inc. b. Logan Clay Pipe. c. Mission Rubber Company; a division of MCP Industries, Inc. d. or approved equal.

2. Description: Elastomeric compression seal with dimensions to fit inside bell of larger pipe and for spigot of smaller pipe to fit inside ring.

Page 472: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-8

REVISION NO. 00

2.5 STORM DRAIN PIPING FOR NON-BUILDING ROOF DRAINS

A. Refer to FAA Section D-701 “Pipe for Storm Drains and Culverts”.

2.6 MANHOLES

A. Refer to FAA Section D-751 “Manholes, Catch Basins, Inlets, and Inspection Holes”.

PART 3 - EXECUTION

3.1 EARTH MOVING

A. Comply with requirements for excavating, trenching, and backfilling specified in FAA Section P-152 “Excavation, Subgrade, and Embankment."

B. Flowable Backfill: All piping installed below concrete slabs, aprons or roadways shall be encased in flowable backfill. Refer to FAA Section P-153 "Controlled Low-Strength Material".

3.2 INSTALLATION OF IDENTIFICATION OF UNDERGROUND PIPING

A. General: During back filling/top soiling of storm sewer system, install continuous underground type plastic line marker, located directly over buried line at 18" below finished grade.

3.3 PIPING INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations from layout are approved on coordination drawings.

B. General: Install piping in accordance with the Denver Wastewater Management divisions standards, specifications and per the standard detail drawings.

C. Inspect piping before installation to detect apparent defects. Mark defective materials with white paint and promptly remove from site.

D. Route piping in orderly manner and maintain gradient.

E. Install piping to conserve building space and not interfere with use of space. Refer to Section 220400 "Basic Plumbing Requirements" for coordination requirements.

F. Group piping whenever practical at common elevations.

Page 473: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-9

REVISION NO. 00

G. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment.

H. Provide clearance for installation of insulation and access to valves and fittings.

I. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding.

J. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas.

K. Install piping at indicated slopes.

L. Install piping free of sags and bends.

M. Install fittings for changes in direction and branch connections.

N. Install piping to allow application of insulation.

O. Make changes in direction for storm drainage piping using appropriate branches, bends, and long-sweep bends. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited.

P. Lay buried building storm drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed.

Q. Install storm drainage piping at the following minimum slopes unless otherwise indicated:

1. Building Storm Drain: 2 percent downward in direction of flow for piping NPS 3 and smaller; 2 percent downward in direction of flow for piping NPS 4 and larger.

2. Horizontal Storm-Drainage Piping: 2 percent downward in direction of flow.

R. Install aboveground PVC piping according to ASTM D 2665.

S. Install underground PVC piping according to ASTM D 2321.

T. Install engineered controlled-flow drain specialties and storm drainage piping in locations indicated.

Page 474: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-10

REVISION NO. 00

U. Plumbing Specialties:

1. Install cleanouts at grade and extend to where building storm drains connect to building storm sewers in storm drainage gravity-flow piping. Install cleanout fitting with closure plug inside the building in storm drainage force-main piping. Comply with requirements for cleanouts specified in Section 221423 "Storm Drainage Piping Specialties."

V. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction.

W. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

X. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with requirements for sleeve seals specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping."

Y. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Section 220518 "Escutcheons for Plumbing Piping."

Z. Cleaning Piping:

1. Place plugs in ends of uncompleted conduit at end of day or whenever work stops.

AA. Interior Inspection: Inspect piping to determine whether line displacement or other damage has occurred.

1. Make inspections after lines have been installed and approximately 2' of backfill is in place, and again at completion of Project.

BB. Install manholes for changes in direction unless fittings are indicated. Use fittings for branch connections unless direct tap into existing sewer is indicated.

CC. Install reinforced concrete piping in accordance with ASTM C 1479 and ACPA’s “Concrete Pipe Installation Manual.”

3.4 JOINT CONSTRUCTION

A. Joint Adaptors: Make joints between different types of pipe with standard manufactured adapters and fittings intended for that purpose.

B. Close open ends of piping with threaded metal caps, plastic plugs, or other acceptable methods suitable for size and type of material being closed. Wood plugs are not acceptable.

Page 475: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-11

REVISION NO. 00

C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified.

2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds.

D. Flanged Joints: Align bolt holes. Select appropriate gasket material, size, type, and thickness. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. Torque bolts in cross pattern.

E. Plastic, Nonpressure-Piping, Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following:

1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements.

2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 Appendixes. 3. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes.

F. Join reinforced concrete piping according to ACPA’s “Concrete Pipe Installation Manual” for rubber gasket joints.

3.5 SPECIALTY PIPE FITTING INSTALLATION

A. Transition Couplings:

1. Install transition couplings at joints of piping with small differences in OD's. 2. In Drainage Piping: Shielded, nonpressure transition couplings.

B. Dielectric Fittings:

1. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.

2. Dielectric Fittings for NPS 2 and Smaller: Use dielectric unions. 3. Dielectric Fittings for NPS 2-1/2 to NPS 4: Use dielectric flanges. 4. Dielectric Fittings for NPS 5 and Larger: Use dielectric flange kits.

3.6 HANGER AND SUPPORT INSTALLATION

A. Comply with requirements for pipe hanger and support devices and installation specified in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment."

1. Install carbon-steel pipe hangers for horizontal piping in noncorrosive environments.

Page 476: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-12

REVISION NO. 00

2. Install carbon-steel pipe support clamps for vertical piping in noncorrosive environments.

3. Vertical Piping: MSS Type 8 or Type 42 clamps. 4. Individual, Straight, Horizontal Piping Runs:

a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. c. Longer Than 100 Feet if Indicated: MSS Type 49, spring cushion rolls.

5. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze.

6. Base of Vertical Piping: MSS Type 52, spring hangers.

B. Support horizontal piping and tubing within 12 inches of each fitting, and coupling.

C. Support vertical piping and tubing at base and at each floor.

D. Rod diameter may be reduced one size for double-rod hangers, with 3/8-inch minimum rods.

E. Install hangers for PVC piping with the following maximum horizontal spacing and minimum rod diameters:

1. NPS 1-1/2 and NPS 2: 48 inches with 3/8-inch rod. 2. NPS 3: 48 inches with 1/2-inch rod. 3. NPS 4 and NPS 5: 48 inches with 5/8-inch rod. 4. NPS 6 and NPS 8: 48 inches with 3/4-inch rod.

F. Install supports for vertical PVC piping every 48 inches.

G. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions.

3.7 CONNECTIONS

A. Drawings indicate general arrangement of piping, fittings, and specialties.

B. Connect interior storm drainage piping to exterior storm drainage piping. Use transition fitting to join dissimilar piping materials.

C. Connect storm drainage piping to roof drains and storm drainage specialties.

1. Install test tees (wall cleanouts) in conductors near floor, and floor cleanouts with cover flush with floor.

2. Comply with requirements for cleanouts specified in Section 221423 "Storm Drainage Piping Specialties."

D. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment.

Page 477: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-13

REVISION NO. 00

E. Make connections according to the following unless otherwise indicated:

1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment.

2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment.

F. Make connections to existing piping and underground manholes.

1. Use commercially manufactured wye fittings for piping branch connections. Remove section of existing pipe, install wye fitting into existing piping, and encase entire wye fitting plus 6-inch overlap with not less than 6 inches of concrete with 28-day compressive strength of 3000 psi.

2. Make branch connections from side into existing piping, NPS 4 to NPS 20. Remove section of existing pipe, install wye fitting into existing piping, and encase entire wye with not less than 6 inches of concrete with 28-day compressive strength of 3000 psi.

3. Make branch connections from side into existing piping, NPS 21 or larger, or to underground manholes by cutting opening into existing unit large enough to allow 3 inches of concrete to be packed around entering connection. Cut end of connection pipe passing through pipe or structure wall to conform to shape of and be flush with inside wall unless otherwise indicated. On outside of pipe or manhole wall, encase entering connection in 6 inches of concrete for minimum length of 12 inches to provide additional support of collar from connection to undisturbed ground.

a. Use concrete that will attain a minimum 28-day compressive strength of 3000 psi unless otherwise indicated.

b. Use epoxy-bonding compound as interface between new and existing concrete and piping materials.

4. Protect existing piping and manholes to prevent concrete or debris from entering while making tap connections. Remove debris or other extraneous material that may accumulate.

3.8 IDENTIFICATION OF EXPOSED PIPING

A. Identify exposed storm drainage piping. Comply with requirements for identification specified in Section 220553 "Identification for Plumbing Piping and Equipment."

3.9 BACKFILLING

A. General: Conduct backfill operations of open cut trenches closely following laying, jointing, and bedding of pipe, and after initial inspection and testing are completed. Comply with requirements of FAA Section P-152 "Excavation, Subgrade, and Embankment".

Page 478: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-14

REVISION NO. 00

B. Flowable Backfill: All piping installed below concrete slabs, aprons or roadways shall be encased in flowable backfill. Refer to FAA Section P-153 "Controlled Low-Strength Materials".

3.10 FIELD QUALITY CONTROL

A. During installation, notify authorities having jurisdiction and DIA Project Manager at least 48 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction.

1. Perform testing of completed piping in accordance with Section 9.00 of the Denver Wastewater Management Division Technical Specifications. Inform DIA Project Manager 48 hours prior to testing and backfilling.

2. Testing shall be witnessed by DIA Mechanical Inspector and DIA Project Manager or Designated Representative.

3. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in.

4. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements.

B. The following tests shall be performed on the piping:

TEST SYSTEM TYPE Exfiltration Test All systems Infiltration Test Only in case of excessive ground water Deflection Test Only plastic piping

C. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection.

D. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.

E. Test storm drainage piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows:

1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested.

2. Leave uncovered and unconcealed new, altered, extended, or replaced storm drainage piping until it has been tested and approved. Expose work that was covered or concealed before it was tested.

3. Test Procedure: Test storm drainage piping on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before inspection starts until completion of inspection, water level must not drop. Inspect joints for leaks.

4. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained.

5. Prepare reports for tests and required corrective action.

Page 479: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-15

REVISION NO. 00

F. No piping or joint shall be left untested. All leaks shall be repaired and the piping system shall be re-tested until satisfactory results are obtained.

G. Repair piping systems which fail required piping test, by disassembly and reinstallation, using new materials to extent required to overcome leakage. Do not use chemicals, stop-leak compounds, mastics, or other temporary repair methods.

3.11 INSPECTION

A. The storm piping system shall be inspected by the Contractor's Quality Control Inspector. A record of the inspection including any defects deviations from the contract shall be submitted to the DIA Project Manager.

3.12 CLEANING

A. Clean interior of piping. Remove dirt and debris as work progresses.

B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work.

C. Place plugs in ends of uncompleted piping at end of day and when work stops.

3.13 PIPING SCHEDULE

A. Flanges and unions may be used on aboveground pressure piping unless otherwise indicated.

B. Aboveground storm drainage piping NPS 6 and smaller shall be any of the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Cellular-core, sewer and drain series, PVC pipe; PVC socket fittings; and

solvent-cemented joints. 3. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

C. Aboveground, storm drainage piping NPS 8 shall be the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Cellular-core, sewer and drain series, PVC pipe; PVC socket fittings; and

solvent-cemented joints. 3. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

D. Underground storm drainage piping NPS 6 and smaller shall be the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Cellular-core, sewer and drain series, PVC pipe; PVC socket fittings; and

solvent-cemented joints. 3. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

Page 480: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221413 FACILITY STORM DRAINAGE PIPING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 221413-16

REVISION NO. 00

E. Underground, storm drainage piping NPS 8 and larger, unless otherwise indicated, shall be any of the following:

1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Cellular-core, sewer and drain series, PVC pipe; PVC socket fittings; and

solvent-cemented joints. 3. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221413

Page 481: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221423 STORM DRAINAGE PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 221423-1

REVISION NO. 00

SECTION 221423 - STORM DRAINAGE PIPING SPECIALTIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. Cleanouts.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Provide component sizes, rough-in requirements, service sizes, and finishes. 2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For fabricated items, indicate dimensions, weights, and placement of openings and holes.

1.4 CLOSEOUT SUBMITTALS

A. Project record documents:

1. Record actual locations of equipment, cleanouts, backflow preventers.

B. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

C. Operation and maintenance data:

1. Operation Data: Indicate frequency of treatment required for interceptors. 2. Maintenance Data: Include installation instructions, spare parts lists, exploded

assembly views.

Page 482: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221423 STORM DRAINAGE PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 221423-2

REVISION NO. 00

1.5 QUALITY ASSURANCE

A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency.

B. Manufacturer: For each product specified, provide components by same manufacturer throughout.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products under provisions of Section 220400 "Basic Plumbing Requirements" and Division 01

B. Accept specialties on site in original factory packaging. Inspect for damage.

C. Remove and perfect installation instructions for inspection.

1.7 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 MISCELLANEOUS STORM DRAINAGE PIPING SPECIALTIES

A. Downspout Adaptors:

1. Description: Manufactured, gray-iron casting, for attaching to horizontal-outlet, parapet roof drain and to exterior, sheet metal downspout.

2. Size: Inlet size to match parapet drain outlet.

B. Downspout Boots:

1. Description: Manufactured, ASTM A 48/A 48M, gray-iron casting, with strap or ears for attaching to building; NPS 4 outlet; and shop-applied bituminous coating.

2. Size: Inlet size to match downspout and NPS 4 outlet.

C. Conductor Nozzles:

1. Description: Bronze body with threaded inlet and bronze wall flange with mounting holes.

2. Size: Same as connected conductor.

Page 483: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221423 STORM DRAINAGE PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 221423-3

REVISION NO. 00

2.2 CLEANOUTS

A. Floor Cleanouts:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Josam Company. b. Oatey. c. Sioux Chief Manufacturing Company, Inc. d. Smith, Jay R. Mfg. Co. e. Tyler Pipe. f. Watts Water Technologies, Inc. g. Zurn Plumbing Products Group; Light Commercial Products Operation. h. Zurn Plumbing Products Group; Specification Drainage Operation. i. or approved equal.

2. Standard: ASME A112.36.2M, for cleanouts. 3. Size: Same as connected branch. 4. Type: Adjustable housing. 5. Body or Ferrule Material: PVC. 6. Clamping Device: Not required. 7. Outlet Connection: Spigot. 8. Closure: Plastic plug. 9. Adjustable Housing Material: Plastic with set-screws or other device. 10. Frame and Cover Material and Finish: Nickel-bronze, copper alloy. 11. Frame and Cover Shape: Round. 12. Top-Loading Classification: Extra-Heavy Duty. 13. Riser: ASTM A 74, Extra-Heavy class, cast-iron drainage pipe fitting and riser to

cleanout.

B. Test Tees:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Josam Company. b. MIFAB, Inc. c. Smith, Jay R. Mfg. Co. d. Tyler Pipe. e. Watts Water Technologies, Inc. f. Zurn Plumbing Products Group; Specification Drainage Operation. g. or approved equal.

2. Standard: ASME A112.36.2M and ASTM A 74, ASTM A 888, or CISPI 301, for cleanout test tees.

3. Size: Same as connected drainage piping. 4. Body Material: Hub-and-spigot, cast-iron soil-pipe T-branch or hubless,

cast-iron soil-pipe test tee as required to match connected piping. 5. Closure Plug: Raised head.

Page 484: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221423 STORM DRAINAGE PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 221423-4

REVISION NO. 00

6. Closure Plug Size: Same as or not more than one size smaller than cleanout size.

C. Wall Cleanouts:

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Josam Company. b. MIFAB, Inc. c. Smith, Jay R. Mfg. Co. d. Tyler Pipe. e. Watts Water Technologies, Inc. f. Zurn Plumbing Products Group; Specification Drainage Operation. g. or approved equal.

2. Standard: ASME A112.36.2M, for cleanouts. Include wall access. 3. Size: Same as connected drainage piping. 4. Body Material: As required to match connected piping. 5. Closure: Countersunk or raised-head plug. 6. Closure Plug Size: Same as or not more than one size smaller than cleanout

size. 7. Wall Access: Round, flat, chrome-plated brass or stainless-steel cover plate

with screw. 8. Wall Access: Square, nickel-bronze, copper-alloy, or stainless-steel

wall-installation frame and cover.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install downspout adapters on outlet of back-outlet parapet roof drains and connect to sheet metal downspouts.

B. Install downspout boots at grade with top 6 inches above grade. Secure to building wall.

C. Install conductor nozzles at exposed bottom of conductors where they spill onto grade.

D. Install cleanouts in aboveground piping and building drain piping according to the following instructions unless otherwise indicated:

1. Use cleanouts the same size as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated.

2. Locate cleanouts at each change in direction of piping greater than 135 degrees. 3. Locate cleanouts at minimum intervals of 50 feet for piping NPS 4 and smaller

and 100 feet for larger piping. 4. Locate cleanouts at base of each vertical soil and waste stack.

Page 485: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - PLUMBING 221423 STORM DRAINAGE PIPING SPECIALTIES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016October 2016

CH2M 221423-5

REVISION NO. 00

E. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor.

F. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall.

G. Install test tees in vertical conductors and near floor.

H. Install wall cleanouts in vertical conductors. Install access door in wall if indicated.

3.2 CONNECTIONS

A. Comply with requirements for piping specified in Section 221413 "Facility Storm Drainage Piping." Drawings indicate general arrangement of piping, fittings, and specialties.

3.3 PROTECTION

A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work.

B. Place plugs in ends of uncompleted piping at end of each day or when work stops.

C. Protect threaded ends of piping at the end of each day or when work stops.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 221423

Page 486: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-1

REVISION NO. 00

SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 DEFINITIONS

A. EPDM: Ethylene-propylene-diene terpolymer rubber.

B. NBR: Acrylonitrile-butadiene rubber.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Include data substantiating that materials comply with requirements.

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For testing agency.

B. Field quality-control test reports.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

Page 487: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-2

REVISION NO. 00

1.7 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70.

1.8 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. American Insulated Wire Corp.; a Leviton Company. 2. General Cable Corporation. 3. Southwire Company. 4. Encore Wire Corp. 5. Cerro Wire and Cable Company. 6. CME Wire. 7. Coleman Cable Inc. 8. or approved equal.

B. All conductors shall be copper.

C. AC cable and Modular wiring are not permitted.

D. MC Cable: Comply with NEMA WC 70. Provide internal equipment grounding conductor throughout.

E. Copper Conductors: Comply with NEMA WC 70.

F. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.

G. Remote Control and Signal Cable

1. Control Cable for Class 1 Remote Control and Signal Circuits: Copper conductor, 600 volt insulation, rated at 60 deg C, individual conductors twisted together, shielded, and covered with a PVC jacket.

2. Control Cable for Class 2 or Class 3 Remote Control and Signal Circuits: Copper conductor, individual conductors twisted together, shielded, and covered with a PVC jacket; UL listed.

Page 488: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-3

REVISION NO. 00

2.2 CONNECTORS AND SPLICES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-Z/Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp. 6. Ideal. 7. or approved equal.

B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger.

B. Branch Circuits: Copper. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger, except for connection to vibrating equipment then stranded shall be used.

C. Prohibited Cable Types: UF, NM, SE, AC.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Minimum wire size shall be based on the over current protection device and as governed by the NEC.

B. Exposed Feeders: Type THHN-THWN, single conductors in raceway.

C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway

D. Feeders below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway.

E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway.

F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway.

Page 489: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-4

REVISION NO. 00

G. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway.

H. Class 1 Remote Control and Signal Circuits: Type THHN-THWN, in raceway or cable tray as applicable, or Copper conductor, 600 volt insulation, individual conductors twisted together, shielded, and covered with a PVC jacket.

I. Class 2 Remote Control and Signal Circuits: Type THHN-THWN, in raceway or cable tray as applicable, or Copper conductor, individual conductors twisted together, shielded, and covered with a PVC jacket; UL listed.

J. All power, control, data, communication and signal wire or cable shall be installed in an approved raceway.

K. MC Cable allowed for use in 20-Ampere branch circuits, with the following conditions:

1. Cable shall be run concealed in all locations. Where circuiting must be exposed, provide single conductor building wire in approved raceway.

2. Home run from first device to panel board shall be single conductor building wire in approved raceway.

3. MC cable shall be supported using approved methods throughout. Do not run cables unsupported in any area, including above accessible ceilings, in unfinished areas, etc.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. All power, control, data, communication and signal wire or cable shall be installed in an approved raceway (raceway shall be defined as conduit or cable tray as applicable).

B. Verify raceways are open, continuous and clear of debris before installing cables.

C. Pull all conductors into a raceway at the same time. Use a listed wire pulling lubricant for pulling No. 4 AWG and larger wires.

D. Completely and thoroughly swab raceway system before installing conductors for conduit in floors, concrete, or below grade.

E. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

F. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed.

G. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

H. Pulling winches and other necessary pulling equipment shall be of adequate capacity to ensure a continuous pull on the cable. Strain gages shall be used to monitor the cable pulling tension.

Page 490: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-5

REVISION NO. 00

I. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

J. Neatly train wiring inside boxes, equipment, and panel boards. Make temporary connections to panel board devices with sufficient slack conductor to facilitate reconnections required for balancing loads between phases.

K. Conductors shall not be pulled in concrete encased conduits before concrete is placed.

L. For connection to vibrating equipment, stranded wire shall be used.

M. All wiring shall be installed in a new approved raceway system. Existing conduits shall not be used unless approved by the DIA Project Manager.

N. Shared Neutrals: Prohibited. A full-size neutral conductor shall be provided for each single-phase circuit.

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

B. Splice only in accessible junction and outlet boxes.

C. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

3.5 IDENTIFICATION

A. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems."

B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor.

3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Division 26 Section "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

Page 491: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-6

REVISION NO. 00

3.7 FIELD QUALITY CONTROL

A. Perform tests and inspections and prepare test reports.

1. Field inspection and testing will be performed under provisions of Division 01. 2. After installing conductors and cables and before electrical circuitry has been

energized, test feeder conductors and conductors feeding the following critical equipment and services for compliance with requirements.

a. Prior to energizing, all building service cables, feeders to and/or from transformers, switchboards and panel boards are to be tested with a 500-volt insulation megohm meter to determine insulation resistance levels. All field test data is to be recorded, corrected to a baseline temperature and furnished to the DIA Project Manager. A test is to include meggering for one minute between conductors and between each conductor and ground. Cables are to be meggered after installation with cables disconnected at both ends. Insulation test values shall meet or exceed the values given below.

Conductor Size (AWG or KCMIL): Resistance (Megaohms-1,000ft): 12-8 200 6-2/0 100 3/0-750 100

3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner.

a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice eleven (11) months after date of Substantial Completion.

b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device.

c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

4. Inspect wire and cable for physical damage and proper connection.

B. Test and Inspection Reports: Prepare a written report to record the following:

1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to

achieve compliance with requirements.

Page 492: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260519-7

REVISION NO. 00

C. Remove and replace malfunctioning units and retest as specified above.

D. Cables will be considered defective if they do not pass tests and inspections.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 260519

Page 493: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-1

REVISION NO. 00

SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: Grounding systems and equipment.

B. Section includes grounding systems and equipment, plus the following special applications:

1. Underground distribution grounding.

1.3 Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by alternates.

1.4 SYSTEM DESCRIPTION

A. External (underground) metal pipes, water, gas, fuel, drain/sewer etc., are not available for electrical grounding. This is due to extensive cathodic protection and isolation joints of all underground metal pipes at DIA. These systems shall be bonded to the grounding system on the building side only.

B. Ground each separately derived system neutral to nearest building steel or referenced ground plate in the electrical room.

C. Provide a 2/0 minimum building perimeter-grounding conductor buried thirty inches (30”) below finished grade thirty-six inches (36”) from foundation.

1.5 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1. Include data substantiating that materials comply with requirements.

B. Shop Drawings:

Page 494: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-2

REVISION NO. 00

C. Submit shop drawings, coordination drawings and product data in accordance with provisions of Division 1. Submit all required information under a given specification section together. Do not split out submittals under the same specification section.

1. Clearly mark each shop drawing as follows for purposes of identification:

a. Shop Drawing b. Equipment Identification Used on Contract Drawings c. Date d. Name of Project e. Branch of Work f. Project Manager's Name g. Contractor's Name

2. Indicate layout of ground ring, location of system grounding electrode connections, and routing of grounding electrode conductors.

D. Prior to submission, shop drawings, material lists and catalog cut sheets or manufacturer's printed data shall be thoroughly checked for compliance with contract requirements, compatibility with equipment being furnished by the Contractor or Owner, accuracy of dimensions, coordination with work of other trades, and conformance with sound and safe practice as to erection of installation. Each submittal shall bear Contractor's signed statement evidencing such checking.

E. Clearly mark printed material, catalog cut sheets, pamphlets or specification sheets, and shop drawings with the same designation shown on the Contract Document schedules.

1.6 INFORMATIONAL SUBMITTALS

A. Informational Submittals: Plans showing dimensioned as-built locations of grounding features specified in "Field Quality Control" Article, including the following:

1. Ground rods. 2. Ground rings.

B. Qualification Data: For qualified testing agency and testing agency's field supervisor.

C. Field quality-control reports.

Page 495: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-3

REVISION NO. 00

1.7 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals. Include the following:

1. Instructions for periodic testing and inspection of grounding features at ground rings

2. Tests shall determine if ground-resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not.

3. Include recommended testing intervals.

B. Record Documents

1. Maintain a contract set of electrical drawings and specifications at the site. Neatly mark all changes, discoveries and deviations from the original drawings. Use a reproducible color that contrasts with the prints. This shall be a separate set of drawings, not used for construction purposes, and shall be updated daily as the job progresses and shall be made available for inspection by the DIA Project Manager at all times. Upon completion of the contract, this set of record drawings shall be delivered to the DIA Project Manager. Follow DIA CADD standards, to be furnished to the successful bidder. Record documents to be provided by the Contractor shall clearly and accurately show the following:

a. Provide horizontal and vertical dimensions for all raceway systems, size and location, for both exterior and interior; locations of control devices; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements.

b. Equipment locations (exposed and concealed), dimensioned from prominent building lines.

c. Approved substitutions, Contract Modifications, and actual equipment and materials installed.

1.8 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with UL 467 for grounding and bonding materials and equipment.

Page 496: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-4

REVISION NO. 00

PART 2 - CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 3 - PRODUCTS

3.1 CONDUCTORS

A. Insulated Conductors: Copper or tinned-copper wire or cable insulated for 600 V unless otherwise required by applicable Codes.

B. All ground wires shall be copper, sized according to the NEC or as shown on the drawings which ever is larger.

C. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch (6 mm)

in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper

ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with

copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick.

3.2 CONNECTORS

A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected.

B. Bolted Connectors for Conductors: Copper or copper alloy, pressure type with at least two bolts.

C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. Exothermic welded connections are required where grounding conductors connect to underground grounding conductors and to underground grounding electrodes, and for bonding to steel. All underground connections shall be exothermic welded.

Page 497: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-5

REVISION NO. 00

D. Grounding Connection Accessories:

1. Electrical insulating tape, heat-shrinkable insulating tubing, welding materials, bonding straps, as recommended by accessories manufacturers for type of service required.

3.3 GROUNDING ELECTRODES

A. Ground Rods: Copper-clad; 3/4 inch by 10 feet (19 mm by 3 m) in diameter.

B. Ground Rods in manholes ground rods shall be stainless steel ¾-inch diameter and a minimum length of 10 feet.

PART 4 - EXECUTION

4.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 12 AWG and smaller, and stranded conductors for No. 10 AWG and larger unless otherwise indicated.

B. Underground Grounding Conductors: Install bare copper conductor, size as indicated on Drawings.

1. Bury at least 30 inches (750 mm) below grade. 2. Duct-Bank Grounding Conductor: Bury 12 inches (300 mm) above duct bank

when indicated as part of duct-bank installation.

C. Conductor Terminations and Connections: 1. Underground Connections: Welded connectors except at test wells and as

otherwise indicated.

4.2 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS

A. Comply with IEEE C2 grounding requirements.

B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches (100 mm) will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches (50 mm) above to 6 inches (150 mm) below concrete. Seal floor opening with waterproof, nonshrink grout.

Page 498: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-6

REVISION NO. 00

C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits.

4.3 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with all feeders and branch circuits.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Feeders and branch circuits.

4.4 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Ground Rods: Drive rods until tops are 2 inches (50 mm) below finished floor or final grade unless otherwise indicated.

1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any.

C. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Use exothermic-welded connectors for outdoor locations; if a disconnect-type

connection is required, use a bolted clamp.

D. Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each extending around the perimeter of area indicated.

1. Install copper conductor not less than No. 2/0 AWG for ground ring and for taps to building steel.

2. Bury ground ring not less than 36 inches from building's foundation.

4.5 FIELD QUALITY CONTROL

A. Tests and Inspections:

1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements.

2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions.

Page 499: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-7

REVISION NO. 00

3. Test completed grounding system at each location where a maximum ground-resistance level is specified, at individual ground rods. Make tests at ground rods before any conductors are connected.

4. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance.

5. Perform tests by fall-of-potential method according to IEEE 81.

6. Prepare dimensioned Drawings locating each test well, ground rod and ground-rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.

B. Grounding system will be considered defective if it does not pass tests and inspections.

C. Prepare test and inspection reports.

D. Report measured ground resistances that exceed the following values:

1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10ohms.

2. Manhole Grounds: 10 ohms. 3. Ground resistance to earth of each ground rod: > 5 ohms.

E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify DIA Electrical Engineer promptly and include recommendations to reduce ground resistance.

Page 500: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260526-8

REVISION NO. 00

PART 5 - MEASUREMENT

5.1 METHOD OF MEASUREMENT

A. “Install #2/0 Bare Copper Grounding Conductor” shall be paid for per linear foot, for work installed in-place, completed, and approved by the DEN PM.

B. “Install Ground Rod” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

PART 6 - PAYMENT

6.1 METHOD OF PAYMENT

A. Payment for “Install #2/0 Bare Copper Grounding Conductor” will be made at the contract unit price per linear foot for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Install Ground Rod” will be made at the contract unit price per each for

work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

Payment will be made under:

Item 260526-1 Install #2/0 Bare Copper Grounding Conductor – per linear foot

Item 260526-2 Install Ground Rod – per each

END OF SECTION 260526

Page 501: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-1

REVISION NO. 00

SECTION 260533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Metal conduits, tubing, and fittings. 2. Boxes

B. Related Requirements:

1. Division 26 Section 260543 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction.

2. Division 26 Section 260526 "Grounding and Bonding for Electrical Systems" for additional grounding and bonding requirements.

C. Prohibited Materials

1. Intermediate conduits. 2. Aluminum conduit. 3. Multi-conductor assemblies, unless written authorization is obtained from

DIA Project Manager, or specifically allowed within specification.

D. Project Conditions

1. Verify locations of outlets and small pull-boxes prior to rough in. 2. Electrical and pull boxes are shown on Drawings in approximate locations

unless dimensioned. Install at location required for box to serve intended purpose.

1.3 Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by alternates.

Page 502: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-2

REVISION NO. 00

1.4 DEFINITIONS

A. GRC: Galvanized rigid steel conduit.

B. RMC: Rigid Metallic Conduit.

C. RNC: Rigid Nonmetallic Conduit.

D. EMT: Electrical Metallic Conduit.

E. FMC: Flexible Metallic Conduit.

F. LFMC: Liquidtight Flexible Metallic Conduit.

G. HDPE: High Density Polyethelene.

H. FNC: Flexible Nonmetallic Conduit.

I. ENT: Electrical non-metallic conduit.

J. MC: Metal-clad cable.

1.5 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved:

1. Structural members in paths of conduit groups with common supports.

B. Qualification Data: For professional engineer.

C. Source quality-control reports.

1.6 CLOSEOUT SUBMITTALS A. As-Built Plans: Submit complete as-built plans of all Work, including interface

with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

Page 503: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-3

REVISION NO. 00

PART 2 - CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 3 - PRODUCTS

3.1 METAL CONDUITS, TUBING, AND FITTINGS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 13. or approved equal.

B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

C. GRC: Comply with ANSI C80.1 and UL 6.

D. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.

1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70.

2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper.

3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch (1 mm), with overlapping sleeves protecting threaded joints.

E. Joint Compound for GRC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.

Page 504: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-4

REVISION NO. 00

3.2 BOXES, ENCLOSURES, AND CABINETS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Adalet. 2. Cooper Technologies Company; Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a Pentair company. 7. Hubbell Incorporated; Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. 10. Mono-Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wiremold / Legrand.

18. or approved equal.

B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations.

C. Sheet Metal Outlet and Device Boxes: Galvanized steel. Comply with NEMA OS 1 and UL 514A.

D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with gasketed cover. Provide threaded hubs.

E. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover.

F. Gangable boxes are allowed.

Page 505: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-5

REVISION NO. 00

PART 4 - EXECUTION

4.1 RACEWAY APPLICATION

A. Raceways shall not be installed in stairways or on the exterior of any building, unless specifically allowed by DIA Project Manager.

B. Outdoors: Apply raceway products as specified below unless otherwise indicated:

1. Exposed Conduit: RMC. 2. Concealed Conduit, Aboveground: RMC. 3. Underground Conduit: Encased in concrete per Section 260543,

"Underground Ducts and Raceways for Electrical Systems.”

a. Direct buried conduits are not allowed unless specifically allowed by the DIA Project Manager.

4. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R Type 4.

C. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type

4 stainless steel in institutional and commercial kitchens and damp or wet locations.

D. CONDUIT INSTALLATION SCHEDULE 1. Wet Interior Locations: Rigid steel.

E. Minimum Raceway Size: 3/4-inch (19-mm) trade size.

F. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10.

2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer.

G. Install surface raceways only where indicated on Drawings.

Page 506: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-6

REVISION NO. 00

H. Unless otherwise indicated and where not otherwise restricted, use the conduit type indicated for the specified applications. Where more than one listed application applies, comply with the most restrictive requirements. Where conduit type for a particular application is not specified, use Galvanized Rigid Conduit.

4.2 INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors.

B. Maintain a minimum of 6 inches (150 mm) between conduit and other piping. Maintain twelve inches (12” ) clearance between conduit and a heat source such as heating pipes, exhaust flues and heating appliances. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Arrange stub-ups so curved portions of bends are not visible above finished slab.

E. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 24 inches (610 mm) of changes in direction.

F. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. Use conduit bodies to make changes in direction around beams or columns.

G. Support conduit within 24 inches (610 mm) of enclosures to which attached. Support conduit at a maximum of 8 feet on center, within two (2) feet of a box or fitting.

H. Use only factory cast hubs for fastening conduit to cast boxes, and use steel or malleable iron hubs for fastening conduit to sheet metal boxes or equipment in damp or wet locations.

I. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point.

J. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture during construction.

K. Use PVC-coated rigid steel factory elbows for bends greater than 45 degrees in plastic conduit runs.

Page 507: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-7

REVISION NO. 00

L. Retain "Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions" Paragraph below to require application of protective joint compound to threads of rigid steel conduit and to their fittings where these raceways are installed outdoors or in wet, damp, or corrosive conditions. This optional requirement exceeds NFPA 70 rules. If retaining, coordinate with Drawings indicating wet, damp, or corrosive indoor locations.Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

N. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly.

O. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG.

P. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm) trade size and insulated throat metal bushings on 1-1/2-inch (41-mm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits.

Q. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.

R. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path.

S. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length.

T. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 160-lb (72-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.

U. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70.

Page 508: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-8

REVISION NO. 00

V. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.

2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70.

W. Comply with manufacturer's written instructions for solvent welding RNC and fittings.

X. Expansion-Joint Fittings: 1. Install type and quantity of fittings that accommodate temperature change

listed for each of the following locations:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change.

b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change.

c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F (70 deg C) temperature change.

2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits.

3. Install expansion fittings at all locations where conduits cross building or structure expansion joints.

4. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement.

5. Provide external bonding jumper for all expansion fittings..

Y. Size conduit for conductor type installed or for Type THHN conductors, whichever is larger.

Z. Arrange conduit to maintain headroom and present a neat appearance. Certain existing conditions may allow a waiver to this item.

AA. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using galvanized straps, lay-in adjustable hangers, clevis hangers, or bolted split stamped galvanized hangers.

Page 509: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-9

REVISION NO. 00

BB. Group conduit in parallel runs where practical and use conduit rack constructed of steel channel with conduit straps or clamps. Provide space for 25 percent additional conduit.

CC. Do not support conduit from cable tray or cable tray supports.

DD. When anchoring to a dual sheet metal pan deck and concrete, anchors of any type when placed from below the deck shall be placed only in the lower pan form. No anchors shall be installed in the upper (high) pan.

EE. Coordinate installation of outlet or equipment boxes for systems or products furnished under other sections.

FF. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Provide minimum 8 inch separation.

GG. Locate boxes so that cover or plate will not span different building finishes.

HH. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.

II. Install electrical boxes as shown on Drawings, and as required for equipment, terminal strips, splices, taps, wire pulling, equipment connections and compliance with regulatory requirements.

JJ. Use adjustable steel channel fasteners or all thread for hanging ceiling outlet box, support box from structure.

KK. Support boxes in the ceiling with ¼" threaded rod as a minimum.

LL. Use appropriate gang box where more than one device is mounted together.

MM. Use malleable iron outlet box when surface mounted: on exterior of building, in wet location or damp location.

NN. Use flush mounting outlet boxes in finished areas. Install knockout closure in unused box openings.

4.3 INSTALLATION OF UNDERGROUND CONDUIT

A. Refer to Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for underground conduit installation requirements.

4.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES

A. Refer to Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for underground handhole and box installation requirements

Page 510: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 22 - ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260533-10

REVISION NO. 00

4.5 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies.

4.6 PROTECTION

A. Protect coatings, finishes, and cabinets from damage and deterioration.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer.

PART 5 - MEASUREMENT

5.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 6 - PAYMENT

6.1 PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 260533

Page 511: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-1

REVISION NO. 00

SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Conduit, ducts, and duct accessories for concrete-encased duct banks. 2. Handholes and boxes. 3. Manholes.

B. Related Sections:

1. Item P-153 Controlled Low-Strength Material.

1.3 Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by alternates.

1.4 DEFINITIONS

A. RNC: Rigid nonmetallic conduit.

B. UCV: Underground Concrete Vault

1.5 ACTION SUBMITTALS

A. Product Data: For the following:

1. Duct-bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends,

fittings, and solvent cement. 3. Accessories for manholes, handholes, and boxes. 4. Warning tape. 5. Warning planks. 6. Include data substantiating that materials comply with requirements.

Page 512: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-2

REVISION NO. 00

B. Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Include plans, elevations, sections, details, attachments to other work, and accessories, including the following:

1. Duct entry provisions, including locations and duct sizes. 2. Reinforcement details. 3. Frame and cover design and manhole frame support rings. 4. Ladder details. 5. Grounding details. 6. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and

sumps. 7. Joint details.

1.6 INFORMATIONAL SUBMITTALS

A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures.

1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings.

2. Drawings shall be signed and sealed by a qualified professional engineer.

B. Product Certificates: For concrete and steel used in precast concrete manholes, as required by ASTM C 858.

C. Qualification Data: For professional engineer and testing agency.

D. Source quality-control test reports.

E. Field quality-control test reports.

1.7 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1.8 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated.

B. Comply with ANSI C2.

C. Comply with NFPA 70.

Page 513: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-3

REVISION NO. 00

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming.

B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible.

C. Lift and support precast concrete units only at designated lifting or supporting points.

1.10 PROJECT CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated:

1. Any power outages necessary to install or test electrical systems and/or equipment shall be coordinated with Denver International Airport Maintenance/Engineering. A written shutdown request form shall be submitted to and approved by the DIA Project Manager two (2) weeks prior to the shutdown.

2. Do not proceed with interruption of electrical service without Owner's written permission.

1.11 COORDINATION

A. Coordinate layout and installation of ducts manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field.

B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by DIA Project Manager.

1.12 EXTRA MATERIALS

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

B. Furnish cable-support stanchions, arms, and associated fasteners in quantities equal to 10 percent of quantity of each item installed.

Page 514: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-4

REVISION NO. 00

PART 2 - CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 3 - PRODUCTS

3.1 CONDUIT

A. Rigid Steel Conduit: Galvanized Rigid Conduit (GRC) with factory bonded 40 mil. PVC coating. Comply with ANSI C80.1.

B. Rigid metallic conduit used for elbows and sweeps shall be PVC coated, schedule 40 galvanized rigid conduit bent to shape at the factory. All connections to Non-Metallic rigid conduits shall be made with threaded couplings.

Page 515: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-5

REVISION NO. 00

3.2 RNC: NEMA TC 2, Type EPC-80-PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

3.3 Duct Accessories:

3.4 Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling.

3.5 Pull Tape shall be ¾" wide woven Aramid fiber with no more than 4% elongation at yield. Tape shall provide a tensile strength of 2500 lbs. Tape shall be provided with accurate sequential footage marks at one foot intervals.

3.6 Flow able backfill shall be 60 to 100 psi, Designed in accordance with ASTM C 94 and ASTM D 4832. Reference FAA P-153 “Controlled Low Strength Material”.

3.7 Red concrete for encasement shall be 3,000.psi minimum, 28-day compressive strength and 3/8-inch maximum aggregate size. The color shall be Davis Color “Baja Red.” Use Davis Color # 160 at a ratio of [two (2) pounds powder dose] for each sack of cement in the mix or equal as determined by the manufacturer and DIA Project Manager to achieve desired color.

3.8 Warning Tape: Underground-line warning tape specified in Section 260553 "Identification for Electrical Systems."

3.9 Color: a specified for encasement concrete above..

3.10 Mark each plank with "ELECTRIC" in 2-inch (50-mm) high, 3/8-inch (10-mm) deep letters.

3.11 Mortar shall comply with ASTM C 270, Type M, except for quantities less than 2.0 cubic feet where packaged mix complying with ASTM C 387, Type M, may be used.

3.12 Steel bore casings shall be ASTM A/252 Grade 2

3.13 Counterpoise conductor shall be #6 bare hard drawn or soft drawn copper. Exothermic welds shall be utilized at all connections.

Page 516: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-6

REVISION NO. 00

3.14 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE

A. Description: Comply with SCTE 77.

B. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated.

C. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure.

D. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

E. Cover Legend: Molded lettering, as indicated for each service.

F. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall.

G. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.

H. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger shall have factory-installed inserts for cable racks and pulling-in irons.

3.15 PRECAST MANHOLES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Carder Concrete Products. 2. Christy Concrete Products. 3. Elmhurst-Chicago Stone Co. 4. Oldcastle Precast Group. 5. Riverton Concrete Products; a division of Cretex Companies, Inc. 6. Utility Concrete Products, LLC. 7. Utility Vault Co. 8. Wausau Tile, Inc. 9. or approved equal.

Page 517: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-7

REVISION NO. 00

B. Comply with ASTM C 858, with structural design loading as specified in Part 3 "Underground Enclosure Application" Article and with interlocking mating sections, complete with accessories, hardware, and features.

1. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks plus an additional 12 inches (300 mm) vertically and horizontally to accommodate alignment variations.

a. Windows shall be located no less than 6 inches (150 mm) from interior surfaces of walls, floors, or roofs of manholes, but close enough to corners to facilitate racking of cables on walls.

b. Window opening shall have cast-in-place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks.

c. Window openings shall be framed with at least two additional No. 4 steel reinforcing bars in concrete around each opening.

2. Duct Entrances in Manhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct.

a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near

interior corners of manholes to facilitate racking of cable.

C. Concrete Knockout Panels: 1-1/2 to 2 inches (38 to 50 mm) thick, for future conduit entrance and sleeve for ground rod.

D. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade.

3.16 CAST-IN-PLACE MANHOLES

A. Description: Underground utility structures, constructed in place, complete with accessories, hardware, and features. Include concrete knockout panels for conduit entrance and sleeve for ground rod.

B. Materials: Comply with ASTM C 858.

C. Structural Design Loading: As specified in Part 3 "Underground Enclosure Application" Article of this Section.

3.17 AIRCRAFT RATED UCVS

A. UCVs located in apron or taxiway areas may be either precast or cast in place. All aircraft rated UCVs shall be engineered for aircraft loading. Contact DIA Engineering for required loading values for each location where aircraft rated UCVs will be required.

Page 518: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-8

REVISION NO. 00

3.18 UTILITY STRUCTURE ACCESSORIES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Bilco Company (The). 2. Campbell Foundry Company. 3. Carder Concrete Products. 4. Christy Concrete Products. 5. East Jordan Iron Works, Inc. 6. Elmhurst-Chicago Stone Co. 7. McKinley Iron Works, Inc. 8. Neenah Foundry Company. 9. NewBasis. 10. Oldcastle Precast Group. 11. Osburn Associates, Inc. 12. Pennsylvania Insert Corporation. 13. Riverton Concrete Products; a division of Cretex Companies, Inc.. 14. Strongwell Corporation; Lenoir City Division. 15. Underground Devices, Inc. 16. Utility Concrete Products, LLC. 17. Utility Vault Co. 18. Wausau Tile, Inc. 19. or approved equal.

B. Manhole Frames, Covers, and Chimney Components: Comply with structural design loading specified for manhole.

1. Frame and Cover: Weatherproof, stainless steel with milled cover-to-frame bearing surfaces; diameter, 29 inches (737 mm).

a. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

b. Special Covers: Recess in face of cover designed to accept finish material in paved areas.

2. Cover Legend: Cast in. Selected to suit system.

a. Legend: "ELECTRIC-LV" for duct systems with power wires and cables for systems operating at 600 V and less.

b. Legend: "ELECTRIC-HV" for duct systems with medium-voltage cables. c. Legend: "SIGNAL" for communications, data, and telephone duct

systems.

3. Manhole Chimney Components: Precast concrete rings with dimensions matched to those of roof opening.

a. Mortar for Chimney Ring and Frame and Cover Joints: Comply with ASTM C 270, Type M, except for quantities less than 2.0 cu. ft. (60 L) where packaged mix complying with ASTM C 387, Type M, may be used.

Page 519: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-9

REVISION NO. 00

C. Manhole Sump Frame and Grate: ASTM A 48/A 48M, Class 30B, gray cast iron.

D. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing-bar fastening insert, 2-inch (50-mm) diameter eye, and 1-by-4-inch (25-by-100-mm) bolt. Stainless steel only.

1. Working Load Embedded in 6-Inch (150-mm), 4000-psi (27.6-MPa) Concrete: 13,000-lbf (58-kN) minimum tension.

E. Pulling-In and Lifting Irons in Concrete Floors: 7/8-inch (22-mm) diameter, hot-dip galvanized, bent steel rod; stress relieved after forming; and fastened to reinforcing rod. Exposed triangular opening.

1. Ultimate Yield Strength: 40,000-lbf (180-kN) shear and 60,000-lbf (270-kN) tension.

F. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared, threaded inserts of noncorrosive, chemical-resistant, nonconductive thermoplastic material; 1/2-inch (13-mm) ID by 2-3/4 inches (69 mm) deep, flared to 1-1/4 inches (32 mm) minimum at base.

1. Tested Ultimate Pullout Strength: 12,000 lbf (53 kN) minimum.

G. Expansion Anchors for Installation after Concrete Is Cast: Zinc-plated, carbon-steel-wedge type with stainless-steel expander clip with 1/2-inch (13-mm) bolt, 5300-lbf (24-kN) rated pullout strength, and minimum 6800-lbf (30-kN) rated shear strength.

H. Cable Rack Assembly: Steel, hot-dip galvanized, except insulators.

1. Stanchions: T-section or channel; 2-1/4-inch (57-mm) nominal size; punched with 14 holes on 1-1/2-inch (38-mm) centers for cable-arm attachment.

2. Arms: 1-1/2 inches (38 mm) wide, lengths ranging from 3 inches (75 mm) with 450-lb (204-kg) minimum capacity to 18 inches (460 mm) with 250-lb (114-kg) minimum capacity. Arms shall have slots along full length for cable ties and be arranged for secure mounting in horizontal position at any vertical location on stanchions.

3. Insulators: High-glaze, wet-process porcelain arranged for mounting on cable arms.

I. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass-reinforced polymer.

1. Stanchions: Nominal 36 inches (900 mm) high by 4 inches (100 mm) wide, with minimum of 9 holes for arm attachment.

2. Arms: Arranged for secure, drop-in attachment in horizontal position at any location on cable stanchions, and capable of being locked in position. Arms shall be available in lengths ranging from 3 inches (75 mm) with 450-lb (204-kg) minimum capacity to 20 inches (508 mm) with 250-lb (114-kg) minimum capacity. Top of arm shall be nominally 4 inches (100 mm) wide, and arm shall have slots along full length for cable ties.

Page 520: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-10

REVISION NO. 00

J. Duct-Sealing Compound: Non-hardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg F (2 deg C). Capable of withstanding temperature of 300 deg F (150 deg C) without slump and adhering to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals.

K. Fixed Manhole Ladders: Arranged for attachment to roof or wall and floor of manhole. Ladder and mounting brackets and braces shall be fabricated from hot-dip galvanized steel.

L. Cover Hooks: Heavy duty, designed for lifts 60 lbf (270 N) and greater. Two (2) required.

M. All manhole hardware shall be stainless steel including pulling eyes, inserts.

N. The ground busbar shall be stainless steel and the ground rod shall be stainless steel. Seal ground rod penetration in the manholes with epoxy.

3.19 SOURCE QUALITY CONTROL

A. Test and inspect precast concrete utility structures according to ASTM C 1037.

PART 4 - EXECUTION

4.1 UNDERGROUND DUCT APPLICATION

A. Underground conduits shall be Rigid Conduit (GRC) with factory bonded 40 mil. PVC coating.

B. All underground duct banks inside and outside of the building shall be encased in red concrete, supported on listed conduit spacers every five (5) feet, with a minimum of three (3) inches of cover on all sides and two (2) inches between conduits at a minimum depth of 36 - inches from top of concrete encasement to finished grade. A 3” wide red metallized foil core detectable warning tape shall be placed over the duct bank at a depth not exceeding the manufacturer’s recommendations.

C. Concrete encased duct banks shall be utilized for all primary duct banks at DIA. Primary duct banks are considered those duct banks that form the main arteries of the DIA duct bank system and those serving any DIA owned facility or structure. Concrete encasement shall also be used on segments of direct buried duct bank that cross under paved roadways or other locations subject to vehicular traffic.

D. Include a bare #4 copper ground conductor above conduits in all concrete encased duct banks.

E. A 1-inch minimum size shall be used for underground conduit.

Page 521: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-11

REVISION NO. 00

F. A separate insulated ground wire shall be installed in each conduit. The ground wire shall be sized on the drawings or in accordance with NEC article 250.

4.2 UNDERGROUND ENCLOSURE APPLICATION

A. Mid-sized UCV's (12'-0" L x 6'-0" W x 7'-0" H interior dimension) shall be utilized for all main duct banks at DIA. Main duct banks shall be considered those duct banks serving more than one facility or containing more than four (4) 4-inch conduits. Mid-sized UCV's may contain fiber-optic cabling, copper cabling or both. Many of the mid-sized UCV's will contain splice cases, repeaters and other outside plant devices.

B. Small UCV's (6'-0" L x 4'-0" W x 7'-0" H interior dimension) may be utilized for branch connections which serve only a single facility and contain four (4) or fewer ducts. These UCV's may contain fiber-optic cabling, copper cabling or a combination of both. These UCV's are not suitable for housing splice cases, repeaters, etc. Small UCV's should be reserved for straight through pulls of copper or fiber cabling.

C. UCV's shall be placed within 100-feet of any 90-degree turn in the duct bank and at intervals of approximately 500-feet.

D. The standard DIA UCV contains break out ports for 4-inch schedule 40 PVC on two opposing ends. UCV's should not be placed directly at the corner point for a 90-degree duct bank turn. Do not modify UCV's with sidewall openings where no conduit ports exist as to do so complicates cable racking and splice case placement on larger cable sizes.

E. When arranging ducts in UCV's and pull boxes, utilize the lower ports first, starting with the bottom most port and working upward. Ensure that the pattern of ducts (ie:1, 2, 3, 4 etc.) remains the same on both ends of a duct run. For example, on a north-south duct run the lowest duct on the east side leaving one UCV would also be the lowest duct on the east side at the next UCV.

F. Manholes: Precast or cast-in-place concrete.

1. Units Located in Roadways and Other Deliberate Traffic Paths by Heavy or Medium Vehicles: H-20 structural load rating according to AASHTO HB 17.

2. Units Not Located in Deliberate Traffic Paths by Heavy or Medium Vehicles: H-10 load rating according to AASHTO HB 17.

4.3 EARTHWORK

A. Excavation and Backfill: Comply with Item P-152, but do not use heavy-duty, hydraulic-operated, compaction equipment.

B. After installation of electrical work, backfill with flowable backfill to insure against the possibility of differential settling, then use flowable backfill to within 8 inches of final grade.

Page 522: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-12

REVISION NO. 00

C. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed.

D. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. Comply with Item T-901 and Items T-905.

4.4 DUCT INSTALLATION

A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions.

B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of [48 inches (1220 mm)] [12.5 feet (4 m)] [25 feet (7.5 m)], vertically, and [9 feet (2.75 m)] [12.5 feet (4 m)] horizontally, unless otherwise indicated.

C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane.

D. Duct Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 mm) o.c. for 5-inch (125-mm) ducts, and vary proportionately for other duct sizes.

1. Begin change from regular spacing to end-bell spacing 10 feet (3 m) from the end bell without reducing duct line slope and without forming a trap in the line.

2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole.

3. Grout end bells into structure walls from both sides to provide watertight entrances.

E. Building Wall Penetrations: Make a transition from underground duct to rigid PVC coated steel conduit at least 10 feet (3 m) outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct-to-conduit transition.

F. Waterproofed Wall and Floor Penetrations: Install a watertight entrance-sealing device with sealing gland assembly on the inside. Anchor device into masonry construction with one or more integral flanges. Secure membrane waterproofing to the device to make permanently watertight.

G. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-MPa) hydrostatic pressure.

H. Pulling Cord: install pulling cord in ducts, including spares.

Page 523: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-13

REVISION NO. 00

I. When concrete encased duct bank or conduit penetrates a foundation wall of a manhole, hand hole, or large pull box, the encasement is required to be structurally attached to the wall. Furnish for approval a shop drawing showing the conduit terminations and how the concrete encasement will be tied into the structure.

J. No conduits shall be encased in sidewalks, roadways, footings, grade beams and foundations except under special cases approved by the DIA Project Manager.

K. Conduit penetrating a foundation wall or wall of a handhole or manhole shall be sleeved and continuous (without fittings) from the interior for a minimum of five (5’) on the exterior. Conduit penetrating a footer or grade beam shall be sleeved and continuous for five feet (5’) on either side of a footer or grade beam using a single ten foot piece of PVC coated GRC. Conduit penetrating a wall, footer or grade beam below grade shall be plastic coated rigid steel conduit. Conduit penetration of an exterior wall or wall of a handhole or manhole shall be made watertight.

L. All G.R.C. entering or leaving manholes, hand holes or switch gear shall have a grounding bushing attached to the conduit and the ground wire attached to the bushing.

M. All conduits in manholes and hand holes that contain conductors shall be sealed by duct seal and all empty conduits shall be sealed with an approved fitting.

N. All cable shall be racked and supported in manholes.

O. Manholes and hand holes shall be water tight; joints in precast hand holes and manholes shall be filled with non-shrink mortar and finished flush with the adjoining surfaces after being made watertight.

P. Concrete-Encased Ducts: Support ducts on duct separators.

1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 5 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups.

2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation.

a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage.

b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope.

3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under

Page 524: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-14

REVISION NO. 00

and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct-bank application.

4. Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups.

5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms.

6. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 3 inches (75 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts.

7. Depth: Install top of duct bank at least 36 inches below finished grade, unless otherwise indicated.

8. Stub-Ups: Use manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow.

9. Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.

b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of base. Install insulated grounding bushings on terminations at equipment.

10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete-encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally.

Q. Special Duct Bank Construction at Corners

1. The duct bank system at DIA supports copper cabling in sizes up to 1800 pairs. The pulling tension required to install these cable requires the use of winches and steel cables. Special provisions are required at corners to prevent these cables from sawing through the sidewall of the ducts.

2. Corners in the duct bank system are required to be made with 4-inch galvanized rigid PVC coated conduit with a radius of at least nine (9) feet. Concrete encasement is required at corners to control stresses and movement in the duct system during cable installation.

Page 525: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-15

REVISION NO. 00

4.5 INSTALLATION OF CONCRETE MANHOLES, HANDHOLES, AND BOXES

A. Cast-in-Place Manhole Installation:

1. Finish interior surfaces with a smooth-troweled finish. 2. Windows for Future Duct Connections: Form and pour concrete knockout

panels 1-1/2 to 2 inches (38 to 50 mm) thick, arranged as indicated. 3. Cast-in-place concrete, formwork, and reinforcement.

B. Precast Concrete Handhole and Manhole Installation:

1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with

connecting ducts to minimize bends and deflections required for proper entrances.

3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

C. Elevations:

1. Manhole Roof: Install with rooftop at least 24 inches (610 mm) below finished grade.

2. Manhole Frame: In paved areas and trafficways, set frames flush with finished grade. Set other manhole frames 1 inch (25 mm) above finished grade.

D. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated.

E. Manhole Access: Circular opening in manhole roof; sized to match cover size.

1. Manholes with Fixed Ladders: Offset access opening from manhole centerlines to align with ladder.

2. Install chimney, constructed of precast concrete collars and rings to support frame and cover and to connect cover with manhole roof opening. Provide moisture-tight masonry joints and waterproof grouting for cast-iron frame to chimney.

F. Frame and Cover: Install grade rings centered on UCV top opening to elevate frame and cover to correct elevation. Provide moisture-tight masonry joints and waterproof grouting for cast-iron frame to grade rings. Provide additional steps in UCV throat at any location where the height of the grade rings exceeds 18-inches.

G. Waterproofing: Apply waterproofing to exterior surfaces of manholes and handholes after concrete has cured at least three days. Waterproofing materials and installation are specified in Section 071353 "Elastomeric Sheet Waterproofing". After ducts have been connected and grouted, and before backfilling, waterproof joints and connections and touch up abrasions and scars. Waterproof exterior of manhole chimneys after mortar has cured at least three days.

Page 526: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-16

REVISION NO. 00

H. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms, as required for installation and support of cables and conductors and as indicated.

I. Fixed Manhole Ladders: Arrange to provide for safe entry with maximum clearance from cables and other items in manholes.

J. Field-Installed Bolting Anchors in Manholes: Do not drill deeper than 3-7/8 inches (98 mm) for manholes and 2 inches (50 mm) for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion.

K. Warning Sign: Install "Confined Space Hazard" warning sign on the inside surface of each manhole cover. 1. INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST

CONCRETE 2. Install handholes and boxes level and plumb and with orientation and depth

coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer.

3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

4. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade.

5. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure.

6. Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

7. Concrete: 3000 psi (20 kPa), 28-day strength.

4.6 GROUNDING

A. Ground underground ducts and utility structures according to Division 26 Section "Grounding and Bonding for Electrical Systems."

4.7 FIELD QUALITY CONTROL

A. Perform the following tests and inspections and prepare test reports:

1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures.

2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest.

Page 527: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 260543-17

REVISION NO. 00

3. Test manhole and handhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems."

B. Correct deficiencies and retest as specified above to demonstrate compliance.

4.8 CLEANING

A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts.

B. Clean internal surfaces of manholes, including sump. Remove foreign material.

PART 5 - MEASUREMENT

5.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 6 - PAYMENT

6.1 PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 260543

Page 528: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-1

REVISION NO. 00

SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape.

B. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by alternates.

1.3 ACTION SUBMITTALS

A. Product Data: For each electrical identification product indicated.

1. Include data substantiating that materials comply with requirements.

B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products.

C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels.

1.4 QUALITY ASSURANCE

A. Comply with ANSI A13.1.

B. Comply with NFPA 70.

C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.

D. Comply with ANSI Z535.4 for safety signs and labels.

E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969.

Page 529: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-2

REVISION NO. 00

1.5 COORDINATION

A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied.

C. Coordinate installation of identifying devices with location of access panels and doors.

D. Install identifying devices before installing acoustical ceilings and similar concealment.

1.6 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 POWER RACEWAY IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size.

B. Pre-Printed Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size.

B. Pre-Printed Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

C. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action.

Page 530: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-3

REVISION NO. 00

D. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

2.3 CONDUCTOR IDENTIFICATION MATERIALS

A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by 1 to 2 inches (25 to 50 mm) wide.

B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label.

C. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

D. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

E. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process.

F. Pre-Printed Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable.

1. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer.

2.4 UNDERGROUND-LINE WARNING TAPE

A. Tape:

1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical utility lines.

2. Printing on tape shall be permanent and shall not be damaged by burial operations.

3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils.

B. Color and Printing:

1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, 3. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, CATV CABLE,

COMMUNICATIONS CABLE, OPTICAL FIBER CABLE

Page 531: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-4

REVISION NO. 00

C. Tag:

1. Detectable three-layer laminate, consisting of a printed pigmented polyolefin film, a solid aluminum-foil core, and a clear protective film that allows inspection of the continuity of the conductive core, bright-colored, compounded for direct-burial service.

2. Overall Thickness: 5 mils (0.125 mm). 3. Foil Core Thickness: 0.35 mil (0.00889 mm). 4. Weight: 28 lb/1000 sq. ft. (13.7 kg/100 sq. m). 5. 3-Inch (75-mm) Tensile According to ASTM D 882: 70 lbf (311.3 N), and 4600

psi (31.7 MPa).

2.5 CABLE TIES

A. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, Type 6/6 nylon.

1. Minimum Width: 1/8 inch (3 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi

(82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C).

B. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, Type 6/6 nylon.

1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi

(82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C).

PART 3 - EXECUTION

3.1 INSTALLATION

A. Verify identity of each item before installing identification products.

B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

C. Apply identification devices to surfaces that require finish after completing finish work.

D. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 25-foot (7.6-m) maximum intervals in congested areas.

E. Cable Ties: For attaching tags. Use general-purpose type, except as listed below:

Page 532: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-5

REVISION NO. 00

1. Outdoors: UV-stabilized nylon.

F. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches (400 mm) overall.

3.2 IDENTIFICATION SCHEDULE

A. Wire and Cable Marker:

1. For wire/cables smaller than No. 2/0 use manufacturer's standard cable/conductor markers of wrap-around, pre-numbered plastic coated type are to be used and numbered to show circuit identification.

2. For cables No. 4 AWG and larger heat shrink sleeving is to be used for phase color-coding.

B. Cable/Conductor Identification:

1. The application of cable/conductor identification, with circuit number, on each wire / cable in each box/enclosure/cabinet is required. The identification shall match the marking system used in panel boards, shop drawings, and contract documents.

C. System Color Coding Schedule:

1. Where electrical emergency power is exposed, conduit shall have “RED” stripes on each section every 5 feet of electrical conduit (visible from the floor or above a suspended ceiling) and within 3 feet of all equipment.) All junction or pull boxes shall have the cover painted red.

2. Security system conduits shall have “BLUE” bands, 5’ on centers for the entire length. All junction or pull boxes shall have the cover painted blue.

3. Temperature control conduits shall have “BROWN” bands, 5’ on centers for the entire length. All junction or pull boxes shall have the cover painted brown.

4.

D. Accessible Raceways, 600 V or Less, for Service, Feeder, and Branch Circuits More Than A, and V to ground: Identify with self-adhesive vinyl label self-adhesive vinyl tape applied in bands. Install labels at maximum intervals.

E. Junction and Pull Box ID: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows:

1. Emergency Work: EM. Power.

2. Fiber Optics: FO. 3. Temperature Control: TC.

Page 533: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-6

REVISION NO. 00

F. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase.

1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for branch-circuit conductors.

a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit.

b. Colors for 208/120-V Circuits:

1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White 5) Ground: Green 6) Isolated Ground: Green with a yellow tracer

c. Colors for 480/277-V Circuits:

1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. 4) Neutral: Gray 5) Ground: Green 6) Isolated Ground: Green with a yellow tracer

d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings.

G. Install instructional sign including the color-code for conductors using adhesive-film-type labels.

H. Conductors to Be Extended in the Future: Attach write-on tags marker tape to conductors and list source.

I. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections.

1. Identify conductors, cables, and terminals in enclosures and at junctions and terminals. Identify by system and circuit designation.

2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections.

3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual.

J. Locations of Underground Lines: Identify with underground-line detectable warning tape for power, lighting, communication, and control wiring and optical fiber cable.

Page 534: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 260550 IDENTIFICATION FOR ELECTRICAL SYSTEM

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 12/21/20151/16/2016

CH2M 260553-7

REVISION NO. 00

1. Install underground-line detectable line marker for encased duct bank, direct-buried cables, and cables in raceway.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 260553

Page 535: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 264219 PASSIVE CATHODIC PROTECTION FOR BURIED AND SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

DENVER WATER 264219-1

REVISION NO. 00

SECTION 264219

PASSIVE CATHODIC PROTECTION FOR BURIED AND

SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes general information, products, and execution for passive cathodic protection for buried and submerged piping, structures, and appurtenances.

1.2 REFERENCES

A. ASTM International (ASTM):

1. B 418 – Standard Specification for Cast and Wrought Galvanic Zinc Anodes

2. B 843 – Standard Specification for Magnesium Alloy Anodes for Cathodic Protection

B. Underwriters Laboratory (UL):

1. UL 83 – Specification for Thermoplastic-Insulated Wires and Cables

1.3 SUBMITTALS

A. Product Data: For anodes and boxes

B. Shop Drawings: For complete cathodic protection system.

C. Quality Control Submittals:

1. As-Built Drawings of anodes showing the exact locations of wiring, connections, and terminal boxes.

2. Senior Corrosion Technologist qualifications.

D. Warranty Documentation:

1. Sample warranty.

2. Warranty.

E. The following supplement can be found online in DW’s CPPM: http://www.denverwater.org/DoingBusinesswith Us/EngineeringOverview/CapitalProjectsProceduresManual/:

1. Contractor Corrosion Prevention Project Progress Checklist.

1.4 QUALITY ASSURANCE

A. Senior Corrosion Technologist. Provide the Manufacturer’s certification that anode components meet the requirements of the Contract Documents, include references for the applicable Sections and standard details.

Page 536: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 264219 PASSIVE CATHODIC PROTECTION FOR BURIED AND SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

DENVER WATER 264219-2

REVISION NO. 00

B. Anode Locations:

1. Locations shown on the Drawings are approximate.

2. Determine the exact location by field conditions, non-interference with other utilities, or mechanical and structural features.

3. Note existing utilities in the area and avoid damage to these utilities.

4. Repair damages to utilities to the satisfaction of the ENGINEER and other utility representatives at the CONTRACTOR’s expense.

C. Materials, fabrication, and installation are subject to inspection and testing by the ENGINEER.

1.5 WARRANTY

A. Warranty for one year from the Substantial Completion date for the satisfactory performance and installation of the passive cathodic protection for buried and submerged piping, structures, and associated appurtenances.

PART 2 PRODUCTS

2.1 APPROVED MANUFACTURERS

A. Magnesium Anodes:

1. Farwest Corrosion Control, Ultramag High Potential, MESA

B. Magnesium Condenser Anodes:

1. Farwest Corrosion Control, Winca, MESA

C. Zinc Anodes:

1. Farwest Corrosion Control, MESA

D. Welding Rods:

1. Fleetwood P-5E6010 or P-5plus E6010

2.2 MATERIALS

A. Magnesium Anodes:

1. Standard high potential ingots, prepackaged in permeable cloth bags with a backfill composition of 75% hydrated gypsum, 20% powered bentonite, and 5% anhydrous sodium sulfate completely surrounding the ingot.

2. Metallurgic composition of the magnesium ingots in accordance with ASTM B 843, Grade M1C as listed below:

Element Composition

Aluminum 0.01% maximum

Manganese 0.50% to 1.3%

Copper 0.02% maximum

Silicon 0.05% maximum

Nickel 0.001% maximum

Page 537: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 264219 PASSIVE CATHODIC PROTECTION FOR BURIED AND SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

DENVER WATER 264219-3

REVISION NO. 00

Element Composition

Iron 0.03% maximum

Other (each)

0.05% maximum

Magnesium Remainder

3. Bare magnesium ingot, backfill, and total weights shall conform to:

Ingot Weight (lbs)

Backfill Weight (lbs)

Total Weight (lbs)

48 52 100

4. Anode steel core: Cast with a galvanized steel recess at one end for the lead conductor connection.

5. Anode lead conductor:

a. #12 AWG solid copper conductor with RHH/RHW insulation in accordance with UL 83.

b. Connect to core with silver solder.

c. Insulate connection by filling the remainder of the recess with electrical potting compound.

d. Length shall be sufficient to extend from the anode to the designated termination point without a splice.

e. Replace conductors with cut or damaged insulation at the CONTRACTOR’s expense.

f. Conductors shall be long enough to reach to the test station terminal box or to the pipeline or structure for attachment using the exothermic weld method.

B. Magnesium Condenser Anodes:

1. Bare standard potential round magnesium ingots cast around 3/4-inch steel pipe core with 1/2-inch diameter – 13NC by one inch deep drilled and tapped center hole.

2. Diameter, 5-inches; 2-inch thickness.

3. Weight: 2.5 pounds.

4. Anodes with any coating such as plastisol are not acceptable.

5. Metallurgic composition of the magnesium ingots shall be in accordance with ASTM B 843, Grade AZ63B as listed below:

Element Composition

Aluminum 5.3% to 6.7%

Zinc 2.5% to 3.5%

Manganese 0.15% minimum

Silicon 0.10% maximum

Page 538: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 264219 PASSIVE CATHODIC PROTECTION FOR BURIED AND SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

DENVER WATER 264219-4

REVISION NO. 00

Element Composition

Copper 0.02% maximum

Nickel 0.002% maximum

Iron 0.003% maximum

Other 0.30% maximum

Magnesium Remainder

6. Anode steel core: Full length galvanized 1/4-inch diameter steel core, exposed at one end for connection to the lead conductor.

7. Anode lead conductor: As specified in this Section.

PART 3 EXECUTION

3.1 INSTALLATION

A. Prepackaged Magnesium Anodes and Zinc Anodes:

1. Remove plastic or paper shipping wrap from the anode prior to placement.

2. Install horizontally or vertically at the bottom of the hole or trench:

a. A minimum of 5 inches larger than the prepackaged anode diameter.

b. In the area from the springline to the bottom and a minimum of 5 feet away from the pipeline or structure.

c. Lower each anode into the hole or trench using a rope or sling.

d. Do not lower, transport, handle, or lift the anode by the lead conductor.

e. Center each anode in the cloth bag.

f. Take care to ensure the cloth bag is not damaged and no backfill is lost during installation.

3. Provide backfill of native soil around installed Anodes. ENGINEER approval is required for imported backfill.

4. Prior to connecting the anode to the pipe, record native pipe to soil potential.

B. Post Installation Backfilling of Anode – Lead Conductors: Replace anode lead conductors that are damaged during backfill or that have a high resistance connection to substrate.

3.2 QUALITY CONTROL

A. Intermittent and Final Testing: As required by Denver Water.

Page 539: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 26 - ELECTRICAL 264219 PASSIVE CATHODIC PROTECTION FOR BURIED AND SUBMERGED PIPING, STRUCTURES, AND APPURTENANCES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

DENVER WATER 264219-5

REVISION NO. 00

PART 4 - MEASUREMENT

1.1 METHOD OF MEASUREMENT

A. “Install Waterline Anode” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

B. “Install Cathodic Protection” shall be paid for per each, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

1.2 METHOD OF PAYMENT

A. Payment for “Install Waterline Anode” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Install Cathodic Protection” will be made at the contract unit price per each for work

installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

Payment will be made under:

A. Item 264219-1 Install Waterline Anode – per each

B. Item 264219-2 Install Cathodic Protection – per each

END OF SECTION 264219

Page 540: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-1

REVISION NO. 00

SECTION 312319 - DEWATERING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes construction dewatering.

B. Related Requirements:

1. Section 013233 "Photographic Documentation" for recording preexisting conditions and dewatering system progress.

2. Item P-152 “Excavation, Subgrade, and Embankment” for excavating, backfilling, site grading, and controlling surface-water runoff and ponding.

3. Item D-705 “Pipe Underdrains for Airports” for permanent foundation wall, underfloor, and footing drainage.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 ALLOWANCES

A. Dewatering observation wells are part of the dewatering allowance.

1.4 PRE-INSTALLATION MEETINGS

A. Pre-installation Conference: Conduct conference at the location and time as determined by DEN Project Manager.

1. Verify availability of Installer's personnel, equipment, and facilities needed to make progress and avoid delays.

2. Review condition of site to be dewatered, including coordination with temporary erosion-control measures and temporary controls and protections.

3. Review geotechnical report.

4. Review proposed site clearing and excavations.

5. Review existing utilities and subsurface conditions.

6. Review observation and monitoring of dewatering system.

1.5 ACTION SUBMITTALS

A. Shop Drawings: For dewatering system.

1. Include plans, elevations, sections, and details.

2. Show arrangement, locations, and details of wells and well points; locations of risers, headers, filters, pumps, power units, and discharge lines; and means of discharge, control of sediment, and disposal of water.

Page 541: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-2

REVISION NO. 00

3. Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system.

4. Include written plan for dewatering operations including sequence of well and well-point placement coordinated with excavation shoring and bracings and control procedures to be adopted if dewatering problems arise.

5. Include Shop Drawings signed and sealed by the qualified Professional Engineer responsible for their preparation.

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data: For installer, land surveyor, and Professional Engineer, as applicable.

B. Photographs or videotape (sufficiently detailed) of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations.

C. Field quality-control reports. Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements.

D. Existing Conditions: Using photographs and/or video recordings, as required by the DEN Project Manager, show existing conditions of adjacent construction and site improvements that might be misconstrued as damage caused by dewatering operations. Submit before the Work begins.

E. CLOSEOUT SUBMITTALS

F. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1. Identify locations and depths of capped wells and well points and other abandoned-in-place dewatering equipment.

1.7 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction.

B. Installer Qualifications: An experienced installer that has specialized in the design of dewatering systems and dewatering work.

1.8 FIELD CONDITIONS

A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted in writing by the DEN Project Manager, and then only after arranging to provide temporary utility services according to requirements indicated.

B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for review. The opinions expressed in this report are those of a geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by a geotechnical engineer. Owner is not responsible for interpretations or conclusions drawn from this data.

Page 542: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-3

REVISION NO. 00

1. Make additional test borings and conduct other exploratory operations necessary for dewatering according to the performance requirements.

2. The geotechnical report is included in the Project Manual.

C. Survey Work: Engage a qualified land surveyor or Professional Engineer to survey adjacent existing buildings, structures, and site improvements; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations.

1. During dewatering, regularly re-survey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify DEN Project Manager if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction.

1.9 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. Contractor shall reference the Erosion Control Plans for dewatering provisions.

1. Design dewatering system, including comprehensive engineering analysis by a qualified Professional Engineer.

2. Continuously monitor and maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, prevention of flooding in excavation, and prevention of damage to subgrades and permanent structures.

3. Prevent surface water from entering excavations by grading, dikes, or other means.

4. Accomplish dewatering without damaging existing buildings, structures, and site improvements adjacent to excavation.

5. Remove dewatering system when no longer required for construction.

B. Regulatory Requirements: Comply with governing EPA notification regulations, before beginning dewatering. Comply with water and debris disposal regulations of authorities having jurisdiction.

Page 543: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-4

REVISION NO. 00

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect airfield facilities, structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations.

1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site or surrounding area.

2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation.

B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities.

1. Do not close or obstruct airfield facilities, aircraft operations, streets, walks, or other adjacent occupied or used facilities without permission from the DEN Project Manager and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways, if required by authorities having jurisdiction.

C. Provide temporary grading to facilitate dewatering and control of surface water.

D. Protect and maintain temporary erosion and sedimentation controls, which are specified in Section 015210 "Temporary Facilities,” during dewatering operations.

3.2 INSTALLATION

A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls.

1. Space well points or wells at intervals required to provide sufficient dewatering.

2. Use filters or other means to prevent pumping of fine sands or silts from the subsurface.

B. Place dewatering system into operation to lower water to specified levels before excavating below ground-water level.

C. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction.

D. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails.

Page 544: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-5

REVISION NO. 00

3.3 OPERATION

A. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed or until dewatering is no longer required.

B. Operate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations.

1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability.

2. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations.

3. Maintain piezometric water level a minimum of 60 inches (1,500 mm) below bottom of excavation.

C. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others and impacts to airfield operations.

D. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches (900 mm) below overlying construction.

E. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations.

3.4 FIELD QUALITY CONTROL

A. Observation Wells: Provide observation wells or piezometers, take measurements, and maintain at least the minimum number indicated; additional observation wells may be required by authorities having jurisdiction.

1. Observe and record daily elevation of ground water and piezometric water levels in observation wells.

2. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. In areas where observation wells are not functioning properly, suspend construction activities until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly.

3. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.

B. Survey-Work Benchmarks: Re-survey benchmarks at an interval designated by the DEN Project Manager during dewatering, and maintain an accurate log of surveyed elevations for comparison with original elevations. Promptly notify the DEN Project Manager if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction.

Page 545: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK 312319 DEWATERING

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 312319-6

REVISION NO. 00

C. Provide continual observation to ensure that subsurface soils are not being removed by the dewatering operation.

D. Prepare reports of observations.

3.5 PROTECTION

A. Protect and maintain dewatering system during dewatering operations.

B. Promptly repair damages to adjacent facilities caused by dewatering.

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included as incidental to applicable work in the Lump Sum Contract price.

END OF SECTION 312319

Page 546: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-1

REVISION NO. 00

SECTION 315000

EXCAVATION SUPPORT AND PROTECTION: NON-ROADS AND BRIDGES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

B. Provisions of the Rolling Owner-Controlled Insurance Program (ROCIP) shall be followed for all excavation and shoring operations.

1.2 SUMMARY

A. Section includes temporary excavation support and protection systems.

B. Related Requirements:

1. Section 013233 "Photographic Documentation" for recording pre-existing conditions and excavation support and protection system progress.

2. P-152 “Excavation, Subgrade, and Embankment” for excavating and backfilling and for controlling surface-water runoff and ponding.

3. Section 312319 "Dewatering" for dewatering excavations.

C. Alternates: Refer to Division 01 Section 012300 "Alternates" for description of Work in this Section affected by Alternates.

1.3 PRE-INSTALLATION MEETINGS

A. Pre-Installation Conference: Conduct conference at the location and time, as determined by DEN Project Manager.

1. Review geotechnical report.

2. Review existing utilities and subsurface conditions.

3. Review coordination for interruption, shutoff, capping, and continuation of utility services.

4. Review proposed excavations.

5. Review proposed equipment.

6. Review monitoring of excavation support and protection system.

7. Review coordination with waterproofing.

8. Review abandonment or removal of excavation support and protection system.

Page 547: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-2

REVISION NO. 00

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, performance properties, and dimensions of individual components and profiles, and calculations for excavation support and protection system.

2. Include data substantiating that materials comply with requirements.

B. Shop Drawings: For excavation support and protection system, prepared by or under the supervision of a qualified Professional Engineer.

1. Include plans, elevations, sections, and details.

2. Show arrangement, locations, and details of soldier piles, piling, lagging, tiebacks, bracing, and other components of excavation support and protection system according to engineering design.

3. Indicate type and location of waterproofing.

4. Include a written plan for excavation support and protection, including sequence of construction of support and protection coordinated with progress of excavation.

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For land surveyor and/or Professional Engineer.

B. Contractor Calculations: For excavation support and protection system, include analysis data signed and sealed by the qualified Professional Engineer responsible for their preparation.

C. Existing Conditions: Using photographs or video recordings, as required by the DEN Project Manager, show existing conditions of adjacent construction and site improvements that might be misconstrued as damage caused by inadequate performance of excavation support and protection systems. Submit to the DEN PM before Work begins.

1.6 CLOSEOUT SUBMITTALS

A. As-Built Plans: Submit complete as-built plans of all Work, including interface with other Work, in accordance with requirements as specified in Section 013300 "Submittal Procedures".

1. Identify locations and depths of capped utilities, abandoned-in-place support and protection systems, and other subsurface structural, electrical, or mechanical conditions.

Page 548: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-3

REVISION NO. 00

1.7 FIELD CONDITIONS

A. Interruption of Existing Utilities: Do not interrupt any utility serving facilities occupied by Owner or others, unless permitted under the following conditions, and then only after arranging to provide temporary utility according to requirements indicated:

1. Notify DEN Project Manager no fewer than seven (7) days in advance of proposed interruption of utility.

2. Do not proceed with interruption of utility, without DEN Project Manager's written permission.

B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of a geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by a geotechnical engineer. Owner is not responsible for interpretations or conclusions drawn from the data.

1. Make additional test borings and conduct other exploratory operations necessary for excavation support and protection, according to the performance requirements.

2. The geotechnical report is included in the Project Manual.

C. Survey Work: Engage a qualified land surveyor or Professional Engineer to survey adjacent existing buildings, structures, and site improvements; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations.

1.8 CONSTRUCTION WASTE MANAGEMENT

A. Construction waste shall be managed in accordance with provisions of Section 017419 "Construction Waste Management and Disposal". Documentation shall be submitted to satisfy the requirements of that Section.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Provide, design, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting earth and hydrostatic pressures and superimposed and construction loads.

1. Contractor Design: Design excavation support and protection system, including comprehensive engineering analysis by a qualified Professional Engineer.

2. Prevent surface water from entering excavations by grading, dikes, or other means. Contractor shall adhere to Erosion Control and BMP provisions of the contract.

3. Install excavation support and protection systems without damaging existing buildings, structures, and site improvements adjacent to excavation.

4. Continuously monitor vibrations, settlements, and movements to ensure stability of excavations and constructed slopes and to ensure that damage to permanent structures is prevented. Refer to the Demolition Plans for monitoring requirements, including survey control.

Page 549: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-4

REVISION NO. 00

2.2 MATERIALS

A. General: Provide materials that are either new or in serviceable condition.

B. Structural Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M.

C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/A 690M; with continuous interlocks.

1. Corners: Site-fabricated mechanical interlock or roll-formed corner shape with continuous interlock, as determined through design by the qualified Professional Engineer of record.

D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of size and strength required for application, as determined through design by the qualified Professional Engineer of record..

E. Shotcrete: Comply with Section 033713 "Shotcrete" for shotcrete materials and mixes, reinforcement, and shotcrete application. DEN standard Section 033713 included in this contract by reference.

F. Cast-in-Place Concrete: ACI 301, of compressive strength required for application.

G. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

H. Tiebacks: Steel bars, ASTM A 722/A 722M.

I. Tiebacks: Steel strand, ASTM A 416/A 416M.

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. Shore, support, and protect utilities encountered.

B. Install excavation support and protection systems to ensure minimum interference with airfield facilities, aircraft operations, roads, streets, walks, and other adjacent occupied and used facilities.

1. Do not close or obstruct airfield pavements and facilities, streets, walks, or other adjacent occupied or used facilities without permission from DEN Project Manager and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways, if required by authorities having jurisdiction.

C. Locate excavation support and protection systems clear of permanent construction so that construction and finishing of other work is not impeded.

3.2 SOLDIER PILES AND LAGGING

A. Install steel soldier piles before starting excavation. Extend soldier piles below excavation grade level to depths adequate to prevent lateral movement. Space soldier piles at regular intervals not-to-exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment.

Page 550: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-5

REVISION NO. 00

B. Install wood lagging within flanges of soldier piles as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact.

C. Install wales horizontally at locations indicated on Drawings, and secure to soldier piles.

3.3 SHEET PILING

A. Before starting excavation, install sheet piling and tightly interlock vertical edges to form a continuous barrier. Use full length sheet piles, do not splice.

B. Accurately place the piling using templates and guide frames, unless otherwise recommended in writing by the sheet piling manufacturer. Limit vertical offset of adjacent sheet piling to 60 inches (1,500 mm). Accurately align exposed faces of sheet piling to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment.

C. Cut tops of sheet piling to uniform elevation at top of excavation.

3.4 TIEBACKS

A. Drill, install, grout, and tension tiebacks.

B. Test load-carrying capacity of each tieback and replace and retest deficient tiebacks.

1. Have test loading observed by a qualified Professional Engineer responsible for design of excavation support and protection system.

C. Maintain tiebacks in place, until permanent construction is able to withstand lateral earth and hydrostatic pressures and all other design forces.

3.5 BRACING

A. Bracing: Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace.

1. Do not place bracing where it will be cast into, or included in, permanent concrete work unless otherwise approved by DEN Project Manager.

2. Install internal bracing, if required, to prevent spreading or distortion of braced frames.

3. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earthand hydrostatic pressures, and all other design forces.

Page 551: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-6

REVISION NO. 00

3.6 FIELD QUALITY CONTROL

A. Survey-Work Benchmarks: Resurvey benchmarks regularly, at an internal designated by the DEN Project Manager, during installation of excavation support and protection systems, excavation progress, and for as long as excavation remains open. Maintain an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify the DEN Project Manager if changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction.

B. Promptly correct detected bulges, breakage, or other evidence of movement to ensure that excavation support and protection system remains stable.

C. Promptly repair damage to adjacent facilities, caused by installation or faulty performance of excavation support and protection systems. Repairs shall be made at no expense to the Project.

3.7 REMOVAL AND REPAIRS

A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and earth and hydrostatic pressures and all other design forces. Use a method of removal to avoid disturbing underlying soils and rock or damaging structures, pavements, facilities, and utilities.

1. Fill voids immediately with approved backfill compacted to density specified in P-152 “Excavation, Subgrade, and Embankment.”

2. Repair or replace, as approved by the DEN Project Manager, adjacent work damaged or displaced by removing excavation support and protection systems.

B. Excavation support and protection systems may be left permanently in place with the approval of the DEN Project Manager.

1. Remove excavation support and protection systems to a minimum depth of 48 inches (1200 mm) below overlying construction and abandon remainder in place.

Page 552: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DIVISION 31 - EARTHWORK SECTION 315000 EXCAVATION SUPPORT AND PROTECTION – NON ROADS AND BRIDGES

DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE

CONTRACT NO. 201631515

ISSUED FOR BID 11/16/2016

CH2M 315000-7

REVISION NO. 00

PART 4 - MEASUREMENT

4.1 METHOD OF MEASUREMENT

A. Payment for “Excavation Shoring and Protection” will be made at the contract unit price per Lump Sum for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Protect Utility Infrastructure” will be made at the contract unit price per Lump Sum for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

PART 5 - PAYMENT

5.1 METHOD OF PAYMENT

A. Payment for “Excavation Shoring and Protection” will be made at the contract unit price per Lump Sum for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Protect Utility Infrastructure” will be made at the contract unit price per Lump Sum for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item 315000-1 Excavation Shoring and Protection – per Lump Sum

Item 315000-2 Protect Utility Infrastructure – per Lump Sum

END OF SECTION 315000

Page 553: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 1

SECTION 05999 WELDING

PART 1 -GENERAL

05999-1.1 SUMMARY

A. Welding is that work defined in American Welding Society (AWS) "Standard Welding Terms and Definitions - AWS A2.4" and as otherwise shown on drawings.

1. All welding on this project shall comply with requirement of specification, Section 05999 “Welding”, and other documents such as but not limited to drawings. If there is a conflict between Project Drawings, codes, and specifications, the more stringent shall apply.

B. Extent of welding work is shown on drawings, including schedules, notes and details to show size and location of welds. Welding Symbols shall be in accordance with AWS/A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination.

C. Nothing stated in this Section shall be interpreted as diminishing or eliminating requirements stated in other Sections.

05999-1.2 RELATED DOCUMENTS

A. Drawings, General and Special conditions, general requirements and other applicable Technical Specifications apply to work of this Section.

B. IEEE-1992. Only welding machines that have been tested and comply with harmonic distortion requirements of IEEE-1992 shall be allowed to operate off of DEN electrical power system.

05999-1.3 RELATED SECTIONS

A. Division 15 sections.

05999-1.4 REFERENCE STANDARDS

A. Welding shall comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

1. AISC - American Institute of Steel Construction

2. AWS - American Welding Society

3. API - American Petroleum Institute

4. AWWA - American Water Works Association

5. ASME - American Society of Mechanical Engineers.

6. ASTM - American Society for Testing and Materials

7. ASNT - American Society for Nondestructive Testing

Page 554: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 2

05999-1.5 SUBMITTALS

A. Product Data: Submit producers or manufacturer's specifications and installation instructions for all products, including, but not limited to those listed below. Include laboratory test reports and other data to show compliance with specifications (including specified standards).

1. Welding Electrodes: Submit manufactures specifications, to include recommended parameters and technique, for each electrode to be used on this project.

B. Submit shop drawings as specified under Section 01300 for all work specified herein, including complete details and schedules for fabrication and assembly of members, procedures and diagrams. Shop drawings shall indicate how each and every component shall be welded. If another company manufactures a component to be welded to another part(s) or piece(s) to form a larger assembly, then the shop drawings shall include that manufacturer¹s recommended welding procedures for that component. Design construction drawings shall not be re-used as bases for submitted shop drawings. Shop drawings, which use reproductions of design plans or details, will not be reviewed. Drawings shall be submitted in complete units. Do not submit partial sets.

C. Shop drawings shall clearly indicate profiles, sizes and locations of structural members, connections, attachments, anchorage’s, framed openings, size and type of fasteners, and clearances. Indicate welded connections using standard AWS welding symbols, per AWS A2.4. Clearly indicate net weld lengths and sizes, root openings, bevel angles and other information required to satisfactorily complete welding operations.

D. Contractor shall submit fully dimensioned Isometric drawings (spool drawings) for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size contract documents of either 24x36 or 34x44. Spool drawings shall be submitted in either the latest version of AutoCAD (dwg) or the latest version of Adobe Acrobat (pdf). Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

E. Calculations required in other Sections shall show all pertinent members and pieces. Calculations shall be submitted prior to, or with, relevant shop drawing submittals. It is contractor's responsibility to insure that field construction uses connection design as submitted and reviewed.

F. Test Reports: Submit copies of all test reports conducted on shop and field welded connections. Include data on type(s) of tests conducted and test results. Reports must be sequentially numbered and submitted to the DIA Project Manager within 48 hours of completion.

G. Individual Welder Qualifications: Submit Welding Performance Qualification Records (WPQR) for all welders, shop and field, prior to any welding per Specification Paragraph 05999 1.06 B.

H. Procedures: Submit Welding Procedure Specifications for all shop and field

Page 555: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 3

welding prior to any welding per Specification Paragraph 05999 1.06 B

05999-1.6 QUALITY REQUIREMENTS

A. Codes and Standards: Comply with provisions of following, as applicable

1. AISC American Institute of Steel Construction

a. AISC "Code of Standard Practice for Steel Buildings and Bridges", 1986.

b. AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings", including "Commentary" and Supplements thereto as issued.

2. American Welding Society (AWS) D1.1 "Structural Welding Code Steel" and all other applicable A.W.S codes (latest editions).

3. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use".

4. All welding shall be performed in accordance with the latest addition of applicable AWS, API, ASME code and ASTM Standards.

B. Qualifications for Welding Work

1. All Welders shall have been qualified through welding tests in accordance with applicable AWS code per Specification paragraph 05999 1.04 A within one year prior to welding taking place. Evidence of qualification shall be through Welding Performance Qualification Records (WPQR).

2. All welder qualifications test shall be or shall have been administered and witnessed by an Independent Testing Agency (ITA), AWS Certified Welding Inspector, (CWI).

3. If recertification of welders is required, delay costs and retesting costs shall be borne by the Contractor.

4. Welding that is to take place at each and every type of joint shall be per approved AWS procedure for that type of joint. Evidence of intended procedure shall be through written Welding Procedure Specifications.

5. Any welding done without submission to and approval by the DIA Project Manager of Welding Performance Qualification Records of the individual welder(s) doing the welding and Procedure Specifications for the actual welding shall be considered defective and subject to the provisions of Title 17 of the General Conditions.

6. All WPS and WPQR qualification testing shall be in accordance with this specification and the applicable welding code requirements.

C. The Contractor shall periodically review each welders work quality and take any steps required to insure high quality work. This is in addition to Quality Control requirements.

D. Fabricator Qualifications: Minimum of three years of experience specializing in fabrication for similar projects.

Page 556: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 4

E. Design of Members and Connections: Details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Verify dimensions at site whenever possible without causing delay in the work.

1. Promptly notify DIA Project Manager whenever design of members and connections for any portion of structure are not clearly indicated.

F. Welding and materials shall be inspected and tested by an Independent Testing Agency furnished and paid for by the Contractor. The Independent Testing Agency will have authority to reject weldments and materials. Such rejection may be based on visual inspection where, in the Inspector¹s opinion, the weldment or material would not pass more detailed investigation. Reference Specification Section 05999 4.01 for inspection and testing requirements. DIA’s Quality Assurance Inspector(s), per the provisions of General Conditions Title 17, will also inspect welding and materials. Inspections by either the Independent Testing Agency or DIA’s Quality Assurance Inspector may take place in the mill, shop and field.

1. Promptly remove and replace materials or fabricated components that do not comply with requirements as set forth in the Contract Documents.

PART 2 - PRODUCTS

05999-2.1 MATERIALS

A. Electrodes for Welding: Comply with AWS Code. Use E70 grade minimum unless otherwise approved. Store all electrodes and welding materials inside and protect from moisture, corrosion, and any other damage. Damaged electrodes shall not be used.

05999-2.2 FABRICATION

A. Shop Fabrication and Assembly: Fabricate and assemble components in shop to greatest extent possible.

1. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials.

2. Where finishing is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects.

B. Holes for Other Work: Provide holes required for securing other work to components, and for passage of other work through components, as shown on final shop drawings.

1. Provide threaded nuts welded to framing, and other specialty items as indicated to receive other work.

2. Cut, drill, or punch holes perpendicular to metal surfaces. The DIA Project Manager shall approve any enlarging of holes by flame cutting

Page 557: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 5

C. Contractor will notify DIA Project Manager or his representative at least 48 hours prior to any commencing fabrication. Notification to include starting date and duration of work.

05999-2.3 SHOP CLEANING AND PAINTING

A. Components to be painted are as shown on the drawings.

1. Do not paint surfaces, which are to be welded.

2. Do not paint over welded joints until after Independent Testing Agency and DIA Quality Assurance Inspector have approved them.

PART 3 - EXECUTION

05999-3.1 ERECTION

A. Do not enlarge misaligned or undersized holes in members by burning or by use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts.

B. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members, which are not under stress, as acceptable to DEN Project Manager. Finish gas-cut sections equal to a sheared appearance when permitted.

C. Touch-Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Once Independent Testing Agency and DIA Quality Assurance Inspector have approved welds, apply paint to exposed areas using same material as used for shop painting.

D. No welding machines are to be operated off of DEN power until such machines have been tested for harmonic distortion per IEEE-1992 and approved by DEN Project Manager.

E. Contractor will notify DEN Project Manager or his representative at least 48 hours prior to any inspections to be performed by ITA.

PART 4 - TESTING AND INSPECTION

05999-4.1 INDEPENDENT TESTING AGENCY (ITA)

A. See Division 1 for Independent Testing Agency requirements.

B. The General Contractor shall provide the ITA for all subcontractors. Subcontractors shall not contract with a separate ITA.

C. Contractor will engage an Independent Testing Agency to inspect welded connections and to perform tests and prepare test reports. The Contractor's Quality Control Inspector will coordinate the inspections and tests performed by the testing lab inspectors and testing personnel.

Page 558: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 6

1. The Contractor’s Independent Testing Agency and DEN Project Manager’s staff shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. All reports shall be delivered to the Project Manager. Results not complying with requirements are to be brought to the Project Manager¹s attention within 24 hours of discovery. All reports shall be sequentially numbered.

2. Provide access for Independent Testing Agency to places where work is being fabricated or produced so that required inspection and testing can be accomplished.

3. The Independent Testing Agency shall inspect work at the plant before shipment; however, DEN Project Manager reserves the right, at any time before final acceptance, to reject material not complying with specified requirements.

a. Inspections and tests conducted by the ITA or DEN shall not in any way relieve the Contractor of his responsibility and obligation to meet all specifications and referenced standards. Employment of the ITA does not relieve the Contractor of providing the required Quality Control Program.

4. Welding Inspection Personnel Qualifications: All visual welding inspections shall be performed by AWS Certified Welding Inspectors CWI, qualified in accordance with AWS QC1. Inspectors qualified in accordance with the most current edition of the American Society for Nondestructive Testing Recommended Practice No. SNT-TC 1A, shall perform all non-destructive inspections other than visual inspections

5. Independent Testing Agency Inspectors working for the Contractor shall identify with a distinguishing mark all parts and joints they have inspected and accepted. Marks to be visible from at least 50 feet. DIA Project Manager and the Quality Control Inspectors shall mutually agree upon identifying marks.

6. Independent Testing Agency welding inspector shall be on job site however much time it takes to guaranty that all requirements of Project Specifications and codes are being met and provide written reports showing specific requirements have been met. Shop inspections by ITA welding inspector shall be performed in such a manner as to guaranty that all provisions of Project Specifications and codes are being met and provide written reports showing specific requirements have been met.

D. The Contractor shall furnish such facilities and provide such assistance as may be required for carrying out the inspection prescribed herein. He shall notify the Independent Testing Agency and the DEN Project Manager at least two weeks in advance of the start of any qualification testing for welding.

E. The Testing Agency's Inspector will perform his duties in such a way that neither fabrication nor erection is unnecessarily delayed or impeded. The Testing Agency shall notify the DEN Project Manager of any scheduled inspections at least 48 hours prior to such time. The Project Manager shall also be notified as soon as possible prior to any unscheduled inspections. In no case will the inspector recommend or prescribe the method of repair of a defect.

Page 559: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 7

F. Inspection of welding will be such as to assure that all requirements of Project Specifications AWS D1.1, and other applicable welding codes are being complied with. Reports shall show the following items as being in conformance, but not be limited to just the items shown:

1. Verify that electrodes used for welding conform to the requirements Manufacturer, AWS, and other applicable Welding Codes and Standards.

2. Verify that the approved Welding Procedure Specifications and the approved welding sequence are followed without deviation.

3. Verify that only welding operators and welders who have been properly qualified will perform the welding. The inspection agency will witness such qualification testing of welding operations and welders, as may be required. Reference Specification Section 05999 1.06 B for Welder Qualification and Welding Procedure requirements.

4. Verify that the fit up, joint preparation, size, contour, extent of reinforcement, and length and location of welds conform to specified requirements such as but not limited to applicable welding codes, Welding Procedure Specifications, and drawings.

5. Review Mill Test Reports of material for compliance with Project Specifications, all applicable Codes, and Drawings.

6. ITA inspection reports shall list all inspected, nonconforming, repaired, and accepted welds.

G. DEN Project Manager shall be informed at least 48 hours prior to shop and field welding so random inspections can be performed as stipulated in these specifications and General Conditions, TITLE 17.

H. All welders shall mark their welds with identifying marks. Contractor shall furnish DEN Project Manager with list of welders and their marks. List shall be updated each time a welder is added or subtracted.

05999-4.2 DIVISION 15 BASIC MECHANICAL MATERIALS AND METHODS

A. All welding in Division 15 Mechanical shall comply with the applicable AWS, ASME, AWWA, and API codes, latest editions.

B. All shop and field welds will be inspected per these specifications and applicable code for work being performed.

C. All welds shall be 100% visually inspected by ITA supplied by Contractor. Additional testing shall be as required by other parts of 05999, applicable codes, DIA Project Manager and Designer of Record.

1. Fuel Piping: ASME B31.3

a. 100% visual inspection per acceptance criteria of ASME B31.3.

b. All other requirements of ASME B31.3 as required for the application.

D. Forged fittings, for branch connections and etc. shall be welded in accordance with this specification, ASME B31.1, and manufacturer’s recommendations. In the

Page 560: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 5 - METALS GARDI CONCOURSE B SE SECTION 05999 - WELDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 05999 - 8

event of a conflict, the more stringent shall apply.

1. Fittings shall be full penetration welded.

2. Inside of fitting shall be inspected for full penetration. This shall be done prior to any welding on inside if so required. If weld is required on inside of full penetration joint, it shall be ground or back gouged to sound base metal.

PART 5 - MEASUREMENT

05999-5.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 6 - PAYMENT

05999-6.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the Lump Sum Contract price.

END OF SECTION 05999

Page 561: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 1

SECTION 15010 BASIC MECHANICAL REQUIREMENTS

PART 1 - GENERAL

15010-1.1 RELATED DOCUMENTS

A. The General Conditions, Supplementary Conditions and Division 1, General Requirements apply to this Section, Section 15050 - Basic Mechanical Materials and Methods and Contractor shall review and adhere to all requirements of these Documents.

15010-1.2 WORK INCLUDED

A. Basic requirements common to the work in general of Division 15 and other Divisions and Sections of the Specification where referenced.

B. Provide, unless specified otherwise, all labor, materials and equipment necessary for completely finished and operational mechanical systems described and specified under other Sections of this Division 15.

C. Provide all minor incidental items such as offsets, fittings, and accessories required as part of the work even though not specified or indicated.

D. Inspection: Inspect work preceding or interfacing with work of Division 15 and report any known or observed defects that affect the Work to the General Contractor. Do not proceed with the work until defects are corrected.

15010-1.3 REFERENCES

A. General.

1. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable Codes.

2. The date of the standard is that in effect as the date of the Contract Documents, except when a specific date is specified.

3. When required by individual Specifications Section by means of reference for cleaning or installation requirements, etc.; obtain a copy of the standard. Maintain the copy at job site during work until substantial completion. Copy may be in electronic format.

4. Schedule of Referenced Organizations: The following is a list of the acronyms of organizations referenced in these Specifications:

Page 562: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 2

Acronym OrganizationAABC Associated Air Balance Council ABMA American Bearing Manufacturers Association ACGIH American Conference of Governmental Industrial Hygienists ACI American Concrete Institute ADA Americans with Disabilities Act ASA American National Standards on Acoustics and Vibrations ADC Air Diffusion Council ASME American Society of Mechanical Engineers ASTM American Society for Testing of Materials AMCA Air Movement and Control Association AGA American Gas Association ANSI American National Standards Institute API American Petroleum Institute ASHRAE American Society of Heating, Refrigerating and Air Conditioning

Engineers ASME American Society of Mechanical Engineers ARI American Refrigerants Institute ATA Air Transport Association of America AWS American Welding Society AWWA American Water Works Association EPA ETL

Environmental Protective Agency Electrical Testing Laborotories

CISPI Cast Iron Soil Pipe Institute CTI Cooling Tower Institute FM Factory Mutual Insurance Association HI Hydronics Institute IBC International Building Code IFC International Fire Code ISA Instrument Society of America MSS Manufacturers Standardization Society of the Valve and Fittings

Industry NACE National Association of Corrosion Engineers NAPCA National Association of Pipe Coating Applicators NEMA National Electrical Manufacturers Association NEBB National Environmental Balancing Bureau NFPA National Fire Protection Association NIST National Institute of Science and Technology NSF National Sanitation Foundation. SMACNA Sheet Metal and Air Conditioning Contractor's National Association SSPC The Society for Protective Coatings STI Steel Tank Institute UL Underwriters' Laboratories WH Warnock Hersey

Page 563: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 3

15010-1.4 DEFINITIONS

A. Conform to Division 1: These Specifications are of abbreviated, simplified or streamlined type and include incomplete sentences. Singular words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of the Contract Documents so indicates.

B. The following words are re-defined and/or elaborated on for the context of Division 15 work:

1. Furnish: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance.

2. Install: Except as otherwise defined in greater detail, term "install" is used to describe operations at Project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance.

3. Provide: Except as otherwise defined in greater detail, term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance.

4. General Contractor: The term "General Contractor" used in Division 15 and elsewhere in the Contract Documents means the party with whom the Owner has executed the Owner-Contractor Agreement.

15010-1.5 QUALITY CONTROL

A. Conform to Division 1. Materials and apparatus required for the work to be new and of first-class quality; to be furnished, delivered, erected, connected and finished in every detail; and to be so selected and arranged so as to fit properly into the building spaces and also provide the manufacturer’s recommended maintenance clearance. Where no specific kind or quality of material is given, a first-class standard article shall be furnished.

B. Unless otherwise specifically indicated, equipment and materials to be installed in accordance with the recommendations of the Manufacturer. This includes the performance of tests as recommended by the Manufacturer.

15010-1.6 REGULATORY REQUIREMENTS

A. Comply with latest editions of all applicable Codes, Standards, Ordinances and Regulations in effect as of the date of the Contract Documents adopted by the City and County of Denver (CCD), Building Department (BD), and Fire Department (FD), including but not necessarily limited to the following:

1. National Electrical Code NFPA-70.

2. NFPA.

3. Underwriters Laboratories.

Page 564: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 4

B. Refer to other Division 15 Specification Sections for additional code requirements and standards that are applicable to the work.

C. If discrepancies occur between the Contract Documents and any applicable Codes, Guidelines, Ordinances, Acts, or Standards, the most stringent requirements shall apply.

D. Where hourly fire ratings are indicated or required, provide components and assemblies meeting requirements of the American Insurance Association, Factory Mutual Insurance Association and listed by Underwriters Laboratories, Inc.

15010-1.7 PRODUCT OPTIONS AND SUBSTITUTIONS

A. Refer to DIVISION 1 - GENERAL REQUIREMENTS, Section 01630 Substitutions.

B. Some materials and equipment are specified by Manufacturer and catalog numbers. The Manufacturer and catalog numbers are used to establish a degree of quality and style for such equipment and material.

C. When alternate or substitute materials and equipment are used, Contractor shall be responsible for space requirements, configurations, performance, changes in bases, supports, structural members and openings in structure, electrical changes and other apparatus and trades that may be affected by their use.

D. When providing a product and/or service under the qualification of "acceptable equal," Contractor shall be entirely responsible for additional costs incurred due to modifications to the civil, Architectural, structural, mechanical, and electrical design that may be required to accommodate the "acceptable equal."

E. Substitute materials and equipment are only allowed to be provided from the Manufacturers listed as approved.

15010-1.8 SHOP DRAWINGS AND PRODUCT DATA

A. General: Comply with the General Conditions of the Contract and with Division 1 - General Requirements.

1. All documents shall be submitted in electronic format. Each submittal shall be in a single security free PDF document. PDF documents shall be compatible with Adobe Acrobat 8.0 or newer. All as-built documents shall be submitted in AutoCAD 2007 or newer format and PDF plot files of the project.

15010-1.9 CONTRACT RECORD DOCUMENTS

A. General: Comply with the General Conditions of the Contract and with Division 1 - General Requirements,

Page 565: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 5

15010-1.10 OPERATING AND MAINTENANCE DATA

A. Division 15 Contractor shall submit one (1) CD-ROM containing a single searchable PDF file of the entire maintenance manual to the DEN Project Manager, General Contractor for their approval.

B. The manual shall have:

1. Alphabetical list of all system components including the name, address, and 24-hour phone number of the company responsible for servicing each item during the first year's operation.

2. Operating instructions for complete system, including emergency procedures for fire or failure of major equipment and procedures for normal starting/operating/shutdown and long-term shutdown.

3. Maintenance instructions, including valves, valve tag and other identified equipment lists, proper lubricants and lubricating instructions for each piece of equipment and necessary cleaning/replacing/adjusting schedules.

4. Manufacturer's data on each piece of equipment, including:

a. Installation instructions.

b. Drawings and specifications (approved shop drawings).

c. Parts lists.

d. Complete wiring and temperature control diagrams (approved shop drawings).

5. Each piece identified on any schedule shall be bookmarked in the electronic file by its scheduled tag ID (IE: AHU-1)

C. In addition to the maintenance manual, and keyed to it, the equipment shall be identified and tagged as specified elsewhere. Insert a copy.

1. Identify all starters, disconnect switches, and manually operated controls, except integral equipment switches with permanently applied, legible markers corresponding to operating instructions in the "Maintenance Manual".

2. Tag all manual operating valves with 1-1/2" diameter brass tags attached with chains. Tags are to be sequence numbered with legible metal stamps.

3. Provide a typed tag list or schedule mounted under glass in the room designated by DIA Project Manager stating number, location, and function of each tagged item. Insert a copy of tag list in each "Maintenance Manual".

D. Division 15 Contractor shall be responsible for scheduling instructional meetings for maintenance personnel on the proper operation and maintenance of all mechanical systems, using the maintenance manual as a guide. These meetings must be scheduled through the Project Manager, and General Contractor far enough in advance so that all personnel can be notified.

E. Division 15 Contractor shall provide proof of performance certification of all Mechanical Equipment and Systems to demonstrate that all Mechanical Equipment and Systems are operating to the intent of the design.

Page 566: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 6

15010-1.11 FINAL OBSERVATION

A. Comply with the requirements of Division 1 and the following.

B. Prior to the request for final observation, all Work under the contract shall be completed, all systems shall be in proper working order and placed in operation (System Startup of 48 hours).

C. All equipment shall be cleaned, including but not limited to, plumbing fixtures. All debris and construction materials shall be removed from the DIA property to a suitable landfill off-airport.

D. At the request of the Project Manager, a representative of the Contractor who is thoroughly familiar with the Project and operation of the various systems shall be present during the final observation to demonstrate proper operation of the equipment and controls. If requested by the Project Manager, the Contractor shall have representatives from his subcontractors present to assist during final observation.

15010-1.12 PROJECT CONDITIONS

A. Accessibility.

1. Division 15 Contractor shall locate all equipment, which must be serviced, operated, or maintained in fully accessible positions. Such equipment shall include (but not be limited to) valves and drain points, if required.. Minor deviations from Drawings may be allowed to provide for better accessibility. Any changes shall be approved by the Project Manager prior to making the change.

2. Provide concrete and metal work required for work of this Division where not specifically called for under other Sections.

B. Fabrication.

1. Before any piping is fabricated and before running and/or fabricating any lines of piping the Contractor shall assure himself that they can be run as contemplated in cooperation with Contractors of other Divisions of the Work and the physical constraints of existing conditions and new Structural and Architectural Work.

C. Scaffolding, Rigging and Hoisting.

1. Provide all scaffolding, rigging, hoisting and services necessary for erection and delivery into the premises of any equipment and apparatus furnished; remove same from premises when no longer required. Conform to OSHA requirements and standards.

15010-1.13 COORDINATION

A. General: Coordinate and order the progress of mechanical work to conform to the progress of the work of the other trades. Complete the entire installation as soon as the condition of the building will permit.

Page 567: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 7

B. Coordination with Electrical Work: Comply with Division 16.

C. Existing System Interruptions: Comply with Division 1.

D. Drawings and Specifications: The Mechanical Drawings indicate the general design and arrangement of lines, equipment, systems, etc. Information shown is diagrammatic in character and does not necessarily indicate every required offset, fitting, etc. Do not scale the Drawings for dimensions. Take dimensions, measurements, locations, levels, etc., from the Civil Drawings and equipment to be furnished.

E. Discrepancies: Examine Drawings and Specifications for other parts of the work, and if any discrepancies occur between the plans for the work of this Division and the plans for the work of others, report such discrepancies to the Project Manager and obtain written instructions for any changes necessary.

F. Order of Precedence: The precedence of mechanical construction documents are as Specified in Article 4 of the General Conditions.

15010-1.14 START-UP PROCEDURES

A. Ensure that all control systems, including emergency shutoff systems, are fully operational in automatic mode.

B. If systems are not to continue in use following the start-up procedures, steps should be taken to ensure against accidental operation or operation by unauthorized personnel. Contractor shall follow OSHA Standards for lockout/tag out procedures to secure equipment not yet placed in operation.

C. Factory personnel shall be notified as appropriate to start systems requiring their services.

D. Notify the DEN Project Manager in writing a minimum of 48 hours prior to start-up of all major mechanical equipment and systems.

E. Should there be any equipment found which had not been properly started up, it will be the responsibility of the Contractor to arrange for the appropriate personnel to start up the equipment at his expense and at a time as scheduled by the DEN Project Manager.

15010-1.15 SCHEDULE OF TESTING

A. Provide testing in accordance with the General Conditions of the Contract.

B. A schedule of testing shall be drawn up by the Division 15 Contractor in such a manner that it will show areas tested, test pressure, length of test, date, time and signature of testing personnel.

C. Notify the DEN Project Manager, DEN Mechanical Inspector and DEN Mechanical Engineer in writing a minimum of 72 hours prior to testing of any mechanical equipment and systems.

Page 568: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15010 - BASIC MECHANICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15010 - 8

D. All testing must be performed in the presence Project Manager and or his designated representative; his signature for verification of the test must appear on the schedule.

E. All testing must be performed in accord with the procedures set forth in Division 15 and other Sections of the Specifications where referenced. At completion of testing, the test reports shall be then submitted in triplicate to the Project Manager.

F. Make all specified tests on piping and related systems as necessary.

G. Complete all tests required by Code Authorities, such as health codes, building codes, and safety codes.

15010-1.16 CLEANING AND FINISHING

A. Provide cleaning in accordance with the General Requirements of the Contract

B. Cleaning shall include but not be limited to removing grease, dirt, dust, stains, labels, fingerprints and other foreign materials from sight-exposed piping, equipment, and other such items installed under Division 15 of the work.

C. Clean Aviation Fueling System piping and components in accordance with Section 15179 – Aviation Fueling System Inspection, Cleaning, Flushing and Testing.

15010-1.17 WARRANTIES

A. Conform to Division 1: Provide a written warranty covering the entire mechanical work to be free from defective materials, equipment and workmanship for a period of two years after date of acceptance. During this period provide labor and materials as required to repair or provide labor and materials required to repair or replace defects. Provide certificates for such items of equipment, which have or are specified to have warranties in excess of one year.

PART 2 - MEASUREMENT

15010-2.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 3 - PAYMENT

15010-3.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 15010

Page 569: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 1

SECTION 15050 BASIC MECHANICAL MATERIALS AND METHODS

PART 1 - GENERAL

15050-1.1 SUMMARY

A. This Section includes the following basic mechanical materials and methods to complement other Division 15 Sections.

1. Piping materials and installation instructions common to most piping systems.

2. Dielectric fittings.

3. Mechanical sleeve seals.

4. Sleeves.

5. Flowable backfill for underground piping.

6. Installation requirements common to equipment specification Sections.

7. Mechanical demolition.

B. Pipe and pipe fitting materials are specified in piping system Sections.

15050-1.2 RELATED SECTIONS

A. Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

B. Section 15010 – Basic Mechanical Requirements

C. Division 2 - Trenching and Backfilling

D. Section 05999 - Welding

15050-1.3 DEFINITIONS

A. Pipe, pipe fittings, and piping include tube, tube fittings, and tubing.

B. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below the roof, spaces above ceilings, unexcavated spaces, crawl spaces, and tunnels.

C. Exposed Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms.

D. Exposed Exterior Installations: Exposed to view outdoors, or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations.

Page 570: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 2

E. Concealed Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in duct shafts.

F. Concealed Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants, but subject to outdoor ambient temperatures. Examples include installations within unheated shelters.

15050-1.4 SUBMITTALS

A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections.

B. Prepare coordination drawings according to Division 1 Section "Submittals" to a 1/4 inch equals 1 foot scale or larger. Detail major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Show space requirements for installation and access. Show where sequence and coordination of installations are important to the efficient flow of the Work. Include the following:

1. Clearances for servicing and maintaining equipment, including space for equipment disassembly required for periodic maintenance.

C. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the Quality Assurance Article.

D. Floor x-rays and/or ground penetrating radar reports.

E. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawing.

F. Contractor shall submit fully dimensioned spool drawings for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size contract documents of either 24x36 or 34x44. Spool drawings shall be submitted in the latest version of AutoCAD (dwg) and the latest version of Adobe Acrobat (pdf). Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

G. Field Test Reports: Written reports of each pressure tests specified in Division 15 Sections. Include the following:

1. Test procedures used.

2. Test results that comply with requirements.

3. Failed test results and corrective action taken to achieve requirements.

15050-1.5 QUALITY CONTROL

A. Equipment Selection: Equipment of greater or larger power, dimensions, capacities, and ratings may be furnished provided such proposed equipment is approved in writing by the DEN Project Manager and connecting mechanical and electrical services, circuit breakers, conduit, motors, bases, and equipment spaces are increased. No additional costs will be approved for these increases, if larger

Page 571: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 3

equipment is approved. If minimum energy ratings or efficiencies of the equipment are specified, the equipment must meet the design requirements and commissioning requirements.

B. Electronic Equipment Compliance:

1. Contractor warrants that all equipment, devices, items, systems, software, hardware, or firmware provided shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing). This warranty supersedes anything in the Specifications or other Contract Documents which might be construed inconsistently. This warranty is applicable whether the equipment, device, item, system, software, hardware, or firmware is specified with or without reference to a manufacturer's name, make, or model number.

C. Unless specified otherwise, all materials and equipment shall be of domestic (USA) manufacture and shall be of the best quality used for the purpose in commercial practice.

15050-1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver pipes and tubes with factory-applied end-caps. Maintain end-caps through shipping, storage, and handling to prevent pipe-end damage and prevent entrance of dirt, debris, and moisture.

B. Protect stored pipes and tubes from moisture and dirt. Elevate above grade. When stored inside, do not exceed structural capacity of the floor.

C. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending.

D. Protect flanges, fittings, and piping specialties from moisture and dirt.

15050-1.7 SEQUENCING AND SCHEDULING

A. Coordinate mechanical equipment installation with other project scope activity.

B. Coordinate the installation of required supporting devices.

C. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work.

D. Coordinate connection of electrical services, and accessories.

PART 2 – PRODUCTS

15050-2.1 PIPE AND PIPE FITTINGS

A. Refer to individual piping system specification Sections for pipe and fitting materials and joining methods.

B. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings.

Page 572: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 4

15050-2.2 JOINING MATERIALS

A. Refer to individual piping system specification Sections in Division 15 for special joining materials not listed below.

B. Grooved Mechanical Couplings: Not applicable to this project.

C. Pipe Flange Gasket Materials: Suitable for the chemical and thermal conditions of the piping system contents.

1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness, except where thickness or specific material is indicated.

a. Full-Face Type: For flat-face, Class 125 cast-iron and cast-bronze flanges.

b. Narrow-Face Type: For raised-face, Class 250 cast-iron and steel flanges.

D. Solder Filler Metal: ASTM B 32.

1. Alloy Sn95 or Alloy Sn94: Tin (approximately 95 percent) and silver (approximately 5 percent) – Not industry standard, usually 5% antimony.

E. Brazing Filler Metals: AWS A5.8.

1. BCuP Series: Copper-phosphorus alloys.

2. BAg1: Silver alloy.

F. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. All welding rod is to be kept in a operable rod oven at all times.

15050-2.3 PIPING SPECIALTIES

A. Dielectric Fittings: Assembly or fitting having insulating material isolating joined dissimilar metals to prevent galvanic action and stop corrosion.

1. Description: Combination of copper alloy and ferrous; threaded, solder, plain, and weld neck end types and matching piping system materials.

2. Insulating Material: Suitable for system fluid, pressure, and temperature.

3. Dielectric Waterway Fittings: Dielectric fittings designed to effectively separate dissimilar metals exposed to water or other electrolytes, conforming to NSF and ASTM F492 standards for continuous use at temperatures up to 225 degrees F and pressures up to 300 psi. Fittings to have electro-zinc-plated steel casings providing for maintained exterior electrical continuity, threaded or flanged ends as applicable, and inert linings.

4. Dielectric Flanges: Factory-fabricated, companion-flange assembly for 150- or 300-psig minimum pressure to suit system pressures.

5. Dielectric-Flange Insulation Kits: Field-assembled, companion-flange assembly, full-face or ring type. Components include neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers.

a. Provide separate companion flanges and steel bolts and nuts for 150- or 300-psig minimum working pressure to suit system pressures.

Page 573: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 5

15050-2.4 MECHANICAL SLEEVE SEALS

A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve.

1. Manufacturers:

a. Metraflex Co.

b. Pipeline Seal and Insulator, Inc.

c. PSI-Thunderline/Link-Seal.

d. Substitutions: Under provisions of Section 15010.

2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe.

3. Pressure Plates: Carbon steel. Include two for each sealing element.

4. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element.

15050-2.5 GROUT

A. Nonshrink, Nonmetallic Grout: ASTM C 1107, Grade B.

1. Characteristics: Post-hardening, volume-adjusting, dry, hydraulic-cement grout, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications.

2. Design Mix: 5000-psi, 28-day compressive strength.

3. Packaging: Premixed and factory-packaged.

15050-2.6 BACKFILL

A. Flowable Backfill: Designed in accordance with ASTM C 94 and ASTM D 4832.

1. Refer to Division 2 and Division 3 sections for material and installation requirements.

2. Minimum Requirements:

a. Compressive Strength: 50-100 psi

b. Slump: 6-8 inches.

3. Required for all piping installed below concrete slabs, apron paving and roadways.

PART 3 - EXECUTION

15050-3.1 PIPING SYSTEMS - COMMON REQUIREMENTS

A. General: Install piping as described below, except where system Sections specify otherwise. Individual piping system specification Sections in Division 15 specify piping installation requirements unique to the piping system.

Page 574: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 6

B. General Locations and Arrangements: Drawings indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated, except where deviations to layout are approved on coordination drawings.

C. Install piping at indicated slope.

D. Install piping free of sags and bends.

E. Install piping plumb and at right angles and plumb or parallel to building walls. Diagonal runs are prohibited, except where indicated.

F. Install piping tight to slabs, beams, joists, columns, walls, and other building elements.

G. Install fittings for changes in direction and branch connections.

H. Install couplings according to manufacturer's printed instructions.

I. Piping Joint Construction: Join pipe and fittings as follows and as specifically required in individual piping system Sections.

1. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

2. Remove scale, slag, dirt, rust, and debris from inside and outside of pipe and fittings before assembly.

3. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full inside diameter. Join pipe fittings and valves as follows:

a. Note the internal length of threads in fittings or valve ends, and proximity of internal seat or wall, to determine how far pipe should be threaded into joint.

b. Apply appropriate tape or thread compound to external pipe threads (except where dry seal threading is specified).

c. Align threads at point of assembly.

d. Tighten joint with wrench. Apply wrench to valve end into which pipe is being threaded.

e. Damaged Threads: Do not use pipe or pipe fittings having threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds.

J. Piping below apron, concrete slabs or paving shall be encased in flowable backfill. Refer to Division 2 and Division 3 sections for material and installation requirements.

15050-3.2 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS

A. Install equipment according to approved submittal data. Portions of the Work are shown only in diagrammatic form. Refer conflicts to the Project Manager.

Page 575: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 7

B. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. Connect equipment for ease of disconnecting, with minimum of interference with other installations.

C. Install equipment giving right-of-way to piping systems installed at a required slope.

D. Install equipment allowing for usage during operation of surrounding equipment at all portions of operations. In no instance shall an appurtenance block operation of any equipment (Example: A valve handle open position shall not block access to a PT plug).

15050-3.3 PAINTING AND FINISHING

A. Refer to Division 9 Section "Painting" for field painting requirements. Paint color schedule shall conform to ASME A13.1-1996, ”Scheme for the Identification of Piping Systems.”

B. Damage and Touch Up: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish.

15050-3.4 WELDING

A. Qualify welding processes and operators for structural steel according to AWS D1.1 Structural Welding Code - Steel. See Division 5 for additional requirements.

B. All welding shall be inspected in process by a contractor provided, Certified, Independent Testing Agency by an AWS certified welding inspector.

C. Qualify welding processes and operators for piping according to ASME Boiler and Pressure Vessel Code, Section IX, Welding and Brazing Qualifications.

1. Comply with provisions of ASME B31 Series "Code for Pressure Piping."

2. Certify that each welder has passed AWS qualification tests for the welding processes involved and that certification is current.

15050-3.5 ERECTION OF METAL SUPPORTS AND ANCHORAGE

A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor mechanical materials and equipment.

B. Field Welding: Comply with AWS D1.1 Structural Welding Code - Steel, as referenced in Part1.

15050-3.6 DEMOLITION

A. Refer to DIVISION 1 for general demolition requirements and procedures.

B. Where pipe, ductwork, insulation, or equipment to remain is damaged or disturbed, remove damaged portions and install new products of equal capacity and quality.

C. Temporary Disconnection: Remove, store, clean, reinstall, reconnect, and make operational equipment indicated for relocation.

Page 576: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 8

D. Disconnect, demolish, and remove mechanical systems, equipment, and components indicated to be removed.

1. Piping to Be Removed: Remove portion of piping and associated supports indicated to be removed, provide a shutoff valve with plug or cap in pressurized systems and cap or plug remaining piping with same or compatible piping material. No piping shall be abandoned in place. Repair insulation.

2. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material.

3. Equipment to Be Removed: Disconnect and cap services and remove equipment.

4. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational.

5. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner.

6. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality.

15050-3.7 GROUTING

A. Mix and install grout for mechanical equipment base bearing surfaces, pump and other equipment base plates, and anchors.

B. Clean surfaces that will come into contact with grout.

C. Provide forms as required for placement of grout.

D. Avoid air entrapment during placement of grout.

E. Place grout, completely filling equipment bases.

F. Place grout on concrete bases and provide smooth bearing surface for equipment.

G. Place grout around anchors.

H. Cure placed grout.

15050-3.8 ELECTRIC WIRING

A. Furnish equipment requiring electrical connections to operate properly and deliver full capacity at electrical service available.

B. All control wiring to be in accordance with Manufacturer's recommendations; all wiring shall be color coded to facilitate checking.

C. Unless otherwise indicated, all mechanical equipment motors and controls shall be furnished, set in place, and wired in accordance with the schedule contained herein. Contractor should note that the intent of this electric wiring schedule is to

Page 577: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15050 - 9

have the Division 15 Contractor responsible for coordinating all control wiring as outlined, whether or not specifically called for by the Mechanical or Electrical Drawings and Specifications. Comply with the applicable requirements of Division 16 for electrical work of this Division 15, which is not otherwise specified. No extras will be allowed for Contractor's failure to provide for these required items. The Division 15 Contractor shall refer to the Division 16 Specifications and plans for all power and control wiring and shall advise the Project Manager of any discrepancies prior to bidding.

Table 3.11-1 Item Furnished

By Set By

Power Wiring

Control Wiring

Equipment Motors 15 15 16 15

Fused and Unfused Disconnect Switches, Thermal Overloads and Heaters

16 16 16 ---

Control Relays and Transformers (See Note 1)

15 15 16 15

Pushbutton Stations Pilot Lights, Manual Switches, not carrying Load Currents

15 15 16 15

Thermostats, line voltage control components

15 15 --- 15

Temperature Control Systems 15 15 16 15 NOTES:

a. * 15 = Mechanical Contractor Under Division 15 of the Work

b. * 16 = Electrical Contractor Under Division 16 of the Work

c. Control wiring is any voltage required to accomplish sequence specified. Contractor listed is responsible.

d. Control relays and control transformers shall be furnished under Division 15 except where furnishing such items are specifically required under Division 16 Specifications and/or Drawings.

PART 4 - MEASUREMENT

15050-4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

15050-5.1 METHOD OF PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 15050

Page 578: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 1

SECTION 15055 COATINGS AND CORROSION PROTECTION

PART 1 - GENERAL

15055-1.1 SUMMARY

A. Field and shop applied corrosion protective coatings for fuel systems piping, valves, fittings, flanges, equipment and all related materials to be installed underground.

B. Internal coatings for fuel system pipe and fittings.

15055-1.2 RELATED DOCUMENTS

A. Drawings, general and special conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

15055-1.3 RELATED SECTIONS

A. Section 09900 - Painting.

B. Section 15010 - Basic Mechanical Requirements.

C. Section 15170 - Aviation Fueling System Piping, Manual Valves, and Fittings.

D. Section 16642 - Cathodic Protection.

15055-1.4 REFERENCED STANDARDS

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 15010 for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Water Works Association (AWWA) a. AWWA C-210 - Liquid Epoxy Coating Systems for the Interior and

Exterior of Steel Water Pipelines. b. AWWA C-213 - Fusion Bonded Epoxy Coating for the Interior and

Exterior of Steel Water Pipelines.

2. International Fire Code (IFC) with the Denver Amendments

3. International Building Code (IBC) with the Denver Amendments

4. National Association of Corrosion Engineers a. NAPCA 12-78-83 - Application Specifications for Mill Applied Fusion

Bonded Epoxy Coatings.

5. National Bureau of Standards (NBS) a. Certified Coating Thickness Calibration Standards.

Page 579: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 2

6. U.S. Government Specification a. MIL-C-4556-E - Coating Kit, Epoxy for Interior, Steel Fuel Tanks

7. Steel Structures Painting Council (SSPC) a. SSPC-SP5 - White Metal Blast Cleaning b. SSPC-SP10 - Near-White Metal Blast Cleaning

15055-1.5 SUBMITTALS

A. Shop Drawings shall be submitted in accordance with Division 1 - General Requirements.

B. Submit manufacturer's product data and application instructions for all coatings and linings.

C. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawing.

15055-1.6 EXTENT OF WORK

A. All fuel pipe and fittings to be partially or completely buried shall be externally factory coated.

B. Field welded joints in referenced piping systems and underground structures shall be coated and wrapped in accordance with "Field Procedures".

C. All internal surfaces of fuel supply, transfer, drain, and vent piping and fittings 2-1/2 inches and larger shall be internally epoxy coated. Pipes and fittings smaller than 2-1/2 inches need not be internally coated.

D. External painting of all piping, equipment, valves, fittings, flanges, tanks, gauge connections, structural and miscellaneous steel and other appurtenances aboveground and in pits is specified in Division 1.

15055-1.7 MAINTENANCE MATERIALS

A. Leave on premises, where directed by the DIA Project Manager, not less than one unopened gallon of each field-applied paint product and color used.

B. Containers shall be tightly sealed and clearly labeled for identification.

PART 2 - PRODUCTS

15055-2.1 SHOP-APPLIED EXTERNAL PROTECTIVE PIPE COATING

A. All fuel pipe and fittings to be installed underground or in pits, shall have an external coating system applied either in the pipe manufacturer's shop or in the mill of an approved custom applicator.

B. Coating system shall meet the following specifications:

1. Surface preparation, material, application, testing, inspection, handling,

Page 580: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 3

storage and field installation shall be in accordance with the applicable requirements of AWWA C213, Fusion Bonded Epoxy Coating.

2. Coatings shall be applied in accordance with NAPCA Bulletin 12-78-83. Application Specifications Mill Applied Fusion Bonded Epoxy Coatings.

3. Surfaces shall be sandblasted in accordance with Steel Structures Painting Council Surface Preparation Specification No. 10, "near-white" metal blast.

4. Sandblasting shall be coordinated with coating application, which shall be applied as soon as possible after blasting. If blasted surface remains uncoated overnight, it shall be reblasted.

5. Care shall be taken to prevent grease, oil, or other organic matter from contacting the blasted surface prior to application of the prime coat.

6. All burrs and rough protrusions on the outer surface of the pipe shall be ground smooth prior to coating.

7. Apply coating to produce a uniform dry film thickness of 15 mils.

8. Dry film thickness shall be spot checked at random on ten percent of the coated surfaces. If film thickness is not found to be uniform and to specification, the Contractor shall apply additional coats at no cost to the Owner until the specified film thickness has been obtained. Dry film thickness shall be checked by the Contractor at his expense.

9. Provide a 3 inch cut-back from each end.

C. The coating shall be holiday tested in the shop prior to shipment. Surfaces shall be checked for freedom from defects using a low-pulse electronic holiday detector at 125 volts per mil of coating thickness.

D. The Contractor shall secure the services of an independent testing and inspection laboratory to witness the coating application and testing and to certify that the pipe and fittings were prepared, cleaned, and coated using methods and materials conforming with these specifications.

E. Contractor shall perform final holiday test of all coatings prior to backfilling in accordance with the requirements of Section 15179 requirements.

15055-2.2 SHOP-APPLIED INTERNAL EPOXY LINING (COATING) FOR PIPING

A. All fuel supply, transfer, drain, and vent piping and pipe fittings 2-1/2 inches and larger in size shall be internally coated in the manufacturer's shop or in the mill of an approved internal epoxy applicator with a two coat high solids amine-cured epoxy system in accordance with Military Specification MIL-C-4556E and the following specifications. All materials used shall be lead-free, and shall not contain not more than VOC component quantities permitted by local regulatory authorities, as applied (in thinned state) unless noted otherwise.

1. Remove all grease or oil by thorough cleaning using an oil-free solvent.

2. Sandblast inside of pipe to "near-white" metal, confirming with Steel Structures Painting Council Surface Preparation Specification No. 10. No rust preventative coating material or other temporary coating shall be applied after sandblasting and before application of the internal epoxy coating. Care shall be taken to prevent grease, oil, or other organic matter from contacting the

Page 581: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 4

blasted surface prior to application of the prime coat. Blasting shall be coordinated with primer application, which shall be applied as soon as possible after blasting. If the blasted surface remains uncoated overnight, it shall be reblasted.

3. The ends of the pipe and fittings shall have the paint wiped back 2-inches with cloth or other approved absorbent material. Masking the ends will not be acceptable as a thin film of paint is desired to prevent rust until installation of the material.

4. Apply one coat polyamide cured orange two-component epoxy resin primer. The thickness of the cured primer shall be not less than 3 mils, but shall not exceed 4 mils.

5. The prime coat shall be allowed to cure in accordance with manufacturer's recommendation for immersion service

6. Apply one coat of polyamide-cured off-white two-component epoxy resin protective top coating. The cured thickness of the top coat shall be not less than 3 mils, but shall not exceed 4 mils.

7. After the top coat has been cured in accordance with manufacturer's recommendation for immersion service, the internal epoxy lining shall be tested electrically using an approved holiday detector and shall be free of missed spots, pinholes or holidays. Apply additional primer and finished coats to areas requiring touch-up.

8. Dry film thickness shall be spot checked at random on ten percent of the coated surfaces. If film thickness is not found to be uniform and to specification, the Contractor shall be required to apply additional coats at no cost to the Owner until the specified film thickness has been obtained. Dry film thickness is to be checked by the Contractor at his expense.

9. If, in the opinion of the DIA Project Manager, the coatings show ridges, waves, runs or holidays indicating uneven coverage or improper application, the Contractor shall be required to remove and reapply the coating at no cost to the Owner.

10. Prior to shipping to the project site, the ends of the pipe shall be capped using suitable plastic caps secured with a double wrap of 2-inch wide pressure sensitive tape.

B. All applications shall be in accordance with the manufacturer's published instructions.

C. The Contractor shall secure the services of an independent testing and inspection laboratory to witness the lining application and testing and to certify that the pipe and fittings were prepared, cleaned and lined using methods and materials conforming with these specifications.

D. The coating system shall be Amercoat 395 manufactured by Ameron Protective Coatings Division, Diamond Vogel’s Amerlock 400 FD or approved equal.

15055-2.3 FIELD APPLIED POLYUREA HYDRANT PIT COATING

A. Following completion of the installation of the hydrant pits, and prior to starting flushing operations, coat the inside of the hydrant pits with a gray, two-component

Page 582: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 5

spray-on polyuria coating meeting NACE 6A198 definition for a polyuria coating. BASF Elastocoat C06430, Sherwin Williams EnviroLastic AR425, or approved equal.

1. Clean the inside of the hydrant pit, including piping and fittings with bio-degradable cleaner/degreaser.

2. Cover pipe, valves and blind flange to prevent coating during the application process.

3. Surfaces must be dry application of the coating system.

4. Apply coating following the manufacturers recommendations. The thickness of the cured primer shall be not less than 0.5 mm.

5. When dry, inspect application and re-coat as required to provide full coverage.

6. Remove the protective covering from piping and valves.

15055-2.4 FIELD-APPLIED EXTERNAL PROTECTIVE COATING AND PROCEDURE

A. All field welds of fuel piping, including fittings and areas of thermit welding and where the shop coat has been damaged, valves and equipment in pits, shall receive a field-applied external protective coating using a two part liquid epoxy coating system in accordance with AWWA C-210.

1. Sandblast surfaces to "near-white" metal, conforming with Steel Structures Painting Council Surface Preparation Specification No. 10. No rust preventative coating material or other temporary coating shall be applied after sandblasting and before application of the epoxy coating. Care shall be taken to prevent grease, oil or other organic matter from contacting the blasted surface prior to application of the prime coat. Blasting shall be coordinated with primer application, which shall be applied as soon as possible after blasting. If the blasted surface remains uncoated overnight, it shall be reblasted.

2. Grind smooth all burrs and sharp protrusions.

3. Surfaces must be dry before application of coating system.

4. Apply primer following manufacturer's recommendations. The thickness of the cured primer shall be not less than 1.5 mils.

5. Apply finish coat(s) of epoxy top coating in accordance with manufacturer's recommendations. The cured thickness of the total system shall be not less than 15 mils, but shall not exceed 25 mils.

6. After the top coat has been cured in accordance with manufacturer's recommendation, the epoxy coating shall be tested electrically using an approved holiday detector and shall be free of missed spots, pinholes or holidays. Apply additional primer and finished coats to areas requiring touch-up.

7. Coatings for piping to be pressure tested shall be applied after testing and acceptance.

8. Application, testing, and inspection shall be in accordance with AWWA C210.

9. Leave welds uncovered until after testing and acceptance.

B. Alternatives for Joint and Fitting Wrapping and Coating:

Page 583: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 6

1. Thermofit pipe sleeves; Tapecoat CSS 1100 primer and CSS wrap around sleeve, or approved equal. Sleeve length shall overlap pipe coating four inches minimum on each side of joint.

2. Hot-applied tape; Tapecoat 20 with TC primecoat, or approved equal. Provide a two-layered, half-lapped, spiral wrap.

C. Do not coat manufacture's name tags, identification tags, instruction tag(s) or control mechanisms.

D. Holiday test all coatings prior to backfilling in accordance with the applicable requirements of Specifications Section 15179 requirements.

PART 3 - EXECUTION

15055-3.1 COATING REPAIRS

A. Repair all damages to pipe coating systems on pipe and fittings before the piping is holiday tested.

B. Repair all cuts, breaks, voids, bruised or scarred spots, and any other damage caused prior to delivery, or resulting from handling or installation of the pipe and fittings, or from any cause whatsoever.

C. Repair the coating where welds are made and where the coating is damaged or broken by the installation of instrumentation or other accessories or appurtenances.

D. Perform all repairs in accordance with the requirements specified hereinbefore under "Field-Applied External Protective Coating and Procedure".

E. Repairs to shop-applied coating shall be such as to provide a thickness equal to or greater than the factory applied coating.

15055-3.2 CERTIFICATION

A. A log of mill procedure and quality control tests shall be kept daily by the coating, lining and wrapping applicator(s) and a certified copy of this log(s) shall be submitted to the DIA Project Manager with each delivery of pipe and equipment.

PART 4 - MEASUREMENT

15055-4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

15055-5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

Page 584: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 7

END OF SECTION 15055

Page 585: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15055 - COATINGS AND CORROSION PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15055 - 8

PAGE INTENTIONALLY LEFT BLANK

Page 586: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 1

SECTION 15170 AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS

PART 1 - GENERAL

15170-1.1 SUMMARY

A. This Section specifies piping, manual valves, fittings, and miscellaneous materials and appurtenances for the fueling storage and dispensing systems.

15170-1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

15170-1.3 RELATED SECTIONS

A. Division 2 - Trenching and Backfilling

B. Section 05999 - Welding

C. Section 15010 - Basic Mechanical Requirements

D. Section 15050 - Basic Mechanical Materials and Methods

E. Section 15055 - Coatings and Corrosion Protection

F. Section 15172 - Aviation Fueling System Equipment

G. Section 15179 - Aviation Fueling System Inspection, Cleaning, Flushing and Testing.

H. Section 15190 - Mechanical Identification.

I. Applicable Division 16 Electrical sections.

15170-1.4 REFERENCED STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

1. American National Standards Institute (ANSI) a. ANSI B16.9 - Factory Made Wrought Steel Buttwelding Fittings b. ANSI B16.11 - Forged Steel Fittings, Socket Welding and Threaded c. ANSI B31.3 - Petroleum Refinery Piping

2. American Petroleum Institute (API) a. API 609 - Butterfly Valves, Lug-Type and Wafer-Type b. API 1529 - Aviation Fueling Hose

Page 587: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 2

3. American Society for Testing and Material (ASTM) a. ASTM A-53 - Pipe, Steel, Black and Hot-Dipped, Zinc Coated, Welded

and Seamless b. ASTM A-105 - Forgings, Carbon Steel, for Piping Components c. ASTM A-181 - Forgings, Carbon Steel, for General Purpose Piping d. ASTM A-193 - Alloy-Steel and Stainless Steel Bolting Materials for High-

Temperature Service e. ASTM A-194 - Carbon and Alloy Steel Nuts for Bolts for High Pressure

and High-Temperature Service f. ASTM A-234 - Piping Fittings of Wrought Carbon Steel and Alloy Steel for

Moderate and Elevated Temperatures g. ASTM D-1599 - Short Time Hydraulic Failure Pressure of Plastic Pipe

and Tube h. ASTM D-2996 - Filament-Wound Reinforced Thermosetting Resin Pipe i. ASTM D-2310 - Machine-Made Reinforced Thermosetting Resin Pipe

4. American Society of Mechanical Engineers (ASME) : a. ASME - Boiler and Pressure Vessel Codes, SEC 9 - Qualification

Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators.

b. ASME B31.3 – Process Piping c. ASME B31.4 – Pipeline Transportation Systems for Liquid Hydrocarbons

and Other Liquids.

5. National Fire Protection Association (NFPA) a. NFPA 30 - Flammable and Combustible Liquids Code b. NFPA 30A - Automotive and Marine Service Station Code c. NFPA 407 - Aircraft Fuel Service

15170-1.5 SUBMITTALS

A. Refer to Section 15010 for additional submittal requirements.

B. Submittals shall include, but not be limited to:

1. Piping

2. Fittings

3. Valves

4. Welding Procedures and Certification

5. Piping Mill Reports

6. Gaskets

C. Provide hard copy and electronic “As Built” Plans in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings. Electronic drawings shall be submitted in the latest version of AutoCAD (dwg) AND the latest version of Adobe Acrobat (pdf). Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

Page 588: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 3

D. Welders Certificate: Include welders certification of compliance with ASME SEC 9 and section 05999 - Welding

E. Contractor shall submit fully dimensioned spool drawings for all welded piping work. Drawings shall indicate all weld types, sizes and materials to be used. The spool drawing size shall match the full size contract documents of either 24x36 or 34x44. Spool drawings shall be submitted in either the latest version of AutoCAD (dwg) or the latest version of Adobe Acrobat (pdf). Adobe Acrobat files shall not contain security. Other file formats will not be accepted.

F. Leak Testing:

1. Contractor shall submit drawings and procedures of the leak testing that will be performed to the DEN Mechanical Engineer no later than two weeks prior to testing. Contractor may not proceed with tests unless approved in writing by the DEN Mechanical Engineer or DEN Mechanical Inspector.

G. Field Test Reports: Written reports of tests specified in Part 3 of this Section. Include the following:

1. Test procedures used.

2. Test results that comply with requirements.

3. Failed test results and corrective action taken to achieve requirements.

H. Fuel System Installation Contractor: The contractor that will install the fuel piping systems components and monitoring systems, installation and testing fuel hydrant pits and associated control systems, and shall have experience modifying and installing systems at DEN in the last 10 years. Provide documentation for the company and the staff, which shall consist of references for no less than 3 similar projects at DEN.

PART 2 - PRODUCTS

15170-2.1 PIPING MATERIALS

A. All materials and equipment provided under these specifications shall be new products of manufacturers regularly engaged in production of such equipment. All products shall conform to the applicable code or standard for its manufacturing, fabricating and installation.

B. Certification:

1. All steel pipe and fittings to be installed for aircraft fuel service, or for conveyance of waste fluids which may contain fuel, shall be tested and certified at the mill for conformance with the appropriate API or ASTM specification.

2. Mill certification of piping shall be submitted to the DIA Project Manager for approval.

3. Mill identification shall be stamped and clearly visible within 2 inches of the pipe or fitting end. The mill identification on the pipe shall be directly traceable to the mill certification report, in order to specifically identify each piece of pipe or fitting as being fabricated from the steel tested under the mill certification.

Page 589: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 4

C. The ends of the pipe shall be capped at the factory using suitable galvanized metal or plastic caps, secured with a double wrap of 2-inch wide pressure sensitive tape. Plastic caps shall not be used in plugging or capping pipes after installation.

D. All exposed to view aboveground piping, including fittings, valves, supports, and system accessories shall be externally painted or coated in accordance with Section 15055. Internal epoxy lining of piping 2-1/2 inches in size or larger shall be provided for all steel piping conveying fuel in liquid or vapor form, in accordance with provisions of Section 15055.

E. All piping, fittings and devices located within pits or vaults shall be considered to be above ground.

15170-2.2 PIPING SPECIFICATIONS

A. Piping Design Basis: Service

Design Conditions

(psig ambient)

Test

(psig)Fueling Supply 150 275 Fueling Drain 150 275 Fueling Vent 150 275

B. Steel pipe and fittings shall be as scheduled below: Item

2 Inch and Smaller

2-1/2 Inch and Larger

Pipe

ASTM A 53 Grade B, or API 5L Grade B Schedule 80, Seamless.

ASTM A 53 Grade B, or API 5L Grade B, Seamless or ERW, Schedule 40 for 2-1/2" to 10", Std. weight for 12" and above.

Joints

Socket weld. Screwed joints are not used except aboveground or in pits as required to connect to valves or equipment with threaded connections.

Butt-weld.

Flanges

150 lb. ANSI, Carbon Steel, ASTM A-181 Class 70 Socket Weld Raised Face

150 lb. ANSI, Carbon Steel, ASTM A-181 Class 70 Weld Neck, Raised Face

Fittings

Socket weld, ANSI B16.11, Forged Steel, ASTM A 105, 3000 lb.

Butt weld, ANSI 16.9 Carbon Steel, ASTM A-234 Grade B, Wall thickness to match pipe.

Bolts, Studs, Nuts

Same as 2-1/2 Inch & Larger

Carbon steel, cadmium plated, machine bolts and studs per ASTM A 193 Grade B7. Nuts to be heavy hexagon, ASTM A 194 Grade 2H, Cadmium plated.

Gaskets

Same as 2-1/2 Inch & Larger

Spiral-wound, Flexitallic Style CG.

Page 590: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 5

15170-2.3 DRAINAGE PIPING SYSTEM

A. General: For drainage of potentially contaminated storm water, including fuel wastes arising from possible spills at the helipad, fuel delivery truck unloading pad, and the fuel system equipment pad, provide FRP piping which shall conform to ASTM D-1599, D-2310, and D-2996 as applicable, with fittings, adhesives and curing, proof testing performance, and jointing methods in conformance with requirements specified by the piping manufacturer. Include all adapters required for connections to valves or other equipment components, and transitions to steel piping sections. Piping shall be Smith Fiberglass Red Thread II, or approved substitute.

15170-2.4 FITTINGS

A. Butt-weld type carbon steel, ASTM A234 Grade B, ANSI B16.9 for sizes 2-1/2 inches and larger. Wall thickness of fittings shall match wall thickness of pipe.

B. Socket weld or screwed 3,000-pound forged steel, ASTM A 105 Grade II, conforming to ANSI B16.11 for sizes 2 inches and smaller.

C. All elbows shall be long radius.

D. Changes in direction of pipe, of other than 45 degrees or 90 degrees, shall be made as follows:

1. With long radius weld ells cut to the proper angle and shop beveled.

2. At the option of the Contractor, use long radius pipe bends. Pipe roundness shall be maintained to factory tolerance for straight pipe lengths. Submit shop drawings of all bends and bending procedures for approval.

E. Branch Connections:

1. Forged fittings may be used in lieu of butt welding tees for branch connections.

2. Forged fittings shall be forged steel fabricated from materials confirming to ASTM A 105, standard weight steel, and shall conform to ANSI B16.11. Thickness shall match wall thickness of pipe.

3. Forged fittings shall be butt weld insert sweepolets as manufactured by Bonney Forge and Tool Works, or butt weld vesselets as manufactured by W.F.I. International, Inc.

4. Thredolets or sockolets shall only be used for gauge, vent, and instrument connections.

15170-2.5 INSULATED FLANGE JOINTS

A. Flanged insulating assemblies shall be used for electrostatically isolating cathodically protected pipeline from cathodically unprotected assemblies, and shall be LineBacker Type "E" as manufactured by Pipeline Seal and Insulator, Inc., or approved substitute.

B. Insulating joint shall consist of a full face insulating gasket, insulating bolt sleeves and double quantity of insulating washers and stainless steel washers.

Page 591: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 6

C. Insulating materials shall be as follows:

1. Gasket: NEMA Grade G10 retainer conforming to ASTM D 229 with Teflon ring seal on each side of the retainer. Minimum dielectric strength shall be 500 volts per mil (VPM). Compressive strength shall be 50,000 psi. Water absorption shall be 0.05 percent (max.)

2. Sleeves: Shall be 1/32-inch wall thickness, length to suit two class 150 lb. weld neck flanges, insulating gaskets and valve body thickness. Sleeve shall provide "full" insulation of studs; minimum dielectric strength shall be 500 VPM. Material shall be NEMA Grade G10.

3. Insulating washers: NEMA Grade G10, 1/8-inch thick (minimum).

D. Install insulating joints at the locations indicated on the Drawings. Where not shown on the Drawings, they shall be installed at the first flange (within the structure) nearest to the structure's wall or the first flange wherever underground piping comes aboveground.

E. Flange assemblies shall provide a minimum resistance of one million ohms measured between each stud and both flanges when tested in the dry condition.

15170-2.6 FLANGES

A. Flanges shall be standard weldneck type 150 pound forged steel, ASTM A 181 Class 70, conforming to ANSI B16.5.

B. Finish of the flange surface mating the gasket shall be phonographically serrated.

C. Flange facings shall correspond to the equipment to which the piping is joined and shall, unless otherwise required, be standard 1/16-inch raised face flanges.

D. Flange drilling shall match drilling on pump or equipment flanges.

15170-2.7 GASKETS

A. Gaskets shall be resistant to the effects of hydrocarbon fuels and manufactured of fire-resistant materials.

B. Full face gaskets shall be used for flat face steel flanged joints.

C. Ring gaskets shall be used for steel flanged joints with raised face flanges.

D. Gaskets shall be spiral-wound construction with an integral 1/8 inch thick metal gauge ring.

E. Gasket shall be constructed from metal windings and an enclosed filler to a thickness of 0.175 inch to compress to 0.125 to 0.135 inch under proper bolt torque.

F. The metal windings shall be type 304 stainless steel.

G. The filler shall be non-asbestos, chlorite mineral paper (Flexite).

15170-2.8 BOLTS AND NUTS

Page 592: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 7

A. Machine bolts shall be cadmium-plated carbon steel, heavy hexagon, conforming to ANSI B18.2.1 and ASTM A193 Grade B7.

B. Nuts shall be cadmium plated carbon steel, heavy hexagon conforming to ANSI B18.2.2 and ASTM A 194 Grade 2H.

C. Cadmium plating shall be electro-deposit in accordance with ASTM B766-86, Coating type TS.

D. Provide washers under bolt head and nuts. Washers to be cadmium plated ASTM F 436 hardened steel washers.

15170-2.9 BUTTERFLY VALVES

A. Butterfly valves shall be High Performance Butterfly Valves, full lug body, rated at 150 psi at 100 degrees F, and meet the following requirements:

1. Valves shall be capable of providing bubble-tight shutoff against full differential pressure in either flow direction.

2. Valve seat shall be fire-safe metal-to-metal secondary seal with primary elastomeric seal, conforming to API 607.

3. Valves shall have retained top and bottom low friction bearings.

4. Retainer rings must be recessed in the body so that the line gasket prevents any potential external leakage.

5. Valves shall have internal stop to prevent disc over-travel.

6. Shaft shall be one piece, through disc type or two-piece stem incorporating double offset design, which is drilled on the tangent for disc connection and which is attached to the discstops to be inherently blow-out proof in accordance with ANSI B16.34.

B. Valves shall be suitable for mounting with valve shaft in the horizontal position with the lower half of disc opening in the same direction as normal flow, or offset one bolt hole angle to suit installation clearance.

C. Valve flanges shall be class 150 lb. ANSI B16.5.

D. Cap screws for installation of lug bodies shall be carbon steel, cadmium plated, heavy hexagon, conforming to ASTM A 193, Grade B7. Arrange for installation between flanges using cap screws from each side to permit removal of downstream flange.

E. Valves six inches and smaller shall be furnished with spring loaded, squeeze trigger type handle complete with locking device.

F. Valve components shall be manufactured of the following materials:

1. Valve body shall be fabricated from carbon steel conforming to API-609, ASTM A 105 or A 216 GR. WCB through 8 inch; ASTM A 216 GR. WCB 10 inch or larger.

2. Disc shall be fabricated from stainless steel conforming to ASTM A 182 F316 or A 351 GR. CF8M.

Page 593: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 8

3. Shaft shall be fabricated from stainless steel alloy 17-4 PH, ASTM A 564, Type 640H 1150.

4. Seat seal shall be stainless steel/RTFE.

5. Shaft bearings shall be rated for fire-safe application and shall conform with requirements of API-607.

G. Valve assembly shall be specifically designed for use with hydrocarbon fuels.

H. Acceptable Manufactures:

1. WKM "Dynacentric"

2. Mark Controls Corporation "Flowseal"

3. Jamesbury "Fire-Tite Wafer-Sphere"

4. Substitutions per 15010

15170-2.10 PLUG VALVES - DOUBLE BLOCK AND BLEED

A. Double Block and Bleed valves shall be General Valve Company Twin - Seal high-integrity positive shut-off valves, Series 8800, as manufactured by General Valve Company, Brookshire, Texas, or Tru-Seal as manufactured by Orbit Valve Company and meeting the following requirements:

1. Valves shall be non-lubricated, resilient seal, plug-type with a mechanical means of freeing the plug before it is rotated from the closed to the open position.

2. Valves shall have a safety bleed/differential thermal relief system to check seal integrity of valve in the closed position and relieve internal pressure.

3. Valves shall have position indicator flag to show the exact plug position.

B. Valves shall have ANSI 150 pound class rating (275 psi working pressure).

C. Valves six inches and smaller shall have handwheel operators. Valves eight inches and larger shall have gear operators. Chainwheel drives shall be provided where shown on the Drawings or where valve operator is mounted 7 feet or more above operating level. Where shown on the "N" series drawings, provide limit switches as specified in Section 15948.

D. Valve components shall be manufactured of the following materials:

1. Valve body shall be cast carbon steel ASTM A 216-WCC Chrome plated.

2. Valve plug shall be ductile iron ASTM A395 GR 60-40-18 Electroless Nickel Coated for valve sizes 8 inches to 12 inches, or cast carbon steel ASTM A 216-WCB Electroless Nickel Coated for larger sizes.

3. Valve bonnet and lower plate shall be carbon steel ASTM A36/A516 GR 70, or cast equivalent.

4. Valve slip seals and o-rings shall be viton.

5. Back-up ring shall be teflon.

6. Seating slips shall be ductile iron ASTM A395 GR 60-40-18 Manganese phosphate coated.

Page 594: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 9

15170-2.11 HYDRANT VALVES

A. Hydrant pit valves shall be Model 60554X manufactured by J. C. Carter Co., Inc. Valves shall have a 6-inch, 150 lb. ANSI B16.5 inlet flange, and 4-inch API 1584 adapter outlet flange. Valve shall include optional actuator 64230.

B. The valves shall be actuated by a compressed air operated pilot valve through a deadman control.

C. Adapter flange shall be provided with a dust cover (without locking cams) chained or tied to the valve.

D. Adapter poppet shall be provided with a pressure equalizing device or valve.

E. The valves shall be provided with a 10 mesh screen, furnished by valve manufacturer.

F. Valve closing time shall be adjustable from 2-5 seconds.

G. Materials:

1. Outer housing shall be epoxy coated A536, Grade 60-14-80 ductile iron.

2. Trim shall be stainless steel and aluminum alloy.

H. Hydrant valves shall not be installed until all tests and flushing are completed.

I. Provide stainless steel strainer at upstream flange, conical type. Ring shall be 0.25" thick. Screen shall be 12 x 12 mesh with 0.023" diameter wire. Open area shall be 150 percent of pipe area.

15170-2.12 WALL PENETRATION SEALS

A. Pipe to wall penetration closures shall be modular mechanical type, made up of jet fuel resistant interlocking rubber links shaped to fill the annular area between pipe and wall opening or outer casing, and joined together with machine bolts and nuts. Seal shall be designed to fit loosely around pipe and after being positioned, expanded against the outer wall by tightening the bolts. Seal shall be electrically non-conductive. Bearing plates or washers between seal elements and bolt heads and nuts shall be electrically non-conductive.

B. Seal assembly shall be constructed of materials resistant to aviation jet fuels.

C. Seals shall be "Link-Seal" as manufactured by Thunderline Corp., Belleville, Michigan, or approved substitute.

D. Sleeves through walls shall be (grouted) (cast) in place. Sleeves through pads shall be cast in place. Piping shall be installed centered in sleeve.

15170-2.13 FLANGED INSULATION KITS

A. Flanged insulating assemblies shall be used for full electrostatic isolation of cathodically protected pipe line from cathodically unprotected assemblies, and shall be Gasket-O-Seal Type "E" as manufactured by Pipeline Seal & Insulator, Inc

Page 595: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 10

(PSI), Maloney, Central or approved equal.

B. Insulating joint shall consist of a full face thermosetting molded phenolic insulating gasket, insulating bolt sleeves and double quantity of insulating washers and stainless steel washers.

C. Insulating materials shall be as follows:

1. Gasket: Phenolic retainer conforming to ASTM D 229 with Buna-N "O" ring seal molded in a groove on each side of the retainers. 1/8-inch thick for class 150 raised face gasket. Minimum dielectric strength shall be 500 volts per mill (vpm).

2. Sleeves: Shall be 1/32-inch wall thickness spiral wound mylar, length to suit two class 150 lb. weld neck flanges, insulating gaskets and valve body thickness. Sleeve shall provide "full" insulation of studs; minimum dielectric strength shall be 4000 vpm.

3. Insulating washers: Grade G3HT phenolic, 1/8-inch thick (minimum), 1 per each side of flange. Dielectric strength shall be compatible with minimum insulating values of insulating sleeves and gaskets.

PART 3 - EXECUTION

15170-3.1 CLEAN PIPING REQUIREMENTS

A. It is extremely important to keep the interior of the piping system thoroughly clean at all times. The Contractor shall keep the interior of the piping clean of all visible dirt or foreign matter at all times and under all conditions. If, for any reason, the inside of the piping contains dirt or foreign matter, the Contractor shall rectify this condition to the DIA Project Manager's satisfaction with all necessary material, labor, and equipment for cleaning being furnished at the Contractor's expense.

B. The pipe shall be delivered to the job site sealed. The seals are not to be removed until the pipe is installed. After each day's work, the open ends of all pipe being installed shall be closed with an expansion type weatherproof seal manufactured for this purpose.

C. All fittings and valves shall be kept in a covered dry storage area until installation.

D. Pipe shall not be installed in trenches containing water or mud.

E. At openings for branches in pipe, all material which falls into the pipe must be removed before welding in the branch fittings.

15170-3.2 HANDLING PIPE

A. Shipping, delivering, and installing pipe and accessories shall be handled in such manner as to ensure a sound undamaged condition. Particular care shall be taken not to injure pipe coating and containment pipe when storing pipe, lowering it into trench and when backfilling.

B. No other pipe or materials of any kind shall be placed inside a pipe or fitting after the coating has been applied.

Page 596: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 11

C. Storage rack materials shall be 6 inches in bearing width and placed not more than 6 feet apart.

D. Do not rack pipe more than four sections in height.

E. Protect and prevent movement of all racked pipe by use of suitable padded material between sections.

F. All trucks handling coated pipe shall have properly padded bolsters, padded chains, and padded binders so as to not damage the coating.

G. Pipe shall not be dropped or rolled off the truck, but shall be carefully lowered onto skids using padded mechanical equipment.

H. Coated, wrapped, and double-contained sections of pipe must be lifted with nylon slings of approved width and shall not be dragged or pulled into position.

15170-3.3 LAYING UNDERGROUND PIPE

A. Lay, embed, and maintain all underground pipelines to the flow-line elevation and grades shown on the drawings or as directed by the DIA Project Manager. Pipelines shall be graded uniformly between invert elevations.

B. Excavation, backfill and compaction shall be in accordance with [Section 02221] [Division 2]. Trench backfill from not less than six inches below the bottom of the pipe to not less than six inches above the top of the pipe shall consist of bedding material as specified.

C. The full length of each section of pipe shall rest solidly upon the bedding material.

D. Any pipe that has the grade or joint disturbed after being laid shall be taken up and relaid.

E. Do not lay pipe in water or when trench conditions are, in the judgment of the DIA Project Manager, unsuitable.

F. Anchor pipe, in an approved manner, during installation to prevent flotation prior to backfilling and placing into service.

G. When work is not in progress, securely close open ends of pipe or fittings using approved expanding type watertight plugs to prevent trench water, earth, or other foreign substance from entering the pipe or fittings.

15170-3.4 WELDING

A. General: Comply with welding requirements of this section and section 05999 – Welding. If the two sections have conflicting requirements, the more stringent shall apply.

B. Welding electrodes shall be designed and made for use with the specific pipe metal to which it is applied and shall conform to the applicable AWS Specifications for welding rods and electrodes. Welding electrodes shall be suitably shielded.

Page 597: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 12

C. Welding shall be accomplished by the use of the shielded metallic arc process and shall be performed in strict accordance with the requirements of ANSI B31.3. Welding process and/or procedures that comply with any other standard will not be accepted. All welding shall be performed downhill.

D. Not less than fifteen days prior to performing any weld, the Contractor shall submit to the DEN Project Manager for approval the welding procedure specifications (meeting the requirements of ANSI B31.3) proposed to be used on the job. The Contractor's submittal shall include, as a minimum, the following:

1. Certified copies of the procedure qualification test records confirming that the procedures have been qualified in accordance with ANSI B31.3 and Section IX of the ASME Code.

2. The Contractor shall submit the records in a form similar to the "Procedure Qualification Record" and shall include the information required by Section IX of the ASME Code and ANSI B31.3.

3. Welding procedure shall be designed for the conditions of this Contract, shall be complete and specific, and shall differentiate between shop and field welding.

4. The Contractor shall secure the services of an Independent Testing Laboratory to certify each welder. Welds shall be made and tested as required by ANSI B31.3 and Section IX of the ASME Boiler Code. The following conditions shall apply for qualification testing of each welder: a. All welds shall be made in the downhill method. b. All pipe groove welds shall be in test position 6G. c. No backing rings shall be used. d. All test welds shall be given a radiographic examination prior to the

performance of bend test. e. All test welds shall be given the performance bend test. f. Welders failing to qualify after two unsuccessful attempts shall not be

retested and shall not be permitted to perform any welds on this project. g. All test results shall be submitted to the DEN Project Manager for

approval.

5. In addition to the above, each welder shall possess a currently approved certificate, meeting the requirements of these specifications, issued by an approved testing authority. Satisfactory evidence as to qualifications and certificate possession shall be presented to the DEN Project Manager for each welder employed prior to any welding being performed.

6. Costs incidental to these procedures and the welders qualification tests shall be borne by the Contractor.

E. Identification:

1. Each welder shall identify his weld with specific code marking signifying his name and assigned number.

2. The Contractor shall maintain an up-to-date record of the welders and the code assigned to each welder.

Page 598: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 13

3. The welder shall stamp his code on the pipe, not closer than 3" nor farther than 4" from a weld, using a "low stress" steel stamp or other approved methods that will not damage the pipe or pipe coating system.

4. The Contractor shall indicate, on his set of plans for submittal as record plans (as-built), the location of each weld by number and the respective welder's identification code. The identification methods to be used by the Contractor shall be submitted to the DEN Project Manager along with the respective welders' qualification test records.

F. Preparation of Pipe Ends for Butt Welding:

1. Preparing pipe ends shall be in accordance with ANSI B16.25.

2. Shop and field bevels shall be machine cut; manual flame cutting will not be permitted.

G. Backing rings shall not be used.

H. All welds shall have full penetration and fusion and shall conform to ANSI B31.3, supplemented with additional requirements as specified herein or shown on the drawings.

I. Align pipe joints with pipe clamps prior to welding. Clamps or other alignment devices shall not reduce the internal pipe diameter.

J. Any weld or weld repair, once started, shall be continued until the weld has been completed.

K. Defective welds shall be repaired or redone, in accordance with ANSI B31.3 at the Contractor's expense.

L. Repairs to defective welds shall not be made prior to authorization. The DEN Project Manager will determine on the basis of the Testing Laboratory report if repairs may be made or if the entire joint must be cut out and welded again.

M. No weld metal shall project within the piping at completion of the welding. All weld material and burrs protruding outside the pipe's outer surface shall be ground smooth.

N. Prior to welding, each joint shall be cleaned and all rust and loose debris and contaminants removed.

O. Any welder producing more than a total of three defective welds shall be disqualified and prohibited from performing any more welds on this Project.

15170-3.5 RADIOGRAPHING AND MAGNETIC PARTICLE TESTING

A. The Contractor shall employ a recognized independent testing laboratory to test, by radiography, 10 percent of all aboveground circumferential shop and field butt welds and fabricated branch connection welds. All fillet and seal welds shall be tested by magnetic particle testing method.

B. The Contractor shall cooperate with the Testing Laboratory and shall give the DEN Project Manager and the Testing Laboratory adequate advance notice of when

Page 599: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 14

welds will be available for radiographing and that all the work required by the Contractor in connection with the welding prior to radiographing is properly completed.

C. Testing Laboratory's report shall be submitted, in timely fashion, to the DEN Project Manager throughout the progress of the work, and the Contractor will be notified of any encountered deficiency.

D. Reports of all radiographing and magnetic particle testing shall be prepared in accordance with the requirements of ANSI B31.3. The reports shall include welder's code, weld identification and description, whether the weld meets the specification requirements, the film type and size, and remarks on imperfections. All subsequent report formats shall be in accordance with the requirements of Section IX of the ASME Code.

E. Radiograph exposure film negatives will be kept on file by the DEN Project Manager; the record for such radiograph film negative will show the date, location of tested weld (coordinate with weld location as shown on the Contractor's as-built drawings), area, film number, serial number, film combination, time, source-film distance, angulation and other pertinent information for each weld radiographed.

F. A summary of these records along with an expert interpretation of the tests shall be prepared by the testing laboratory and submitted in a report form for each weld, to the DIA Project Manager. Interpretation of negatives shall be by a level 3 radiographic technician certified by examination by the American Society of Non-Destructive Testing.

G. All welds shall be left exposed until all testing (radiographing and magnetic particle) is completed and welds have been accepted by the DEN Project Manager.

H. Acceptance criteria for welds shall be in accordance with ANSI B31.3 requirements for normal cyclic conditions. Welds which do not meet the standards of acceptability will be judged unacceptable and shall be repaired or cut out and rewelded by the Contractor as directed by the DEN Project Manager at no additional cost to the Owner. Repaired and rewelded joints shall then be re-radiographed. If the same joint, after the second welding and radiographing fails again, then the section(s) of involved pipe shall be removed and replaced at no additional cost to the Owner.

I. All costs of the original radiographing and re-radiographing of unacceptable welds and the accompanying reports and interpretation shall be borne by the Contractor.

15170-3.6 COLD CUTTING AND PLUGGING FOR UNDERGROUND PIPE

A. Cold cutting will be required on all fuel pipelines, which require modification; with all required modification work to be performed by the Contractor. The Owner will arrange for isolating and draining sections of pipeline requiring modifications, and the Contractor shall verify that the lines are completely drained.

1. Where positive isolation cannot be ensured by existence of double block and bleed valves, other measures such as blind flanging piping in accessible valve vaults, etc. will be required. Unless otherwise indicated on the drawings, the Owner will arrange for installation of isolating measures and restoration of the

Page 600: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 15

piping system, following completion of the Contractor's piping modification, to normal service condition.

B. Contractor shall submit a plan of procedure and sequence of activities to the DEN Project Manager 30 days prior to actual work. The following is a suggested sequence only; the Contractor is responsible for the means, methods, sequences, techniques, and procedures of construction and safety precautions and programs.

1. Test area around pipe with approved combustible vapor indicator to verify a flammable gas-free environment at the time of performing "hot work." Provide suitable ventilation. Obtain "hot work" permit and "gas free" certificate.

2. Equip workers with safety glasses, hard hat and suitable clothing. Provide fresh air ventilation for all personnel.

3. Throughout performance of work required, provide and maintain provisions for collection of any fuel spills or leakage, which might occur, along with acceptable provisions for removal and disposal of captured fuel. Include details of provisions as part of required submittal.

4. To the maximum practicable extent, prefabricate and pre-assemble new work which is to be installed in the section of pipeline being removed, so as to minimize the duration of time requiring isolation of pipeline sections.

5. Insure pressure is zero on the line with coolant, carefully drill a 1/4" diameter test hole in the top of the fuel line section to be removed. Gauge for liquid through the holes to verify that the pipe is drained or how much liquid fuel remains. Provide temporary plug for the test hole with "on-hand" brass screws. If liquid fuel flows out of the hole while open, notify the DIA Project Manager of need for expedited corrective action.

6. If line is empty, provide shoring and bracing for the pipe and proceed with "machine cold cutting" the fuel line using an air operated cutter with coolant.

7. After both ends of the fuel line section have been cut and the section is removed, swab out metal chips and immediately insert gasketed type piping plug into each open end of the remaining pipeline after first placing CO2 "dry ice" into the open pipe ends to provide inert gas behind the pipe plugs (also known as "plumber's plugs"). Tighten the plug in order to provide a liquid and vapor tight seal from the drainage of liquid or fuel vapor from the remaining fuel line segments while pipe ends are being dressed preparatory to welding. Maintain fresh air ventilation for personnel when using CO2.

8. The line then being ready for the new welding work, accomplish testing for combustible gas by indicator designed for the purpose. Provide suitable ventilation for personnel. Remove pipe plugs, placing CO2 "dry ice" into the open pipe ends to provide inert gas during welding. New assemblies to be butt-welded to ends of existing piping; no underground flanges are permitted.

9. After welding is completed and non-destructive testing and radiographic inspection is successfully completed, coordinate with DEN Project Manager for restoration of the system to normal operating status.

10. Proceed with hydrostatic testing, coating of pipe joints, and holiday testing as required.

15170-3.7 LEAK TESTING

Page 601: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 16

A. Provide temporary equipment for testing, including pump and gages. Test piping system before insulation is installed, wherever feasible, and remove control devices before testing. Subject entire piping systems to leak tests, either as a whole, or in sections; but leave no part untested.

B. Test gauges shall have a range that provide for the test pressure to be in the middle third of the gauge scale.

C. Contractor shall provide written notification to the DEN Project Manager/Engineer and DIA Inspector at least 48 hours before performing leak test. Perform all tests in the presence of the authorized City representative.

D. Aviation Fueling Piping Leak Testing:

1. Perform leak testing on all aviation fuel piping systems as required by Section 15179 – Aviation Fueling System Inspection, Cleaning, Flushing and Testing.

E. Testing shall be witnessed by DEN Mechanical Inspector and Project Manager or Designated Representative.

F. Repair piping systems which fail required piping test, by disassembly and reinstallation, using new materials to extent required to overcome leakage. Do not use chemicals, stop-leak compounds, mastics, or other temporary repair methods.

G. Drain test water from piping systems after testing and repair work that has been completed.

H. Prepare written report of testing procedures and result. Submit in accordance with Section 15010.

PART 4 - MEASUREMENT

15170-4.1 METHOD OF MEASUREMENT

A. Payment for “New Hydrant Valve For New Pit” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

B. Payment for “6-Inch Coated Jet Fuel Piping For New And Relocated Hydrant Location” shall be measured per linear foot, for work installed in-place, completed, and approved by the DEN PM.

C. Payment for “New Low Point Drain Pit With Piping” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

D. Payment for “New High Point Vent Pit With Piping” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

E. Payment for “New Jet Fuel Valve Vault Access Cover” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

15170-5.1 PAYMENT

Page 602: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15170 - AVIATION FUELING SYSTEM PIPING, VALVES AND FITTINGS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15170 - 17

A. Payment for “New Hydrant Valve For New Pit” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “6-Inch Coated Jet Fuel Piping For New And Relocated Hydrant Location” will be made at the contract unit price per linear foot for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

C. Payment for “New Low Point Drain Pit With Piping” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

D. Payment for “New High Point Vent Pit With Piping” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

E. Payment for “New Jet Fuel Valve Vault Access Cover” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item 15170-1 New Hydrant Valve For New Pit – per each

Item 15170-2 6-Inch Coated Jet Fuel Piping For New And Relocated Hydrant Location – per linear foot

Item 15170-3 New Low Point Drain Pit With Piping – per each

Item 15170-4 New High Point Vent Pit With Piping – per each

Item 15170-5 New Jet Fuel Valve Vault Access Cover – per each

END OF SECTION 15070

Page 603: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 1

SECTION 15172 AVIATION FUELING SYSTEM EQUIPMENT

PART 1 - GENERAL

15172 - 1.1 SUMMARY

A. This section specifies the following mechanical equipment:

1. Prefabricated Pits.

2. Access Covers.

3. Strainers

15172 - 1.2 RELATED DOCUMENTS

A. Drawings, general and special conditions, Division 1 - general requirements and other applicable technical specifications apply to work of this section.

15172 - 1.3 RELATED SECTIONS

A. Section 15010 - Basic Mechanical Requirements.

B. Section 15050 - Basic Mechanical Materials and Methods.

C. Section 15055 - Coatings and Corrosion Protection

D. Section 15170 - Aviation Fueling System, Piping, Valves and Fittings

E. Section 15179 - Aviation Fueling System Inspection, Cleaning, Flushing and Testing

F. Section 15190 - Mechanical Identification

15172 - 1.4 REFERENCE STANDARDS

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 15010 for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Petroleum Institute (API) a. API 1542 - Airport Equipment Marking for Fuel Identification b. API 1581 - Specifications and Qualification Procedures for Aviation Jet

Fuel Filter/Separators, Third Edition c. API 421 - Management of Waste Discharges: Design and Operation of

Oil-Water Separators, First Edition, January 1990

2. American National Standards Institute (ANSI) a. ANSI B16.5 - Steel Pipe Flanges, Flanged Valves and Fittings

Page 604: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 2

3. American Society of Mechanical Engineers (ASME) a. ASME Boiler and Pressure Vessel Code, Section VIII

4. International Fire Code (IFC) with the Denver Amendments

5. International Building Code (IBC) with the Denver Amendmnets

6. Steel Tank Institute (STI) a. STI-P3 - Steel Tank Protective Coating System

7. Underwriters' Laboratories (UL) a. UL 58 - Standard for Safety, Steel Underground Tanks for Flammable

and Combustible Liquids

15172 - 1.5 SUBMITTALS

A. Shop Drawings:

1. Submit detailed shop drawings and equipment lists.

2. Lists shall be accompanied by bulletins, plates, and schedules indicating the relative characteristics, ratings and capacities of the equipment.

3. When standard equipment is modified to suit the conditions required, the shop drawings shall be supplemented with certification from equipment manufacturer that product meets the required specifications.

B. Operating and Maintenance Manuals: Submit spare parts list, maintenance instructions and reviewed shop drawings in accordance with Section 15010 covering all items of equipment, and the operation of the equipment in detail.

C. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

PART 2 - PRODUCTS

15172 - 2.1 HYDRANT PITS

A. General: Pits shall be pre-fabricated fiberglass/steel flange pits with double-hinge aluminum frame and door.

B. Pit Covers:

1. Covers shall be No. A356.2 all primary metal cast aluminum per Fed. Spec. QQ-A-601F with a Mil. Spec. H-6088F T-6 heat treat, with no exceptions.

2. Service lettering shall be abrasion/corrosion/chemical resistant, color coded, polyester powder coated.

3. Cover access door shall have hand-holes with a minimum 1.75-inch depth and 7.5 cu. in. volume located near edge opposite of hinge side. Cover door shall have one single-motion latch lever without any above-grade protrusions whether in use or not and with a minimum 0.25 inch clearance from latching surface. Cover door and frame shall have a 35 pound maximum lift using non-weight bearing, free floating hinges, and a

Page 605: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 3

minimum 0.5 inch diameter hinge pins; providing a minimum 23.5 inch diameter clear opening to allow component access at a 4 inch maximum from cover top.

4. Cover prototype test report shall be submitted and the test shall have been conducted by an independent testing company in the following manner: Cover loading over each 200 sq. in. footprint shall result in a rating of 1,000 psi (740 psi for 11 inch O.D. cover) with a maximum full load deflection of 0.100 inch at center indicators and maximum deflection "rebound" within 0.010 inch after load release.

5. Cover must be free of visual shrink porosity cavity areas, fillers, weldments and paint to hide them. Cover areas painted for safety or colored for information are allowed. Weight bearing mating flange surfaces of the pit and cover shall be machined flat to within 0.010 inch total indicator reading.

6. Spare Parts - Provide 2 sets of hinge kits for pit covers.

C. Pits shall be pre-fabricated per the drawing detail dimensions, and shall be fiberglass with a galvanized steel top flange to be integrally bonded to the fiberglass in a non-bolted arrangement with a minimum overlap of 4 inches. The integral top flange shall require no extraneous corrosible material, weldments or strongbacks to support the cover.

D. Manufacturer: Pits shall be as manufactured by CAVOTEC-DABICO, Inc. or approved equivalent. Hydrant pits shall be Model D236WPHD8SF-FHPAS-6-BF6-HS6-GL-48D. Pits are side entry type. (Substitutions: Under Provisions in Section 15010)

15172 - 2.2 VAULT ACCESS COVERS

A. Non-Counterweighted Covers:

1. General: Vault Access Covers shall be double-hinge aluminum frame and door with pre-fabricated reinforced fiberglass pit liner with a steel top flange vault access pit.

2. Covers: a. Covers shall be No. A356.2 all primary metal cast aluminum per Fed.

Spec. QQ-A-601F with a Mil. Spec. H-6088F T-6 heat treat, with no exceptions.

b. Service lettering shall be abrasion/corrosion/chemical resistant, color coded, polyester powder coated.

c. Cover access door shall have hand-holes with a minimum 1.75-inch depth and 7.5 cu. in. volume located near edge opposite of hinge side. Cover door shall have one single-motion latch lever without any above-grade protrusions whether in use or not and with a minimum 0.25 inch clearance from latching surface. Cover door and frame shall have a 35 pound maximum lift using non-weight bearing, free floating hinges, and a minimum 0.5 inch diameter hinge pins; providing a minimum 23.5 inch diameter clear opening to allow component access at a 4 inch maximum from cover top.

d. Cover prototype test report shall be submitted and the test shall have been conducted by an independent testing company in the following

Page 606: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 4

manner: Cover loading over each 200 sq. in. footprint shall result in a rating of 1,000 psi (740 psi for 11 inch O.D. cover) with a maximum full load deflection of 0.100 inch at center indicators and maximum deflection "rebound" within 0.010 inch after load release.

e. Cover must be free of visual shrink porosity cavity areas, fillers, weldments and paint to hide them. Cover areas painted for safety or colored for information are allowed. Weight bearing mating flange surfaces of the pit and cover shall be machined flat to within 0.010 inch total indicator reading.

f. Spare Parts - Provide twenty sets of hinge kits for pit covers.

3. Pits: Shall be per the plan detail dimensions. Pit shall be one quarter inch reinforced fiberglass pit liner with a steel top flange.

4. Manufacturer: Pits shall be as manufactured by CAVOTEC- DABICO, Inc., Model D741WP-VA-XHL1R-24D. (Substitutions: Under Provisions in Section 15010)

15172 - 2.3 STRAINERS

A. Strainers shall be ANSI Class 150, simple basket type construction of cast carbon steel, ASTM A 216 GR. WCB, with raised face flanges and bolted cover. (Substitutions: Under Provisions in Section 15010)

B. Baskets shall be type 304 stainless steel with 1/8 inch diameter perforations and 40 mesh liner. Free area of basket shall be not less than four times the corresponding pipe size.

C. Basket O-ring gaskets shall be Viton.

D. Subject to meeting the requirements of the specifications, acceptable manufacturers are:

1. Hayward Industrial Products.

2. Mueller Steam Specialty.

3. Substitutions: Under Provisions in Section 15010

PART 3 -EXECUTION

15172 - 3.1 EQUIPMENT ELECTRICAL REQUIREMENT

A. General: All motors and control equipment to conform to the requirements of Division 16: Electrical.

B. Labels: All starters, pushbutton stations, switches, etc., to be marked with laminated plastic labels on their covers displaying a suitable name, number, or other legend to indicate which piece of equipment the apparatus controls or regulates.

15172 - 3.2 GENERAL

A. Installation: Install equipment and components accurately in position, true to line, level and plumb, and measured from established benchmarks or reference points.

Page 607: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 5

Follow manufacturer's recommended practices for equipment installation. Provide required clearances between equipment components. Equipment, apparatus, and accessories requiring normal servicing or maintenance to be easily accessible.

B. Anchoring: Anchor all equipment in place. Check alignment of anchor bolts before installing equipment and cleanout associated sleeves. Do not cut bolts because of misalignment. Notify DEN Project Manager of errors and obtain DEN Project Manager's acceptance before proceeding with corrections. Cut anchor bolts of excess length to the appropriate length without damage to threads. Where anchor bolts or like devices have not been installed, provide appropriate type anchors indicated for construction condition. For self drilling anchor bolts use Hilti Fastening Systems, HHS self drilling anchor or ITT Phillips Drill Division, Red Head self drilling anchor. For drop in expansion anchors, use Hilti Fastening Systems, KWIKBolt or ITT Phillips Drill Division, Red Head Wedge Anchors. Devices of lead, plastic, or wood are not acceptable.

C. Grouting: All equipment which is anchored to a pad to be grouted in place; before setting equipment in place and before placing grout, clean surfaces to be in contact with grout, including fasteners and sleeves. Remove standing water, debris, oil, rust, coatings and other materials, which impair bond. Clean contaminated concrete by grinding or other acceptable means. Clean metal surfaces or mill scale and rust by hand or power tool methods, or other acceptable means. Provide necessary formwork for placing and retaining grout. Grout to be nonmetallic, nonshrink, fluid precision grout of a hydraulic cementitious system with graded and processed silica aggregate, Portland cement, shrinkage compensating agents, plasticizing and water reducing agents; free of aluminum powder agents, oxidizing agents and inorganic accelerators, including chlorides; proportioned, premixed and packaged at factory with only the addition of water required at the project site; grouting to meeting requirements of ASTM C 827; perform all grouting in accord with ACI, equipment manufacturer's, and grout manufacturer's published specifications and recommendations.

D. Leveling and Aligning: Level and align all equipment in accordance with respective manufacturer's published data. Do not use anchor bolt jack nuts or wedges to support, level or align equipment. Install only flat shims for leveling equipment. Place shims to fully support equipment. Wedging is not permitted. Shims to be fabricated flat carbon steel units of surface configuration and area not less than equipment bearing surface. Shims to provide for full equipment support. Shim to have smooth surfaces and edges, free from burrs and slivers. Flame or electrode cut edges not acceptable.

E. Threaded Fasteners and Hardware: Use appropriate type threaded fasteners and hardware for application. Material to be same type and grade required for Jet A piping system components, except as otherwise required. Provide hexagon bolt heads and nuts.

1. Bolts and Nuts: Carbon steel, ASTM A 307, Grade B, cadmium plated .0002" thick or stainless steel, ASTM A193, Grade B or ANSI T304.

2. Standard Screws and Nuts: ANSI B18.2.

3. Machine Screws and Nuts: ANSI B18.6.3.

4. Plain Washers: ANSI B27.2.

Page 608: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15172 - AVIATION FUELING SYSTEM EQUIPMENT CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15172 - 6

5. Beveled Washers: ANSI B27.4.

6. Lock Washers: ANSI B18.21.1, helical spring type.

7. Threads: ANSI B1.1, Coarse Thread Series.

PART 4 -MEASUREMENT

15172 - 4.1 METHOD OF MEASUREMENT

A. Payment for “Remove and Replace Jet Fuel Hydrant Pit (JVP)” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

B. Payment for “Install New Jet Fuel Hydrant Pit (JVP)” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

PART 5 - PAYMENT

15172 - 5.1 PAYMENT

A. Payment for “Remove and Replace Jet Fuel Hydrant Pit (JVP)” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Install New Jet Fuel Hydrant Pit (JVP)” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Payment will be made under:

Item 15172-1 Remove and Replace Jet Fuel Hydrant Pit (JVP) – per each

Item 15172-2 Install New Jet Fuel Hydrant Pit (JVP) – per each

END OF SECTION 15172

Page 609: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 1

SECTION 15179 AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING AND TESTING

PART 1 - GENERAL

15179 - 1.1 SUMMARY

A. This section includes:

1. Inspection, cleaning, flushing, and testing of all fuel piping, corrosion protection coatings, and equipment performance demonstration.

2. Testing of fuel piping, performed in accordance with the Chemical Plant and Petroleum Refinery Piping Code, ANSI B31.3, where applicable.

15179 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

15179 - 1.3 RELATED SECTIONS

A. Section 15010 - Basic Mechanical Requirements.

B. Section 15055 - Coatings and Corrosion Protection.

C. Section 15170 - Aviation Fueling System Piping, Manual Valves and Fittings.

D. Section 15172 - Aviation Fueling System Equipment.

15179 - 1.4 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

1. American National Standards Institute (ANSI) a. ANSI B31.3 – Chemical Plant and Petroleum Refinery Piping.

2. Air Transport Association a. ATA 103 - Standards for Jet Fuel Quality Control at Airports

3. American Society for Testing and Materials (ASTM) a. ASTM D-1655 - Aviation Turbine Fuels b. ASTM D-2276 - Particulate Contamination in Aviation Turbine Fuels,

Tests for c. D4176 - Standard Test Method for Free Water and Particulate

Contamination in Distillate Fuels.

4. International Building Code (IBC) with the Denver Amendments

5. International Fire Code (IFC) with the Denver Amendments

Page 610: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 2

6. National Fire Protection Association (NFPA) a. NFPA 30 - Flammable and Combustible Liquids Code. b. NFPA 407 - Aircraft Fuel Service

15179 - 1.5 SUBMITTALS

A. Submit detailed procedures for testing methods for approval before proceeding with pipe fabrication. This includes all radiographing, pressure testing, holiday testing, and flushing.

B. Submit examination personnel qualifications before proceeding with any testing method.

C. Submit completed examination procedures with actual testing data (readings) and signatures of examination personnel.

D. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

15179 - 1.6 QUALITY ASSURANCE

A. All tests (radiographing, pressure testing, holiday testing, and flushing) shall be performed in accordance with ANSI B31.3.

PART 2 - PRODUCTS

15179 - 2.1 EQUIPMENT

A. The Contractor shall furnish all equipment required, including gauges, instruments, connections, air compressors, fuel transport trucks, pipe and hose connections, pumps, and other items specified or required.

B. Compressors used for air testing shall have sufficient capacity to bring the system being tested up to the test pressure in approximately 20 minutes.

PART 3 - EXECUTION

15179 - 3.1 TESTING PROCEDURE

A. General:

1. Electrically test all insulating flanges and joints.

2. Submit detailed procedures for flushing and testing methods for approval before starting pipe installations. This includes all radiographing, pressure testing, and holiday testing.

3. Water shall not be used for testing or flushing fuel piping.

4. Sectionalize pipe lines as required to facilitate testing.

B. Responsibility of Contractor:

Page 611: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 3

1. Notify the proper authorities and the DEN Project Manager that items are ready for inspection and testing. Advance notice of the approximate testing time shall be given to the DEN Project Manager at least seven (7) days in advance of testing followed by not less than forty-eight (48) hours notice prior to actual time of performing any inspections and tests. Test results shall be furnished to the DEN Project Manager within forty-eight (48) hours after completion of test.

2. Furnish all necessary equipment, materials and personnel, including pumps, compressors, gauges, and valves. Valves shall be suitable to hold test pressure for the specified time without leakage.

3. Conduct the tests of all systems in a safe manner and correct all deficiencies.

4. Apply the specified test pressures by means of a pump or compressor connected to the piping off highest elevation.

5. Be fully responsible for providing qualified and experienced personnel to operate the equipment throughout the testing and flushing operations.

6. Obtain all necessary approvals, acceptances, and permits.

15179 - 3.2 INSPECTION OF COATINGS

A. Contractor shall make a detailed inspection with a holiday tester of all pipe coating and joint coating preceding the lowering of the pipe.

B. Holiday-tester voltage shall not be higher than the manufacturer's recommended voltage for the coating tested. Testing shall be for holidays only and not to test the dielectric strength of the coating materials.

C. All holidays and damaged or broken places in the coating shall be repaired in a workmanlike manner at Contractor's expense.

D. All holidays shall be patched using the methods specified for field-applied external protective pipe coating and procedure in SECTION 15055.

15179 - 3.3 TESTING OF INSULATED FLANGES AND JOINTS

A. Each insulating flange and joint assembly shall be tested with an approved ohmmeter.

B. Ohmmeter used shall have at least 20 megohms, full-scale deflection when using the meter's highest dc resistance multiplier setting.

C. Ohmmeter tests shall be made when flange assembly is dry using the highest multiplier setting and shall indicate infinity measured between each stud and both flanges.

D. Each insulating flange assembly shall be field tested after installation and shall be tested not higher than the manufacturer's recommended voltage.

E. Insulating flanges in the existing hydrant pits shall be tested by this Contract after installation of hydrant pit valves provided by this Contract.

Page 612: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 4

15179 - 3.4 CLEANING

A. After all of the new steel fuel piping has been radiographically inspected and pneumatically tested and accepted, all supply piping shall be cleaned by hand cleaning, followed by flushing with clean fuel (Jet-A).

B. The Contractor shall furnish the necessary materials, equipment, and labor to perform a satisfactory cleaning operation.

C. The cleaning operation shall be continued for each section of the lines until the line is determined clean by the Owner's Representative.

15179 - 3.5 PNEUMATIC TESTING

A. All fuel and piping systems shall be pressure tested with compressed air after all joints are completed, in accordance with ANSI B31.3. Sections of the system may be tested and accepted in order to expedite the work. These sections shall be tagged by the Contractor to indicate compliance with the tests.

B. Install temporary closures or other fittings, including plugs, caps, blind flanges, etc., as necessary for the integrity of the piping system to be tested. Permanent valves and adapters shall be in place for testing.

C. Pneumatic tests shall be made with clean dry filtered and oil free compressed air (minus 20 deg. F pressure dewpoint) or compressed nitrogen gas, and shall be made in accordance with all applicable codes particularly with regard to safety precautions and the following:

1. A preliminary check at 5 psig shall be made.

2. The pressure shall be increased gradually in steps, providing sufficient time to allow the piping to equalize stains during the test, and checking for leaks. Final test pressure shall be 25 psig.

3. Maintain the required test pressure for at least eight (8) hours; continuously record temperature and pressure.

4. Soap each joint and carefully inspect to detect leaks.

5. Repair defective joints and repeat tests until approved by the DEN Project Manager.

6. Pressure and temperature readings shall be taken: a. Temperatures shall be representative of actual conditions. b. Readings shall not be taken during times of rapid atmospheric changes.

Rapid changes during test cycle will necessitate retesting. c. There shall be no indication of reduction in test pressure after corrections

for temperature and pressure have been made according to the relationship T1 P2 = T2 P1 where T and P are absolute temperatures and pressures and subscripts refer to initial and final readings.

d. The Contractor shall provide calibrated temperature and pressure recording instruments which are acceptable to the DEN Project Manager. Contractor shall perform all required tests and record all data; and shall furnish the DEN Project Manager with a certified copy of the test results.

Page 613: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 5

e. Tests shall be witnessed and approved by the DEN Project Manager.

15179 - 3.6 HYDROSTATIC TESTING

A. All fueling supply piping shall be given a hydrostatic pressure test using Jet-A fuel as appropriate after the completion of all pneumatic testing. This test shall be conducted just prior to the flushing operations.

B. Water shall not be used for hydrostatic testing.

C. Test pressure for all hydrostatic tests shall be not less than 150 psig. Preliminary tests shall provide for ten (10) cycles of pressurization to 150 psig, with each cycle followed by relieving pressure to not more than 25 psig. For each cycle, maintain pressure for length of time necessary to inspect for evidence of leakage.

D. Following successful completion of preliminary tests, conduct final tests, with pressure maintained for at least two 4 hour cycles after pressure has stabilized. Pressure testing shall be performed as follows:

1. Pressure shall be increased in gradual steps to the final test pressure and maintained for a 4 hour period, with continuous recording of temperature and pressure.

2. Decrease pressure to 50 psig or less by venting at accessible points.

3. Increase pressure again in gradual steps to the final test pressure; maintain it for another 4 hour period, continuously recording temperature and pressure.

E. The Contractor shall provide calibrated temperature and pressure instruments and chart recorders to provide continuous temperature and pressure reading variations during the tests. Instruments shall be calibrated for temperature and pressure immediately prior to each test. Recorder charts shall be submitted to the DEN Project Manager for approval prior to final acceptance of the piping. Calibrated thermocouples may be surface applied by method approved by the DEN Project Manager.

F. The Contractor shall observe diligent care not to spill or contaminate the test fuel. The Contractor shall be responsible for any and all required soil remediation (produced by leakage or spills) deemed necessary by the DEN Project Manager at no additional cost to the Owner.

G. Repair any leaks detected during the preliminary cyclical tests pressure and again after first 4 hour test cycle in a manner approved by the DEN Project Manager. Retest, as described above, after all leaks have been repaired. Repeat the repair and retesting cycles until the system is acceptable to the DEN Project Manager.

H. Equipment which is not rated by the manufacturer for the test pressure shall be removed prior to hydrostatic testing. Install temporary connections as necessary. All permanent butterfly and ball valves and equipment which are rated at the test pressure or greater shall be in place during the hydrostatic tests.

I. Tests shall be witnessed and approved by the Owner's authorized representative. Record of the test shall be as follows:

Page 614: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 6

1. Date of test

2. Description and identification of piping tested.

3. Test fluid

4. Test pressure

5. Remarks to include such items as: - Leaks (type, location) - Repairs made on leaks

6. Certification by Contractor and initialed acknowledgment by DIA Project Manager.

J. The 4-hour recordings shall be made after temperature and pressure have stabilized and shall be conducted in accordance with NFPA Codes and API RP1110.

K. For double containment systems, complete closure of containment system at joints, and backfill trenches for all piping after hydrostatic testing has been successfully completed and approved by the DEN Project Manager.

L. FRP piping manufacturer's representative shall be present to witness the test procedure.

15179 - 3.7 PERFORMANCE TESTING

A. The Contractor shall subject the entire fueling system to such operating tests as required by the DEN Project Manager to demonstrate satisfactory functioning and operating performance of the entire fueling system.

B. Tests shall include checks to determine that all control valves and switches are properly adjusted.

C. Testing shall include the functions of the complete electrical system including the emergency shut-off electrical system.

D. All instruments required to conduct the tests shall be furnished and operated by the Contractor using experienced and qualified personnel.

E. Submit typed copies of test reports to the DEN Project Manager for approval.

15179 - 3.8 FLUSHING

A. General:

1. After all of the fueling supply piping system has been radiographically inspected (for steel portions), cleaned, pressure tested, and accepted by the DEN Project Manager, the distribution system piping shall be flushed by the Contractor. Downstream of the system supply pumps, the fuel distribution piping shall be flushed with a minimum velocity of 10 feet per second. Permanent system pumps may be used to obtain this velocity. Flushing for each system shall continue until discharged fuel is free of observable contamination.

Page 615: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 7

2. At least fifteen days prior to the flushing operation the Contractor shall submit a written procedure for flushing with a list of equipment and labor to be used for the operation for approval by the DEN Project Manager.

3. Contractor shall apply all precautions to ensure safe flushing operation. Conform with fire safety needs of NFPA 30 and 101, all applicable ordinances, laws, regulations and codes of local and state authorities having jurisdiction.

4. It is the Contractor's responsibility to schedule and coordinate all personnel required for this flushing operation. The Contractor shall provide temporary pumps, tank vehicles, and labor to operate pumps and all supplementary equipment used for flushing fuel piping.

5. Contractor shall ensure that no equipment, valves, pumps, and like items are operated beyond their intended design capability or limitations.

6. All needed temporary cross connections, special fabrication, or adapters, required for flushing shall be provided by the Contractor. CAUTIONARY NOTE: The Contractor is responsible for taking into account the risk of production of electrostatic charge, at the flushing flow velocity specified, in the fuel; thus yielding possibility of fire or explosion. Refer to NFPA standards for discussion of hazards, and apply safeguards as appropriate.

7. Fuel for filling the system, for hydrostatic testing, and for flushing shall be provided by the Contractor. Upon completion and acceptance of all work, the piping system shall be left in filled condition, containing clean fuel. Any fuel remaining in the storage tanks after completion of testing shall be removed by the Contractor.

8. All general service valves and adapters shall be in place throughout the flushing procedure. Contractor shall remove control valves and metering assemblies prior to initiating flush.

9. Test samples for inspection of discharged flushing fuel cleanliness shall to be drawn immediately ahead of transport trucks provided by the Contractor to receive discharged flushing fuel.

10. Any fuel spilled shall be cleaned up and legally disposed of by the Contractor in accordance with federal, state and local regulations. Contractor shall notify DEN Project Manager and approval of spilled fuel disposal measures.

11. After flushing has been completed and approved, the Contractor shall remove all temporary cross connections, etc., and install control valves, metering elements, and other equipment as required.

B. Flushing Sequence

1. This procedure is intended as a guideline and is not necessarily all inclusive. The DEN Project Manager may vary, add to, or delete any of the following steps as are necessary to properly flush system to the cleanliness level required.

2. The truck unloading system piping shall be flushed utilizing the truck unloading pumps.

C. Flushing into Tank Trucks: CAUTION: All electrical and motorized equipment in area should be shut down in case of a mishap or fuel spill. For safety, all persons not involved in

Page 616: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 8

the flushing operation must be kept a minimum of 100 feet away from tank trucks used in the flushing operation.

1. Tank truck internal valves shall be safety wired in an open position.

2. All quick release type couplings shall be safety wired when coupled to the bottom load receptacle and hydrant adapter.

3. Hoses shall be secured in a manner to prevent whipping during flush. Four inch hoses shall be used to achieve flow capacities.

4. Bond and ground truck to system piping.

5. Start product flow slowly before reaching flushing velocity to check for leaks and system tightness.

6. Fire extinguishers shall be kept in readily accessible locations in case of emergency.

7. Location of test personnel: a. One person per each tank truck to monitor fuel level in tank. b. One person at each flushing discharge location to control fuel flow into

tank truck. c. One person at main pump control station to shut down pumps in

emergency. d. One person at nearest terminal EFSO station to shut down pumps in

emergency. e. One person manning fire extinguisher. f. One person removed from manual tasks in command of flushing

operation.

D. Acceptance Specifications:

1. Visual - All discharged flushing fuel samples must be clear and bright. Other visual clues must be observed and acted upon accordingly; i.e., feel, color, odor, etc.

E. Final Acceptance:

1. The contractor shall furnish, after flushing is completed, a written report to the DEN Project Manager describing the flushing of each pipe section and the results of the tests performed in conjunction therewith.

PART 4 - MEASUREMENT

15179 - 4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

15179 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item,

Page 617: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 9

work order or lump sum bid item.

END OF SECTION 15191

Page 618: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15179 - AVIATION FUELING SYSTEM INSPECTION, CLEANING, FLUSHING CONTRACT NO. 201631515 AND TESTING

ISSUED FOR BID SWANSON RINK, INC. Revision No.0 11/16/16 15179 - 10

PAGE INTENTIONALLY LEFT BLANK

Page 619: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15190 - MECHANICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15190 - 1

SECTION 15190 MECHANICAL IDENTIFICATION

PART 1 - GENERAL

15190 - 1.1 SUMMARY

A. Marking jet fuel and aviation gasoline piping and equipment.

15190 - 1.2 RELATED SECTIONS

A. Section 15010 - Basic Mechanical Requirements.

B. Section 15050 - Basic Mechanical Materials and Methods.

15190 - 1.3 REFERENCES

A. Materials and workmanship shall conform to the latest issue of all industry standards, publications, or regulations referenced in this section and with the following references as applicable. Refer to Section 15010 for listing of issuing organizations or agencies.

B. Applicable Standards:

1. American Petroleum Institute (API): a. API 1542 Airport Equipment Marking for Fuel Identification.

2. National Fire Protection Association (NFPA): a. NFPA 704 Identification of the Fire Hazards of Materials.

3. American Society of Mechanical Engineers (ASME) a. ASME A13.1 - Scheme for the Identification of Piping Systems.

4. International Building Code (IBC) with the Denver Amendments

5. International Fire Code (IFC) with the Denver Amendments

15190 - 1.4 SUBMITTALS

A. Submit list of wording, symbols, letter size, and color coding for mechanical identification.

B. Include valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number.

C. Product Data: Provide manufacturers catalog literature for each product required.

D. “As Built” Plans shall be provided in the same format and manner as described above. Each set shall be equipped with a plan holder equal to “Stacor Plan Clamps” for the appropriate size drawings.

Page 620: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15190 - MECHANICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15190 - 2

15190 - 1.5 PROJECT RECORD DOCUMENTS

A. Record actual locations of tagged valves.

PART 2 - PRODUCTS

15190 - 2.1 ACCEPTABLE MANUFACTURERS

A. Manufacturers:

1. W.H. Brady Co.

2. Panduit Corp.

3. Seton Name Plate Corp.

4. Marking Services, Inc.

5. Substitutions: Under provisions of Section 15010.

B. Piping identifications labeling shall be made with paint and stencil.

C. All control valves and instrumentation shall have brass tags, 2” minimum diameter, with tag numbers and service stamped on the tag. Tags shall be securely fastened to the vales and instruments with 4-ply Monel wire meter seals. Tags shall be style 300-BL manufactured by Seton Name Plate Corp. or approved equal.

15190 - 2.2 MATERIALS

A. Color: Unless specified otherwise, conform with ASME A13.1.

B. Plastic Nameplates: Laminated three-layer plastic with engraved black letters on light contrasting background color.

C. Metal Tags: Brass or aluminum, with stamped letters; tag size minimum 1-1/2 inch diameter with smooth edges.

D. Chart: Typewritten letter size list in anodized aluminum frame.

E. Stencils: With clean cut symbols and letters of 2-1/2 inch size.

F. Stencil Paint: In accordance with Division 9, semi-gloss enamel.

G. Plastic Pipe Markers: Factory fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and fluid being conveyed.

H. Underground Plastic Pipe Markers:

1. Bright colored continuously printed plastic ribbon tape of not less than 6 inch wide by 4 mil thick, manufactured for direct burial service.

2. For non-metallic buried piping provide printed foil type tape as manufactured by Marking Services Inc., enabling locating of runs by use of a metal detector.

PART 3 -EXECUTION

Page 621: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15190 - MECHANICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15190 - 3

15190 - 3.1 PREPARATION

A. Degrease and clean surfaces to receive adhesive for identification materials.

B. Prepare surfaces in accordance with Division 9 for stencil painting.

15190 - 3.2 INSTALLATION

A. Plastic Nameplates: Install with corrosive-resistant mechanical fasteners and adhesive.

B. Metal Tags: Install with corrosive-resistant chain.

C. Stencil Painting: Apply in accordance with Division 9.

D. Plastic Pipe Markers: Install in accordance with manufacturer's instructions.

E. Underground Plastic Pipe Markers: Install 6 to 8 inches below finished grade or paving, directly above buried pipe.

F. Controls: Identify control panels and major control components outside panels with plastic nameplates. Key to control schematics.

G. Valves Identification:

1. Identify all valves, including fire protection valves, in main and branch piping located inside the building. Use tags secured with brass 'S' hooks or brass chains.

2. Stamp tags with a unique prefix to identify system to which applied, followed by a number (Example: CW-1, CW-2, etc.). In general, prefix shall match system abbreviations used on drawings where applicable.

3. Provide a typewritten listing of valves including: valve identification number, location, function, normal position, service, and area served. Mount list as specified and directed. Include additional copy in operation and maintenance manuals.

4. Show valve tag designations on the project record document drawings, including schematic flow diagrams where included with construction documents.

5. Contractor shall prepare and install where directed, in aluminum frames with clear plastic protective cover, a valve location diagram in the form of a series of flow diagrams with each automatic or manually actuated control or shut-off valve clearly identified in sequence with its individual valve tag number. Automatic control valves shall be tagged to match designations shown on the temperature control drawings, and the specified valve charts shall be installed adjacent to valve location diagrams.

H. Piping: Identify piping, concealed or exposed, with plastic pipe markers. Tags may be used on ½” or smaller diameter non-insulated piping. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and "T", at each side of penetration of structure or enclosure, and at each obstruction.

Page 622: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 15 - MECHANICAL GARDI CONCOURSE B SE SECTION 15190 - MECHANICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 15190 - 4

I. Include signs for the following general categories of equipment:

1. Main control and operating valves, including safety devices and hazardous units such as fuel outlets.

J. Stenciled Equipment Sign Option: Stenciled signs may be provided instead of laminated-plastic equipment signs, at Installer's option, if lettering larger than 1 inch high is needed for proper identification because of distance from normal location of required identification.

K. Install access panel markers with screws on equipment access panels.

15190 - 3.3 VALVE CHART AND SCHEDULE

A. Provide valve chart and schedule in aluminum frame with clear plastic shield. Install at location as directed.

B. For fuel piping systems, piping identification shall conform to the following schedule:

Fuel Type Band Colors Stenciled Legend Jet A Black/Black Band Jet A Jet A-1 Black/2 Black Bands Jet A-1 JP-4 (Jet B) Black/3 Yellow Bands JP-4 Avgas 115 Red/Purple Band Avgas 115 Avgas 100 Red/Green Band Avgas 100 Avgas 100LL Red/Blue Band Avgas 100LL Avgas 80 Red/Red Band Avgas 80

PART 4 -MEASUREMENT

15190 - 4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

15190 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 15190

Page 623: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 1

SECTION 16010 BASIC ELECTRICAL REQUIREMENTS

PART 1 - GENERAL

16010 - 1.1 SUMMARY

A. Certain labor, materials, and equipment may be furnished under other Sections of these specifications, by utility Companies or by the Owner. When this is the case, the extent, source and description of these items will be as indicated on the drawings or as described in the specifications.

B. Where a panel is installed, at least 25% of panel capacity, including main panel capacity, shall remain as spare capacity after project completion.

C. Where existing panels are used for additional work, when six (6) or less spaces remain a new panel shall be installed.

D. All electrical/electronic circuits, including audio, video and fire alarm systems, shall be in an approved raceway system. No “wild circuits” will be accepted.

E. The Designer of Record shall not design or specify and the Contractor shall not install rigid metal conduit, electrical metallic tubing, flexible steel conduit, liquid-tight flexible steel conduit, non-metallic rigid conduit or innerduct in any horizontal or vertical concrete wall or slab structures or portions thereof, e.g., cast-in-place concrete floor slab on steel decking; cast-in-place concrete slabs integral with concrete structural support systems; prestressed concrete slabs; post-tensioned concrete slabs; precast concrete construction with or without field applied or plant fabricated concrete topping slabs, slabs on grade, foundation walls or in concrete cast-in-place walls, etc.

16010 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

16010 - 1.3 RELATED SECTIONS

A. Basic Electrical Requirements specifically applicable to all Division 16 Sections, in addition to Division 1 - General Requirements, and Division 15.

B. All electrical/electronic circuits and equipment from any other Division shall meet the requirements of Division 16.

C. Description: Work shall consist of furnishing all labor, equipment, supplies, and materials, unless otherwise specified, necessary for the installation of complete electrical systems as required by the specifications and as shown on the drawings, subject to the terms and conditions of the contract. The Work shall also include the completion of those details of electrical work not mentioned or shown which are necessary for the successful operation of all electrical systems.

D. Temporary Power: See Division 1 for construction power constraints.

Page 624: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 2

16010 - 1.4 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

B. Latest editions of the following:

1. ANSI/NFPA 70 - National Electrical Code (as adopted and amended by the Denver Building Code).

2. Uniform Fire Code (as amended by the Denver Fire Department).

3. ANSI/IEEE C2 - National Electrical Safety Code.

4. OSHA - Occupational Safety and Health Administration, as Amended

5. Underwriter’s Laboratory (UL)

6. National Fire Protection Association (NFPA)

7. Other references as listed elsewhere in these specifications.

8. IEEE standard 519- recommended practices and requirement for harmonic control in electrical power systems.

16010 - 1.5 DEFINITIONS

A. "Furnish" or "Provide": To supply, install and connect complete and ready for safe and regular operation of particular work unless specifically otherwise noted.

B. "Install": To erect, mount and connect complete with related accessories.

C. "Supply": To purchase, procure, acquire and deliver complete with related accessories.

D. "Work": Labor, materials, equipment, apparatus, controls, accessories, and other items required for proper and complete installation.

E. "Wiring": Raceway, fittings, wire, boxes and related items.

F. "Concealed": Embedded in masonry, concrete or other construction, installed in furred spaces, within double partitions or hung ceilings, in trenches, in crawl spaces, or in enclosures.

G. “Or Equal. Or Approved Equal”: Refers to products that, in the opinion of the DIA Project Manager, are similar in all respect to products specified by proprietary brand name. (Refer to Section 01630 for procedures for submittal of proposed substitutions.)

H. "Exposed": Not installed underground or "concealed" as defined above.

I. "Indicated," "Shown" or "Noted": As indicated, shown or noted on drawings or specifications.

Page 625: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 3

J. "Similar" or "Equal": Same in materials, weight, size, design, construction, capacity, performance, and efficiency of specified product.

K. "Reviewed," "Satisfactory," "Accepted," or "Directed": As reviewed, satisfactory, accepted, or directed by or to Project Manager.

L. "Related Work" includes all "Work" required for a complete working system.

M. "Equipment": A general term including material, fittings, devices, appliances, fixtures, apparatus, and the like used as a part of, or in connection with, an electrical installation.

N. "Busbar": A rigid metallic conductor, lug or bar used to make a common connection between more than one circuit. (Includes all termination assemblies.)

O. "Shall": Mandatory requirements of this specification are characterized by the use of the word "shall".

P. Refer to Article 100 of the currently adopted National Electrical Code for other definitions as applicable to this project.

16010 - 1.6 WORK SEQUENCE

A. Construct Work in sequence under provisions of Division 1 where applicable.

16010 - 1.7 DRAWINGS AND SPECIFICATIONS

A. The drawings indicate the general arrangement of circuits, outlets, panelboards and other work. Information shown on the drawings is schematic; however, re-circuiting will not be permitted without specific acceptance. In cases of conflict between specifications and drawings, the specification shall have precedence. Data presented on the drawings is as accurate as planning can determine, but accuracy is not guaranteed and field verification of all dimensions, locations, levels, etc., to suit field conditions is required. Review all of the contract documents and adjust all work to conform to all conditions shown therein.

B. Prior to submitting a bid, a site visit is required to ascertain all conditions affecting the proposed installation and to adjust all work accordingly. Costs for providing for these adjustments, including response to site constraints, shall be itemized and listed in the bid proposal.

C. Discrepancies between different plans, between plans and specifications, between specifications, or regulations and codes governing this installation shall be brought to the attention of the Project Manager in writing 72 hours before the date of bid opening. In the event such discrepancies exist, and the Project Manager is not so notified, the adjudication of responsibility shall be solely at the discretion of the Project Manager.

16010 - 1.8 COORDINATION

A. Prior to fabrication or installation of any electrical work, participate in detailed coordination planning meetings with all other building utilities system trades, under

Page 626: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 4

the direction of the General Contractor, so as to completely establish routings, elevations, space requirements, and coordination of access, layout, and suspension requirements in relationship to the building structure and the work of all other trades.

B. Any electrical work penetrating concrete walls or floors shall require saw cutting and/or core drilling and shall require approval by the Project Manager. The contractor shall submit shop drawings of any saw cutting or core drilling to the Project Manager prior to performing the work. Refer to Section 01410 - Cutting and Patching. Reference 3.02 C for additional information.

C. Any power outages necessary to install or test electrical systems and/or equipment shall be coordinated with Denver International Airport Maintenance/Engineering A written shutdown request form shall be submitted to and approved by the Project Manager two weeks prior to the shutdown.

16010 - 1.9 COORDINATION DRAWING

A. Where the Contractor modifies the design, through selection of equipment differing from that shown, coordination drawings shall be provided by the Contractor in accordance with Division 1 to a scale of 1/4"=1'0" or larger for equipment rooms, details, congested areas and sections; other plans at a scale of 1/8"=1'0". These drawings are to detail major elements, components, and systems of electrical equipment and materials in relationship with other systems, installations, and building components. The Contractor shall indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following:

1. Indicate the proposed locations of raceway systems, equipment, and materials. Include the following: a. Clearances for servicing equipment, including space for equipment

disassembly required for periodic maintenance. b. Exterior wall and foundation penetrations. c. Fire-rated wall and floor penetrations. d. Equipment connections and support details. e. Sizes and location of required concrete pads and bases. f. Support details.

2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction.

3. Floor plans, elevations, and appropriate details are required to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations.

16010 - 1.10 SUBMITTALS (REFER TO SECTIONS 01300 AND 01340)

A. Submit shop drawings, coordination drawings and product data in accordance with provisions of Division 1. Submit all required information under a given specification section together. Do not split out submittals under the same specification section.

Page 627: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 5

B. Prior to submission, shop drawings, material lists and catalog cut sheets or manufacturer's printed data shall be thoroughly checked for compliance with contract requirements, compatibility with equipment being furnished by the Contractor or Owner, accuracy of dimensions, coordination with work of other trades, and conformance with sound and safe practice as to erection of installation. Each submittal shall bear Contractor's signed statement evidencing such checking.

C. Clearly mark each shop drawing as follows for purposes of identification:

1. Shop Drawing

2. Equipment Identification Used on Contract Drawings

3. Date

4. Name of Project

5. Branch of Work

6. Project Manager's Name

7. Contractor's Name

D. Clearly mark printed material, catalog cut sheets, pamphlets or specification sheets, and shop drawings with the same designation shown on the contract document schedules.

E. Contractor agrees that submittals processed by the Project Manager are not change orders; that the purpose of submittals is to demonstrate to the Project Manager that the Contractor understands the design concept; and that the Contractor demonstrates this understanding by indicating which equipment and material he intends to furnish and install and by detailing the installation methods he intends to use.

F. Contractor shall be responsible for dimensions (which he shall confirm and correlate at the job site), fabrication processes and techniques of construction, and coordination of his work with that of other trades. The Contractor shall check and verify all measurements and review shop drawings before submitting them. If any deviations from the specified requirements for any item of material or equipment exist, such deviation shall be expressly stated in writing and incorporated with the submittal.

G. Maintain one copy of accepted shop drawings at the project field office until completion of the project, and make this copy available, upon request, to representatives of the Project Manager and Owner.

H. No equipment or materials shall be installed or stored at the jobsite until submittals for such equipment or materials have been given review action by the Project Manager accepting their use.

I. Shop drawings and manufacturer's published data shall be submitted for all equipment required for this project.

Page 628: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 6

16010 - 1.11 RECORD DOCUMENTS

A. Maintain a contract set of electrical drawings and specifications at the site. Neatly mark all changes, discoveries and deviations from the original drawings. Use a reproducible color that contrasts with the prints. This shall be a separate set of drawings, not used for construction purposes, and shall be updated daily as the job progresses and shall be made available for inspection by the Project Manager at all times. Upon completion of the contract, this set of record drawings shall be delivered to the Project Manager. Follow DIA CADD standards, to be furnished to the successful bidder. Record documents to be provided by the Contractor shall clearly and accurately show the following:

1. Provide horizontal and vertical dimensions for all raceway systems, size and location, for both exterior and interior; locations of control devices; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements.

2. Equipment locations (exposed and concealed), dimensioned from prominent building lines.

3. Approved substitutions, Contract Modifications, and actual equipment and materials installed.

16010 - 1.12 REGULATORY REQUIREMENTS

A. Obtain and pay for all permits, plan review, and inspections from authority having jurisdiction.

B. The drawings and specifications take precedence when they are more stringent than codes, statutes, or ordinances in effect. Applicable codes, ordinances, standards and statutes take precedence when they are more stringent than the drawings and specifications.

16010 - 1.13 ENVIRONMENTAL CONDITIONS

A. The equipment shall be designed and constructed to operate successfully at the rated values under the following environmental conditions:

1. Location (Indoors/Outdoors)

2. Altitude (5,500 feet above sea level)

3. Temperature range -30ºF to 120ºF

PART 2 - PRODUCTS

16010 - 2.1 MATERIALS AND EQUIPMENT

A. Materials and Equipment: Acceptable to the authority having jurisdiction as suitable for the use intended, except where more stringent requirements are indicated by the Contract Documents.

B. All equipment and materials installed shall be new, unless otherwise specified.

Page 629: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 7

C. Defective or damaged materials shall be replaced or repaired, prior to final acceptance, in a manner acceptable to the Project Manager or Owner and at no additional cost to the Owner.

D. All electrical "equipment" and assemblies shall be acceptable for installation only if labeled and listed by a nationally recognized testing laboratory, such as UL or an equivalent..

E. All major equipment components shall have the manufacturer's name, address, model number, and serial number permanently attached in a conspicuous location.

16010 - 2.2 STORAGE AND PROTECTION

A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather-tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions.

B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering and provide ventilation to avoid condensation.

C. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged and are maintained under required conditions.

16010 - 2.3 PRODUCT OPTIONS

A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards.

B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not specifically named with supporting documentation.

16010 - 2.4 PRODUCTS LIST

A. Within 15 days after date of Notice to Proceed, submit complete list of major products required for submittal under these specifications, with name of manufacturer, trade name, and model number of each product.

16010 - 2.5 SUBSTITUTIONS

A. Refer to DIVISION 1 - GENERAL REQUIREMENTS, Section 01630 Substitutions.

16010 - 2.6 GUARANTEE

A. The entire electrical system installed under this Contract shall be left in proper working order. Replace, at no additional cost to the Owner, any work, materials, or equipment which evidences defects in design, construction, or workmanship within two years, or any longer period specifically noted elsewhere in these specifications, from date of final acceptance.

Page 630: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 8

PART 3 - EXECUTION

16010 - 3.1 WORKMANSHIP

A. Only quality workmanship will be accepted. Poor workmanship, improper layout of work and lack of coordination of work, as determined by the Project Manager, is not acceptable and shall be corrected at the contractors cost.

B. Contractor shall include no more than one apprentice per Journeyman Electrician. Apprentices shall be under the direct supervision of a licensed electrician at all times.

C. Any changes or deviations from the drawings and specifications must be accepted in writing by the Project Manager. All errors in installation shall be corrected at the expense of the Contractor. All specialties shall be installed as detailed on the drawings. Where details or specific installation requirements are not provided, manufacturer's recommendations shall be followed.

D. Upon completion of work, all equipment and materials shall be installed complete, thoroughly tested, checked, correctly adjusted, and left ready for intended use or operation. All work shall be thoroughly cleaned and all residues shall be removed from surfaces. Exterior surfaces of all material and equipment shall be left in a perfect, unblemished condition.

E. Contractor shall provide a complete installation, including all required labor, material, cartage, testing, insurance, permits, and taxes.

16010 - 3.2 CHASES, OPENINGS, CUTTING AND PATCHING

A. Carefully lay out all work in advance so as to eliminate where possible, cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings and roofs. Any damage to the building, structure, piping, ducts, equipment or any defaced finish shall be repaired by skilled mechanics of the trades involved at no additional cost to the Owner and to the satisfaction of the DIA Project Manager. Any necessary cutting, channeling, drilling or welding as required for the proper support, concealment, installation or anchoring of raceways, outlets, or other electrical equipment shall be performed in a careful manner, and shall be pre-approved by the Project Manager.

B. All openings made in fire-rated walls, floors, or ceilings shall be sealed and made tight in a manner to conform to the fire rating for the barrier penetrated. Reference specification section 07841 for additional information.

C. All penetrations required through completed concrete construction shall be core drilled at minimum size required. All penetrations in concrete require an x-ray or ground penetrating radar to determine if the location is clear of reinforcing steel and embedded systems. Precautions shall be taken when drilling to prevent damage to structural concrete.

Page 631: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 9

16010 - 3.3 ELECTRICAL INSTALLATIONS

A. Coordinate electrical systems, equipment, and material installation with other building components. If the Contractor furnishes equipment of a different size, the Contractor shall furnish and install the proper fuses, circuit breaker, disconnect switch, wire and conduit required for the equipment furnished, at no additional cost to the Owner, and as deemed acceptable by the DIA Project Manager.

16010 - 3.4 PROGRESS OF WORK

A. Order the progress of electrical work to conform to the progress of the work of the other trades. Complete the entire installation as soon as the condition of the sites will permit. Any cost resulting from defective or ill-timed work performed under this Division shall be borne by the Contractor.

16010 - 3.5 ELECTRICAL COMPLETION

A. Indoctrination of Operating and Maintenance Personnel: Furnish the services of a qualified representative of the supplier of each item or system itemized below who shall instruct specific personnel, as designated by the Owner, in the operation and maintenance of that item or system.

1. Instruction shall be given when the particular system is complete, shall be of the number of hours indicated, and at the time requested by the Owner. A representative of the Contractor shall be present for all demonstrations. Systems Hours Of Instruction ------------- ----------------------------- ------------- ----------------------------- ------------- -----------------------------

B. Operating and Maintenance Manuals and Parts Lists: Deliver three complete operating & maintenance manuals and parts lists in three ring binders to the Owner at the time of the above required indoctrination. The information shall be provided on the manufacturer’s original data sheets. Fully explain the contents of the manuals as part of required indoctrination and instruct the Owner's personnel in the correct procedure in obtaining service, both during and after the guarantee period.

1. The operating and maintenance manuals and parts lists shall give complete information as to whom the Owner shall contact for service and parts. Include address and phone number. Furnish evidence that an authorized service organization regularly carries a complete stock of repair parts for these items (or systems), and that the organization is available for service. Service shall be furnished within 24 hours after requested.

C. Operating and Acceptance Tests: Provide all labor, instruments, and equipment for the performance of tests as specified below and elsewhere in these specifications for all applicable equipment furnished and installed as part of this contracts. Submit three copies of test reports to the Project Manager for his approval.

D. Clean Up: Remove all materials, scrap, etc., relative to the electrical installation, and leave the premises and all equipment, lamps, fixtures, etc. in a clean, orderly condition. Clean all electrical equipment, such as switchboards, panel boards,

Page 632: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16010 - 10

luminaries etc. of construction dirt, dust, etc. and touch-up or repaint all scratches, blemishes, rust spots etc. to its original condition. Any costs to the Owner for clean-up of the site will be charged against the Contractor.

E. Acceptance Demonstration: Upon completion of the work, at a time to be designated by the Project Manager, the Contractor shall demonstrate for the Owner the operation of the entire installation, including all systems provided or modified under this contract.

F. Final Acceptance by the Owner will not occur until all operating instructions are received and Owner's personnel have been thoroughly indoctrinated in the maintenance and operation of all equipment.

PART 4 - MEASUREMENT

16010 - 4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

16010 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 16010

Page 633: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 1

SECTION 16012 UNDERGROUND CONDUITS, DUCT BANKS AND HAND HOLES

PART 1 – GENERAL

16012 - 1.1 SUMMARY

A. Provide conduit and duct bank as required per the drawings and specifications.

B. Provide pre-fabricated electrical junction pits as require per the drawings and specifications.

16012 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

16012 - 1.3 RELATED SECTIONS

A. All Division 16 Sections, in addition to Division 1 - General Requirements.

B. Description: Work shall consist of furnishing all labor, equipment, supplies, and materials, unless otherwise specified, necessary for the installation of complete underground duct bank, electrical junction pits and conduit system as required by the specifications and as shown on the drawings, subject to the terms and conditions of the contract.

16012 - 1.4 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

B. Latest editions of the following:

1. ANSI/NFPA 70 - National Electrical Code (as adopted and amended by the Denver Building Code).

2. ANSI/IEEE C2 - National Electrical Safety Code.

3. OSHA - Occupational Safety and Health Administration, as Amended

4. Other Standards as listed elsewhere in the contract documents.

16012 - 1.5 DRAWINGS AND SPECIFICATIONS

A. The drawings indicate the general arrangement of underground conduit and duct banks, locations of manholes, hand holes and other work. Drawings and specifications are complementary each to the other. What is called for by one shall be as binding as if called for by both. Data presented on these drawings is as accurate as can be determined. Accuracy is not guaranteed and field verification of

Page 634: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 2

all dimensions, locations, levels, etc., to suit field conditions is required. Review all drawings and specifications; adjust all work to conform to all conditions shown therein.

PART 2 – PRODUCTS

16012 - 2.1 MATERIALS & EQUIPMENT

A. As called for in other Sections of the Specifications or as noted on the Drawings, the most stringent shall apply.

16012 - 2.2 PRODUCTS

A. Flow able backfill shall be 60 to 100 psi..

B. Red concrete for encasement shall be 3,000.psi. The color shall be Davis Color “Baja Red.” Use Davis Color # 160 at a ratio of two pounds for each sack of cement in the mix or equal as determined by the DIA Project Manager.

C. Electrical pre-fabricated junction pits:

1. Cavotec Dabico Model 741WP for 75” x 41” Electric Hand Hole EHH-B5 as indicated on the drawings. Provide without optional platform grate and without optional ladder. a. Furnish a completely prefabricated Pit Assembly with fiberglass liner, pit

cover, and all necessary components. This will ensure the integrity and strength of the pit assembly as well as ensure that internal components are properly located.

b. Cover assembly shall consist of a rectangular (78” x 44”) cover that requires a maximum 35 lb. to open, and a minimum 45 lb. to close, and two spring cover castings (each 27” x 10”). Cover shall be provided with hand-holes with a minimum 1-5/8” depth, and a flush-mounted cover latch with no above-grade protrusions whether in use or not.

c. Cover shall have high visibility orange panels on topside and underside for safety.

d. When open, the cover shall provide a minimum 75” x 41” pit access. e. Hinged lid shall be provided with a cast aluminum insert describing type

of service, having minimum 0.125” raised lettering, and shall be abrasion/corrosion/chemical-resistant color-coded, and be affixed to the hinged lid by four no. 12 drive screws.

f. Pit cover shall have its own seal which shall automatically engage a sloped wall when seated in the closed position without any secondary latching motions. Seal and seal components shall be field replaceable. The seal shall be affixed without mechanical fasteners, have a minimum field life of one year, and be ozone/UV resistant.

g. Pit body shall be manufactured from isophthalic or terephthalic resin and chopped glass strand, 70% resin, 30% glass. Pit body shall be open bottom type and depth as indicated on the drawings.

Page 635: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 3

2. Cavotec Dabico Model D38WP for 38” x 38” Electric Hand Hole EHH-B6 as indicated on the drawings. Provide without optional platform grate and without optional ladder. a. Furnish a completely prefabricated Pit Assembly with fiberglass liner, pit

cover, and all necessary components. This will ensure the integrity and strength of the pit assembly as well as ensure that internal components are properly located.

b. Cover assembly shall consist of a rectangular frame and rectangular hinged pit cover, that requires a maximum 35 lb. lift to open and close, and shall be provided with a hand-hole with a minimum 1-5/8” depth.

c. Cover shall be provided with a flush-mounted cover latch with no above-grade protrusions whether in use or not.

d. Cover shall have high visibility orange panels on topside and underside for safety.

e. When open hinged lid shall provide a minimum 38” pit access. f. Hinged lid shall be provided with a cast aluminum insert describing type

of service, having minimum 0.125” raised lettering, and shall be abrasion/corrosion/chemical-resistant color-coded, and be affixed to the hinged lid by four no. 12 drive screws.

g. Pit cover shall have its own seal which shall automatically engage a sloped wall when seated in the closed position without any secondary latching motions. Seal and seal components shall be field replaceable. The seal shall be affixed without mechanical fasteners, have a minimum field life of one year, and be ozone/UV resistant.

h. Pit body shall be manufactured from isophthalic or terephthalic resin and chopped glass strand, 70% resin, 30% glass. Pit body shall be open bottom type and depth as indicated on the drawings.

PART 3 - EXECUTION

16012 - 3.1 TRENCHING AND BACKFILLING

A. Verify location of existing or new utilities prior to any excavation and, if damaged by this Contractor, replace or repair as accepted to the Project Manager.

B. All underground conduit runs outside building areas shall be encased in red concrete and a minimum of 36 - inches from top of concrete encasement to finished grade. A 3” wide red metallized foil core detectable warning tape shall be placed maximum of 12” below finished grade.

C. After installation of electrical work and concrete encasement, backfill with flowable backfill to insure against the possibility of differential settling, use flowable backfill to within 8 inches of final grade.

D. Perform all trenching and backfilling required for work performed under this Division. The installation shall be in accordance with the excavating and grading specifications and as herein specified.

Page 636: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 4

16012 - 3.2 WORKMANSHIP

A. Only quality workmanship will be accepted. Use the NECA Standard of Installation as a minimum for installation of equipment. Poor workmanship, improper layout of work and lack of coordination of work, as determined by the Project Manager, is not acceptable and shall be corrected at the expense of the contractor.

B. Contractor’s personnel and subcontractors selected to perform the work shall be licensed, well versed and skilled in the trades involved.

C. Contractor shall provide a complete installation, including all required labor, material, cartage, insurance, permits, and taxes.

D. Any changes or deviations from the drawings and specifications must be accepted in writing by the Project Manager. All errors in installation shall be corrected at the expense of the Contractor.

E. Perform all trenching and backfilling required for work performed under this Division. The installation shall be in accordance with the excavating and grading specifications and as herein specified.

F. Upon completion of work, all equipment and materials shall be installed complete, thoroughly checked, correctly adjusted, and left ready for intended use or operation. All work shall be thoroughly cleaned and all residues shall be removed from surfaces.

16012 - 3.3 CONSTRUCTION

A. Locate all underground utilities and obstructions by non-destructive potholing before excavation. Contractor shall be responsible for all costs both direct and collateral associated with damage of existing underground utilities. The contractor is responsible for maintaining existing utilities.

B. Underground conduits shall be Poly-vinyl Chloride (PVC) schedule 40 or greater, or Galvanized Rigid Conduit (GRC) with factory bonded 40 mil. PVC coating

C. Wipe plastic conduit and coupling clean and dry before joining. Apply full, even coat of cement to entire area that will be used in the connection. Let the joint cure for 20 minutes minimum.

D. All elbows used with PVC conduit shall be galvanized rigid conduit (G.R.C.) and have a factory bonded PVC 40 mil. coating.

E. A 1-inch minimum size shall be used for underground conduit.

F. The radius of curve of the inner edge of any field bend shall not be less than shown on NEC Table 346-10. Bends shall be made so the conduit is not damaged, and the internal diameter of the conduit will not be reduced.

G. Conduit penetrating a foundation wall shall be sleeved and continuous (without fittings) from the interior for a minimum of five feet (5’) on the exterior. Conduit

Page 637: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 5

penetrating a footer or grade beam shall be sleeved and continuous for five feet (5’) on either side of a footer or grade beam using a single ten foot piece of PVC coated GRC. Conduit penetrating a wall, footer or grade beam below grade shall be plastic coated rigid steel conduit.

H. All underground conduits shall be mandreled with a steel mandrel. The mandrel shall not be more than 1/2-inch smaller than the inside diameter of the conduit.

I. A separate insulated ground wire shall be installed in each conduit. The ground wire shall be sized on the drawings or in accordance with NEC article 250.

J. All empty conduit runs installed by the contractor shall have a 200- pound break-strength nylon measuring pull rope inserted in each conduit after conduit is cleaned and mandreled for the entire length.

K. After installation of electrical work and concrete encasement, backfill with flow able backfill to insure against the possibility of differential settling, use flow able backfill to within 8 inches of final grade.

L. When concrete is removed for underground duct runs, it shall be first saw cut full depth then removed in a workman-like manner. Slurry shall be vacuumed up as saw cutting is in operation and shall not be allowed to accumulate.

PART 4 - MEASUREMENT

16012-4.1 METHOD OF MEASUREMENT

A. Payment for “Remove and Replace Fueling System Handhole (EHH-B5) w/12 J-Boxes” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

B. Payment for “Remove and Replace Fueling System Handhole EHH-B6. Add Fueling System Handhole EHH B-7 at Project Limits” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM.

C. Payment for “Remove and Replace Conduit Duct Bank For Handhole EHH-B5. Add Conduit Duct Bank For JVP-B7 and JVP-B8” shall be measured per each, for work installed in-place, completed, and approved by the DEN PM

PART 5 - PAYMENT

16012-5.1 METHOD OF PAYMENT

A. Payment for “Remove and Replace Fueling System Handhole (EHH-B5) w/12 J-Boxes” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

B. Payment for “Remove and Replace Fueling System Handhole EHH-B6. Add Fueling System Handhole EHH-B7 at Project Limits” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

Page 638: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16012 - UNDERGROUND CONDUITS AND DUCT BANKS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16012 - 6

C. Payment for “Remove and Replace Conduit Duct Bank For Handhole EHH-B5. Add Conduit Duct Bank For JVP-B7 and JVP-B8” will be made at the contract unit price per each for work installed in-place, completed, and approved by the DEN PM. This price shall be full compensation for furnishing all materials and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item

Payment will be made under:

Item 16012-1 Remove and Replace Fueling System Handhole (EHH-B5) w/12 J-Boxes– per each

Item 16012-2 Remove and Replace Fueling System Handhole EHH-B6. Add Fueling System Handhole EHH-B7 at Project Limits– per each

Item 16012-3 Remove and Replace Conduit Duct Bank For Handhole EHH-B5. Add Conduit Duct Bank for JVP-B7 and JVP-B8 – per each

END OF SECTION 16012

Page 639: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16190 - SUPPORTING DEVICES AND SEALS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16190 - 1

SECTION 16190 SUPPORTING DEVICES AND SEALS

PART 1 - GENERAL

1.01 SUMMARY

A. Raceway, cable tray and equipment supports.

B. Fastening hardware.

C. Wall and floor seals.

1.02 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

1.03 RELATED SECTIONS

A. Refer to Section 16010 for coordination requirements.

B. Division 16 - All Sections.

1.04 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

B. NFPA - 70: National Electrical Code.

1.05 QUALITY CONTROL

A. Support systems shall be safe and adequate for weight of equipment and conduit, including wiring, that they carry.

PART 2 - PRODUCTS

2.01 MATERIAL

A. Support Channel: Hot dipped galvanized for damp or wet locations, dry locations only painted steel.

B. Hardware: Corrosion-resistant steel

Page 640: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16190 - SUPPORTING DEVICES AND SEALS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16190 - 2

PART 3 - EXECUTION

3.01 INSTALLATION

A. Fasten hanger rods, conduit clamps, and outlet and junction boxes to building structure using precast insert system, expansion anchors, preset inserts, or beam clamps, and caddy type fasteners.

B. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or preset inserts in solid masonry walls; self-drilling anchors or expansion anchors on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction.

C. Do not fasten supports to piping, ductwork, mechanical equipment, cable tray or conduit.

D. Do not drill structural steel members.

E. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock washers under all nuts.

F. Install all freestanding electrical equipment on a 4" nominal concrete housekeeping pad.

G. Install surface-mounted cabinets and panel boards with minimum of four anchors.

H. Bridge studs top and bottom with channels to support flush-mounted cabinets and panel boards in stud walls.

I. Where conduit penetrates fire-rated walls, concrete and/or masonry walls and floors, seal opening around conduit with a product listed for the purpose.

J. Where conduit penetrates waterproofed floors or exterior walls subject to entry of moisture, seal annular space around conduit with a product UL listed for the purpose.

K. Route conduit through roof openings provided for piping and ductwork where possible; otherwise, route through roof jack with sealant approved by the roofing manufacturer.

L. Suspended conduit or box supports shall not be less than 1/4" diameter steel rod. Rod used as pedestal support is not acceptable. The contractor shall not use tie wire or wire of any type to support conduits, junction boxes or pull boxes.

M. No more than five (5) 1/2" conduits, three (3) 3/4" conduits or two (2) 1" conduits shall be supported on a single 1/4" diameter steel rod.

N. All conduits shall be supported by approved hangers. Supports installed and used by other trades such as duct hangers, pipe hangers, ceiling hangers, etc. shall not be used for conduit support. No conduit shall be hung from air handling duct of any type.

Page 641: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16190 - SUPPORTING DEVICES AND SEALS CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16190 - 3

O. Cable tray and cable tray supports shall not be used to support conduits or other equipment. Cable tray and cable tray supports “shall stand alone.”

P. All light fixtures shall be independently supported at opposite corners from structure, or from trapeze supported from structure by the electrical contractor.

Q. Wall-mounted fixtures shall be supported from building structure with backing support as approved by the Project Manager to prevent any damage to the wall.

R. Use vibration isolation pads for vibrating equipment such as transformers.

S. Plastic or fiber anchors are prohibited.

T. Anchoring deeper than 1-1/2” in overhead cast in place, pre-tensioned or post-tensioned concrete is prohibited unless x-ray or ground penetrating radar study are performed and approved by the DIA Project Manager.

PART 4 - MEASUREMENT

4.01 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

5.01 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 16190

Page 642: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 1

SECTION 16195 ELECTRICAL IDENTIFICATION

PART 1 - GENERAL

16195 - 1.1 SUMMARY

A. Underground warning tape.

B. Electrical power, control, signal, security, data, fiber optic, and communication conductors and raceways.

C. Operational instructions and warnings.

D. Danger signs.

E. Equipment/system identification signs.

16195 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

16195 - 1.3 RELATED SECTIONS

A. Division 16 - All Sections

16195 - 1.4 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

16195 - 1.5 QUALITY ASSURANCE

A. Comply with "OSHA" sign standards for danger, caution, warning, etc.

16195 - 1.6 SUBMITTALS (REFER TO SECTIONS 01300 AND 01340)

A. Submit product data under provisions of Division 1.

B. Include schedule for all specified applications of electrical identification.

Page 643: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 2

PART 2 - PRODUCTS 2.01 ELECTRICAL IDENTIFICATION MATERIALS General: The manufacturer's standard products of categories and types required are to be used

for each application.

A. Underground Type Plastic Detectable Line Marker:

1. Manufacturer's standard permanent red, continuous-printed plastic tape with a metalized foil core, intended for direct-burial service; not less than 3 inches wide x 4 mils thick. Printing is required on tape that most accurately indicates type of service.

B. Wire and Cable Marker:

1. For wire/cables smaller than No. 2/0 use manufacturer's standard vinyl-cloth self-adhesive cable/conductor markers of wrap-around type, either pre-numbered plastic coated type, or write-on type with clear plastic self-adhesive cover flap are to be used and numbered to show circuit identification.

2. For cables No. 4 AWG and larger heat shrink sleeving is to be used for phase color coding.

C. Plasticized Tags:

1. Manufacturer's standard preprinted or partially preprinted accident-prevention and operational tags, on plasticized card stock with matte finish suitable for writing, approximately 3-1/4-inch x 5-5/8-inch, with brass grommets and wire fasteners, and with appropriate preprinted wording including large-size primary wording, e.g., DANGER, CAUTION, DO NOT OPERATE.

D. Baked Enamel Danger Signs:

1. Manufacturer's standard "DANGER" signs of baked enamel finish on 20-gauge steel; of standard red, black and white graphics; 14-inch x 10-inch size except where 10-inch x 7-inch is the largest size which can be applied where needed; with recognized standard explanation wording, e.g., XXXX VOLTS, KEEP AWAY, BURIED CABLE, DO NOT TOUCH SWITCH, etc.

E. Engraved Plastic-Nameplates:

1. All electrical equipment shall be identified unless stated otherwise. Nameplate shall be laminated phenolic black letters on a white background. Nameplate for emergency equipment shall be white letters on a red background. Nameplates shall be attached with a minimum of two stainless steel machine screws. Embossed plastic adhesive (dymo) tape will not be accepted for nameplates.

2. Thickness: 1/16”, for units up to 20 square inches or 8 inches in length, 1/8 inch for larger units.

3. Provide phenolic nameplates with a minimum letter height as indicated below. Examples are given below for the size of letters to use for a given application and this not a list of the equipment to be identified. All equipment is required to be identified.

Page 644: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 3

a. For equipment designation: switchboards and motor control centers: 1/2 inch, panel boards: 1/4 inch. For voltage, bus ampacity, feeder source, and circuit number: 1/8 inch.

b. Individual circuit breakers and or motor starters in motor control centers: For equipment designation and section number: 1/4 inch, for load served and location of load: 1/8 inch. Inside the door, a typed label shall provide complete motor data including nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating.

c. Individual breakers in switchgears and switchboards: for breaker number (address number) and equipment designation; 1/4 inch, for breaker frame size and trip setting; 1/8 inch

d. Individual circuit breaker and spaces in panel boards: for numbers (section number) 1/4 inch.

e. Individual circuit breakers in distribution panel boards: 1/4 inch for panel being fed and 1/8 inch for its location.

f. Transformers: 1/4 inch for equipment designation and size; 1/8 inch for primary and secondary voltages, primary source and circuit number, secondary load and its location.

g. Individual remote indicating lights, meters, instruments and control switches: 1/8 inch, indicate unit, equipment, or fire detector being monitored and condition indicated by illumination.

h. Individual switches and pilots: 1/8 inch, identify mechanical unit being served.

i. Disconnects, relay panels, lighting contactors: 1/4 inch for 1/8 inch for voltage and source circuit number.

4. All branch circuit panel boards shall have a typed panel schedule indicating the type of equipment served and its location. Contractors name and date.

F. Lettering and Graphics:

1. Numbers, lettering and wording as required or as recommended by manufacturer or as required for proper identification and operation/maintenance of electrical systems and equipment shall be used. Gothic letters shall be provided.

PART 3 - EXECUTION

16195 - 3.1 APPLICATION AND INSTALLATION

A. General Installation Requirements:

1. Laminated plastic nameplates shall be fastened with two machine screws.

B. System Color Coding Schedule:

1. Where electrical emergency power is exposed, conduit shall be painted with “RED” stripes on each section every 5 feet of electrical conduit (visible from the floor or above a suspended ceiling) and within 3 feet of all equipment. ). All junction or pull boxes shall have the cover painted red.

2. Paging system conduits shall have “GREEN” bands painted, 5’ on centers for the entire length of conduit run. All junction or pull boxes shall have the cover

Page 645: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 4

painted green with the associated zone number written neatly on the box cover with permanent marker.

3. Security system conduits shall have “BLUE” bands painted, 5’ on centers for the entire length. All junction or pull boxes shall have the cover painted blue.

4. Temperature control conduits shall have “BROWN” bands painted, 5’ on centers for the entire length. All junction or pull boxes shall have the cover painted brown.

5. Closed circuit television (CCTV) conduits shall have YELLOW bands, painted 5’ on center for the entire length. All junction or pull boxes shall have the cover painted yellow.

6. Fire Alarm conduit shall be a continuous red factory finish

C. Underground Conduit and Duct bank Identification:

1. During back-filling/top-soiling of each exterior underground conduit and ductbank, a continuous underground red detectable type line marker, located directly over conduit or duct bank at a maximum of 12 inches below finished grade or 4 inches below paving, shall be provided.

D. Cable/Conductor Identification:

1. The application of cable/conductor identification, with circuit number, on each wire / cable in each box/enclosure/cabinet is required. The identification shall match the marking system used in panel boards, shop drawings, and contract documents.

E. Junction Box and Pull Box Identification:

1. On the cover of each junction box or pull box: the panel name and circuit number(s) of the enclosed conductors are to be legibly written with a black permanent ink broad tip marking pen. The system shall be identified for: FO (fiber optics), CCTV (closed circuit television), PA (paging system), RF (radio frequency), FA (fire alarm) , EM (emergency work) TC (temperature control).

2. Covers for emergency system junction boxes and pull boxes shall be painted red.

3. Covers for the Fire Alarm System junction boxes and pull boxes shall be painted red.

F. Operational Identification and Warnings:

1. Wherever required to ensure safe and efficient operation and maintenance of electrical systems, and electrically connected mechanical systems and general systems and equipment, including prevention of misuse of electrical facilities by unauthorized personnel, self-adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures shall be provided. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for intended purposes.

G. Danger Signs:

Page 646: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 5

1. Critical Switches/Controls: Danger signs shall be provided on switches and similar controls, regardless of whether concealed or locked up, where untimely or inadvertent operation could result in danger to persons, or damage to equipment, or damage to or loss of property.

H. Caution Signs:

1. The following red caution sign is to be provided for all circuit breakers and switchboards where turning off a circuit will automatically start an emergency operation: a. "Caution Turning Off this Circuit will Automatically Start Emergency

Operation”

2. The following red caution sign is to be provided for all automatic transfer switches, switches, circuit breakers, equipment, and emergency panels that are energized by the emergency power system: a. "Caution Automatically Energized by Emergency Power Supply System"

I. Equipment/System Identification:

1. An engraved plastic-laminated sign is to be provided on each unit of electrical equipment furnished; including central or master unit of each electrical system including communication/control/signal/alarm systems. Provide single line of text, letter height as specified, black lettering on white field for normal and white letters on a red field for emergency. Provide text matching terminology and numbering of the contract documents and shop drawings. The sign shall include unit designation, source circuit number, circuit voltage, and other data specifically indicated. Also, the sign shall indicate normal source circuit number ("Fed from . . .") and emergency source circuit number when the equipment is a transfer switch or fed directly from a transfer switch. Include signs for each unit of the following categories of electrical work: List is not inclusive. a. Switchboards, panel boards (include main bus ampacity on sign),

electrical cabinets and enclosures. b. Access panel/doors to electrical facilities. c. Major electrical switchgear (include main bus ampacity on sign). d. Disconnect switch. e. Push buttons, selector switches, indicating lights. (Circuit number and

voltage not required on sign). f. Power transfer equipment: Contactors and transfer switches. g. Transformers. (Include primary and secondary voltages) h. Battery racks. i. Power generating units. j. Telephone cabinets and switching equipment. (Circuit number and

voltage not required on sign.) k. Fire alarm panels. l. Security monitoring master station. m. Uninterruptible Power Supplies (UPS). n. Relays o. Lighting contactors

Page 647: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 6

p. Individual distribution circuit breakers

2. The installation of signs are required at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. The sign shall be secured to the substrate with fasteners, except use adhesive where fasteners should not or cannot penetrate substrate.

3. All panel boards shall have a typed panel schedule indicating the date, contractor, type of equipment served and its location.

J. Equipment Designation (See Next Page)

16195 - 3.2 ELECTRICAL PANEL NAMING CONVENTIONS

NAMING ELECTRICAL PANELS for Grounds & Outlying Buildings Use DIA utility map for main and secondary grids Example: L-13F4TDEH1-A L-13 Utility map book page location choices:

A through FF (West to East) and 1 through 31 (South to North) F4 Location grid on above page choices: A through J (West to East) and 1

through 10 (North to South) T Indicates AIRLINE TENANT, or R for Retail / Food and Beverage tenant or

panel if appropriate choices: T or R [TENANT] or blank [no space] if DIA D Indicates distribution panel if appropriate choices: D [DISTRIBUTION]

or blank [no space] if NOT DISTRIBUTION E Indicates panel feeder function choices: E [EMERGENCY] or

ES[ESSENTIAL POWER] or U [UPS origin]. H Panel voltage choices: H = 600 or 480Y/277 or L = 208Y/120 or 240/120 1 Sequence number of this panel supplied from this source choices: 1…N

-A Sub-fed panel suffix, if appropriate choices: -A …as required

NAMING ELECTRICAL PANELS for Concourse Buildings and Tunnel System Example: B-AW1TDEL1-A

B- Concourse letter choices: A through C (South to North) A Floor choices: T [tunnel] or B [basement] or A [apron] or C [concourse] or M

[mezzanine] or 4 [fourth floor] or 5 [fifth floor] or R [roof] W1 Core area choices: CE [center core east side] or CW [center core west side}

or E1 … E3 [sub-core number east of center core] or W1 … W3 [sub-core number west of center core]

T Indicates AIRLINE TENANT, or R for Retail / Food and Beverage tenant or panel if appropriate choices: T or R [TENANT] or blank [no space] if DIA

D Indicates distribution panel if appropriate choices: D [DISTRIBUTION] or blank [no space] if NOT DISTRIBUTION

E Indicates panel feeder function choices: E [EMERGENCY] or ES[ESSENTIAL POWER] or U [UPS origin]

L Panel voltage choices: H = 600 or 480Y/277 or L = 208Y/120 or 240/120 1 Sequence number of this panel supplied from this source choices: 1…N

-A Sub-fed panel suffix, if appropriate choices: -A …as required

NAMING ELECTRICAL PANELS for Terminal, AOB & Parking Structures Example: 6-11CTDEL2-A

Page 648: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16195 - ELECTRICAL IDENTIFICATION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16195 - 7

6- Floor choices: T [tunnel] or 1 through 11, depending on building 11C Module designation (see Architectural designation) choices: 01 through 15

and A through D T Indicates AIRLINE TENANT, or R for Retail / Food and Beverage tenant or panel

if appropriate choices: T or R [TENANT] or blank [no space] if DIA D Indicates distribution panel if appropriate choices:

D [DISTRIBUTION] or blank [no space] if NOT DISTRIBUTION E Indicates panel feeder function choices: E [EMERGENCY] or [ES ESSENTIAL

POWER] or U [UPS origin]

L Panel voltage choices: H = 600 or 480Y/277 or L = 208Y/120 or 240/120 2 Sequence number of this panel supplied from this source choices: 1…N -A Sub-fed panel suffix, if appropriate choices: -A …as required

Naming Disconnects and Transformers Disconnects shall have the same as the equipment they serve. Transformers shall have the same name as the low-voltage panel they supply power to with the extension of –X

PART 4 - MEASUREMENT

16195 - 4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

16195 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 16195

Page 649: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16452 – GROUNDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16452 - 1

SECTION 16452 GROUNDING

PART 1 - GENERAL

16452 - 1.1 SUMMARY

A. Power system grounding.

B. Communication system grounding.

C. Electrical equipment and raceway grounding and bonding.

D. Perimeter ground loop.

16452 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section.

16452 - 1.3 RELATED SECTIONS

A. With the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

B. NFPA Compliance: NFPA 70 "National Electrical Code (NEC)," as adopted and amended by the Denver Building Code, Chapter 10.

C. UL Compliance: Applicable requirements of UL Standards Nos. 467 "Electrical Grounding and Bonding Equipment," and 869, "Electrical Service Equipment," pertaining to grounding and bonding of systems, circuits and equipment. In addition, require compliance with UL Std 486A, "Wire Connectors." Grounding and bonding products shall be UL-listed and labeled for the use.

D. IEEE Compliance: Applicable requirements and recommended installation practices of IEEE Standards 80, 81, 141 and 142 pertaining to grounding and bonding of systems, circuits and equipment.

16452 - 1.4 SYSTEM DESCRIPTION

A. Ground the electrical service system neutral at service entrance equipment to the metallic water pipe service on building side only and to supplementary grounding electrodes, as required by the contract documents and as required by the NEC.

B. External (underground) metal pipes, water, gas, fuel, drain/sewer etc., are not available for electrical grounding. This is due to extensive cathodic protection and isolation joints of all underground metal pipes at DIA. These systems shall be bonded to the grounding system on the building side only.

Page 650: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16452 – GROUNDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16452 - 2

C. Ground each separately derived system neutral to nearest referenced ground plate in the electrical room.

D. Provide communications system with a # 6 copper grounding conductor at point of service entrance and connect to nearest referenced ground plate.

E. Bond together at a service and at a separately derived systems; neutral conductor, equipment enclosures, all non-current carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, and grounding electrode connector.

F. Provide a 2/0 minimum building perimeter-grounding conductor buried thirty inches (30”) below finished grade thirty-six inches (36”) from foundation. Install a ¾” x 10’ copper clad ground rod at each corner, each change of direction and at intervals not to exceed one hundred feet (100’).

G. Provide a minimum of three inch by twelve inch by one-quarter inch (3” x 12” x ¼”) copper ground bar in the electrical room for connecting the grounding systems.

H. An insulated equipment ground conductor shall be installed continuous from the main switchgear or service entrance to all branch panelboards, motor control centers, transformers and all motors. This conductor shall be bonded to the conduit and metal enclosures that it passes through utilizing bonding bushings and terminal devices.

16452 - 1.5 SUBMITTALS (REFER TO SECTIONS 01300 AND 01340)

A. Submit shop drawings under provisions of Section 16010.

B. Indicate layout of ground ring, location of system grounding electrode connections, and routing of grounding electrode conductors.

C. Submit all field test reports.

PART 2 - PRODUCTS

16452 - 2.1 MATERIALS

A. Ground Rods: Copper-clad steel, 3/4-inch diameter, and minimum length of 10 feet; in manholes ground rods shall be stainless steel ¾-inch diameter and a minimum length of 10 feet.

B. Grounding Connection Accessories:

1. Electrical insulating tape, heat-shrinkable insulating tubing, welding materials, bonding straps, as recommended by accessories manufacturers for type of service required.

C. Exothermic welded connections are required where grounding conductors connect to underground grounding conductors and to underground grounding electrodes, and for bonding to steel. All underground connections shall be exothermic welded.

Page 651: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16452 – GROUNDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16452 - 3

D. All ground wires shall be copper except where stainless steel is specified for manholes, sized according to the NEC or as shown on the drawings which ever is larger.

PART 3 - EXECUTION

16452 - 3.1 INSTALLATION

A. Provide a separate, insulated, equipment-grounding conductor in all branch circuit conduits.

B. Supplementary Grounding Electrode: Use grounding mats, where indicated, or driven ground rods. Install ground rods in suitable recessed well; fill with gravel after connection is made.

C. Provide a No. 6 AWG and ground plate to each Communications Room or board. Connect to nearest Electrical Room ground plate.

D. Provide isolated and insulated ground conductors for all microprocessor and data processing equipment.

E. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values for connectors and bolts. Where manufacturer's torquing requirements are not indicated, connections are to be tightened to comply with tightening torque values specified in UL 486A to assure permanent and effective grounding.

F. Provide code-sized ground cable bonding jumpers, installed with ground clamps, across all conduit expansion couplings and fittings, including flexible steel conduit used as expansion fittings.

G. Provide a corrosion-resistant finish to field connections, buried metallic bonding products, and where factory applied protective coatings have been destroyed.

H. All continuous runs of cable tray and all isolated sections of cable tray shall be bonded and grounded.

I. Provide an equipment-grounding conductor in all conduits.

J. A non-continuous metallic raceway enclosing the service grounding electrode conductor or the separately derived system grounding electrode conductor shall be bonded at each end of the conduit to the grounding electrode conductor. If bonding jumpers are used they shall be sized per N.E.C. table 250-66.

K. An earth electrode system shall be buried a minimum depth of two and a half feet. A # 2/0 bare copper ground wire, or if larger as sized on the drawings shall be run between ground rods.

L. All receptacles and switches shall be provided with ground jumper from outlet box to ground terminal of the device. Exception isolated ground receptacles.

M. Provide parallel equipment bonding jumper for parallel conduit feeders.

Page 652: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16452 – GROUNDING CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16452 - 4

N. Provide bonding jumpers around all concentric or eccentric knockouts.

O. Include a bare # 2 copper ground conductor in all duct banks.

16452 - 3.2 FIELD QUALITY CONTROL

A. Test the ground resistance to earth of each ground rod prior to connection to the system. Where test show resistance to ground is over 5 OHMS, report to DIA Project Manager locations and values. Submit test results to the DIA Project Manager.

B. Upon completion of installation of electrical grounding system, test ground resistance to earth in accordance with ANSI / IEEE 81 Submit test results to the DIA Project Manager.

PART 4 - MEASUREMENT

16452 - 4.1 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

16452 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 16452

*NOTE SEE SUPPLEMENT AT THE END OF THIS APPENDIX FOR A

REPORT: “LIGHTNING, GROUNDING, AND CATHODIC PROTECTION STUDY”

Page 653: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 1

SECTION 16642 CATHODIC PROTECTION

PART 1 - GENERAL

16642 - 1.1 SUMMARY

A. The contractor shall furnish and install cathodic protection equipment, mounting hardware, etc., as required for complete installation as indicated in these specifications and on the drawings.

16642 - 1.2 RELATED DOCUMENTS

A. Drawings, General and Special Conditions, Division 1 - General Requirements, Section 16010, and other applicable technical specifications apply to work of this Section.

16642 - 1.3 RELATED SECTIONS

A. Division 1 - General: All Sections

B. Division 2 – Site work: All Sections

C. Division 16 - Electrical: All Sections

16642 - 1.4 REFERENCE STANDARDS

A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents.

16642 - 1.5 CODES, REGULATIONS, AND STANDARDS

A. All work shall be in strict accordance with all applicable codes including Building Code for the City and County of Denver, National Electrical Code (NEC), National Fire Protection Association (NFPA), and Life Safety Code (NFPA 101).

16642 - 1.6 MATERIAL STANDARDS

A. All material supplied shall be new and shall be equal to or exceed minimum requirements set by the following Standards:

1. American National Standards Association (ANSI) a. B 1.1-74: Unified Screw Threads b. B 2.1-68: Pipe Threads c. B16.5-77: Steel Pipe Flanges, Flanged valves and Fittings d. B16.25-72: Butt welding Ends e. 16.31-71: Non-Ferrous Pipe Flanges f. B18.2-2: Square and Hex Nuts

2. American Society for Testing and Materials (ASTM) a. A153-73: Zinc Coating on Iron and Steel Hardware

Page 654: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 2

b. A194-78: Carbon and Alloy Steel Nuts c. A307-76: Carbon Steel Externally and Internally Threaded Standard

Fasteners d. A518-74: Corrosion - Resistant High Silicon Cast Iron e. C94-78: Ready-mixed Concrete f. D1248-74: Polyethylene Plastic Molding and Extrusion Materials

3. U.S. Department of Transportation (DOT) a. Pipeline Safety Regulations, Parts 190-195

4. Denver Water Department (DWD) a. Engineering Standards of the Board of Water b. Commissioners, Chapters 9 and 10 - 1-1 -

5. Electronic Industries Association (EIA) a. RS-214: Method of Calculation of Current Rating for Hook-up Wire

6. Federal Specifications (FS) a. J-C-30A & Cable and Wire Electrical - Am-l b. W-C-586B & Conduit, Outlet Boxes, Bodies and Entrance Caps Electrical

- Am-l c. W-F-408C & Fittings for Conduit, Metal, Rigid, EMT - Am-1 Type d. HH-I-595C Insulation Tape, Electrical e. WW-C-581d Conduit, Metal, Rigid

7. Insulated Cable Engineers Association (ICEA) a. S-61-402 Thermoplastic - Insulated Wires and Cables b. S-66-524 Cross Linked Thermosetting Polyethylene Insulated Wires and

Cables

8. Institute for Electrical and Electronic Engineers (IEEE)

9. National Association of Corrosion Engineers (NACE) a. RP-0169-96 Recommended Practice of External Corrosion on

Underground Metallic Piping Systems b. RP-0193-93 Recommended Practice –External Cathodic Protection fo

On-Grade Metallic Storage Tank Bottoms c. RP-0285-95 Recommended Practice- Corrosion Control of Underground

Storage Tank Systems by Cathodic Protection. d. RP0286-86 The Electrical Isolation of Cathodically Protected Pipelines

10. National Electrical Manufacturer's Association (NEMA) a. ICS-70 Industrial Controls and Systems b. MR 20-58 Cathodic Protection Units c. RN 1-74 Polyvinyl-Chloride Coated Galvanized Rigid Steel Conduit d. TC 2-78 Electrical Plastic Tubing and Conduit e. ICS-6 Enclosures for Industrial Controls and Systems f. ST-1 Specialty Transformers g. AB-1 Circuit Breakers

11. National Electrical Safety Code (NESC)

Page 655: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 3

12. National Fire Protection Association (NFPA) a. NFPA-70 - National Electrical Code

13. Occupational Safety and Health Administration (OSHA) a. OSHA-2207 Construction Industry

14. Xcel Energy (XCEL)

15. Underwriters Laboratories (UL) a. 6-Rigid Metallic Conduit b. 44-Rubber-Insulated Wires and Cables c. 50-Electrical Cabinets and Boxes d. 83/493-Thermoplastic-Insulated Wires e. 467-Bonding and Grounding Equipment f. 486-Wire Connectors and Soldering Lugs for Use with Copper

Conductors g. 510-Insulating Tape h. 514-Outlet Boxes and Fittings i. 354-Service-Entrance Cables j. 651-Schedule 40 and 80 PVC Conduit k. 1059-Electrical Terminal Blocks l. 1066-L.V. AC and DC Power Circuit Breakers

16642 - 1.7 CONSTRUCTION DRAWINGS

A. The drawings are diagrammatic and indicate the general arrangement of electrical work. Locations are approximate and shall be subject to minor modifications as dictated by field conditions and as directed by DEN Project Manager.

16642 - 1.8 ABBREVIATIONS

A Ampere AC Alternating current ANSI American National Standards Association ASTM American Society for Testing and Materials AWG American Wire Gauge AWS American Welding Society C Conduit CB/CKT BKR Circuit breaker CCD City and County of Denver CDOH Colorado Division of Highways CKT Circuit CE Concrete encased Comm Communication DB Direct burial DC Direct current DWG Drawing DISC Disconnect DOT U.S. Department of Transportation DWD Denver Water Department

Page 656: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 4

EM Emergency EIA Electronic Industries Association ELEC Electric EPA Environmental Protection Agency FAA Federal Aviation Administration FDR Feeder FS Federal specifications FU Fuse G Generator GND Ground HP Horsepower HV High voltage ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers JB Junction box KV Kilo volts KVA Kilo volt amperes KW Kilo watt LV Low voltage MH Manholes MTD Mounted MTG HT Mounting height NACE National Association of Corrosion Engineers NC Normally closed NEC National Electrical Code NFPA National Fire Protection Association NEMA National Electrical Manufacturers Association NESC National Electrical Safety Code NMC Nonmetallic conduit OSHA Occupational Safety and Health Administration PB Pull box PNL Panel XCEL Xcel Energy RGS Rigid galvanized steel SW Switch TYP Typical UL Underwriters Laboratories V Voltage WP Weatherproof

16642 - 1.9 CONSTRUCTION DRAWINGS

A. The drawings are diagrammatic and indicate the general arrangement of electrical work. Locations are approximate and shall be subject to minor modifications as dictated by field conditions and as directed by DEN Project Manager.

16642 - 1.10 SUBMITTALS

A. Product data: Including manufacturer's name and product number, electrical ratings, dimensions, mounting position, mounting method, materials, apply to this Section.

Page 657: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 5

B. Shop Drawings: Detail fabrication and installation of cathodic protection assemblies including plans, elevations, sections, component details, and attachments to other construction elements.

C. Coordination Drawings: Include plans and sections to show cathodic protection assembly layouts and relationships between components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate and certify field measurements.

D. Qualification Data: For firms and persons specified in "Quality Assurance" Article.

E. Field Test Reports: Indicate and interpret test results for compliance with performance requirements.

16642 - 1.11 QUALITY ASSURANCE

A. The designer of the cathodic protection system shall be a personnel trained in cathodic protection sciences under a registered Professional Engineer with cathodic protection and corrosion prevention expertise or a NACE certified Corrosion Specialist. The design shall be signed by a Professional Engineer.

B. Testing Agency Qualifications: Testing agency as a member company of the International Electrical Testing Association that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing Association or the National Institute for Certification in Engineering Technologies, to supervise on-site testing specified in Part 3.

C. Source Limitations: Obtain enclosed cathodic protection components through one source from a single manufacturer.

D. Enclosed Cathodic Protection Assemblies, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction.

E. Comply with NFPA 70 for components and installation.

16642 - 1.12 SEQUENCING AND SCHEDULING

A. The cathodic protection equipment installation is to be sequenced and scheduled with other work to reduce possibility of damage and soiling of equipment during the remainder of construction period.

16642 - 1.13 MAINTENANCE

A. Furnish extra materials including 10 percent of installed cathodic protection assembles and parts to match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Deliver materials as directed by DEN Project Manager.

Page 658: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 6

16642 - 1.14 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle bus assemblies according to manufacturer’s requirements.

16642 - 1.15 PROJECT CONDITIONS

A. Field Measurements: Verify existing dimensions by field measurements. Verify clearances and locate obstructions within manufacturing and installation tolerances of cathodic protection equipment.

PART 2 - PRODUCTS

16642 - 2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements and standards listed in Part 1.0.

16642 - 2.2 GALVANIC OR SACRIFICIAL ANODE SYSTEM

A. This system provides protective current to metals by electrically coupling the metal to be protected with another metal which appears higher in the electromotive force series. This sets up a galvanic coupling, because the medium in which both metals are contained acts as an electrolyte. The metal of higher potential becomes the anode, and sacrificially corrodes to protect installations such as piping or tanks which act as the cathode. The return path for current is through an electrical connection between the anode and the cathode. When sufficient current flows through the electrolyte to suppress all local action currents on the protected metal, cathodic protection is complete. This type system requires no external power supply; it uses sacrificial anodes.

16642 - 2.3 CATHODIC PROTECTION CONTRACTOR RESPONSIBILITIES

A. The function of the cathodic protection system shall include the following:

1. Recognition of hazardous conditions prevailing at the site and the selection and specification of materials and installation practices in conformance with these standards and which will assure the safe installation and operation of the cathodic protection system.

2. Perform a pre-engineering field survey consisting of determining or measuring the following characteristics of the electrolyte and the structures to be protected: a. Collect and compile soil tests with provision for future testing, as required b. Resistivity of the electrolyte. c. Structure-to-electrolyte potential (if new installation, base requirement. on

design calculations, field tests can only be run on existing structures). d. Cathodic protection current requirements. e. Electrolyte characteristics such as variations and water content of soils,

salinity and oxygen content of water, and maximum and minimum temperature.

f. Proximity of structure to be protected to other structures.

Page 659: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 7

g. Compile characteristics of pipe coatings utilized. h. Source of magnitude of stray currents including free electricity from

electrical transmission lines and. strong RF fields, if any. i. Locations of isolation between the protected structure and other metallic

structures. j. Locations of resistance bond stations (drain stations). k. Electrical continuity test requirements for the metallic structures and lines

that are to be protected, if available. l. Locations of anode beds and rectifiers.

3. The design of cathodic protection system is for optimum economy of installation, maintenance, and operation.

4. Compliance with specification of materials and installation practices which will assure dependable operation throughout the intended operating life of the cathodic protection system.

5. Operation of a system is to minimize excessive protective currents or earth potential gradients, which can cause detrimental effects on pipe, coating, or neighboring buried or submerged metallic structures.

6. Direction of cooperative investigations to determine mutually satisfactory solution(s) of interference problems.

7. Coordinate with cathodic protection designers and installers involved in a common deep well ground bed system. to insure minimum interference currents between systems.

8. Prepare suitable drawings to designate the over-all layout of the piping or other structures to be protected and the location of significant items of structure hardware, corrosion control test stations, electrical bonds, electrical insulators, and neighboring buried or submerged metallic structures.

9. Layout shop drawings shall be prepared for each impressed current cathodic protection installation, showing the details and location of the components of the cathodic protection system with respect.to the protected structures and to major physical landmarks.

10. The locations of galvanic anode installations shall be recorded on drawings or in tabular form, with appropriate notes as to anode type, weight, spacing, depth, and backfill.

16642 - 2.4 CATHODIC PROTECTION SYSTEM PERFORMANCE REQUIREMENTS

A. Provide adequate allowance for anticipated changes in current requirements with time.

B. Placement of anodes where the possibility of disturbance or damage is minimal.

C. The cathodic protection system shall protect all metallic surfaces presently being installed and providing for expansion capabilities for future installed items.

D. Provide sufficient test stations to check the system's performance.

Page 660: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 8

16642 - 2.5 SACRIFICIAL ANODE

A. Sacrificial anode systems may be used only where current requirements are low. Minimum negative voltage potential between structure and Cu/CuSO4 reference electrode shall be 0.85 volts.

B. Magnesium anodes conforming to the following minimum chemical analysis, is the preferred anode material for sacrificial systems. Higher grade anodes may be utilized to reduce time between replacement.

C. Table 2.1

MINIMUM MAGNESIUM ANODES CHEMICAL ANALYSIS

Aluminum 0.010% maximum Manganese 0.50% to 1.30% maximum Zinc 0 Silicon 0 Copper 0.02% maximum Nickel 0.001% maximum Iron 0.03% maximum Other 0.05% each or 0.3% maximum total Magnesium remainder

D. Zinc anodes conforming to the following chemical analysis may be considered only if the use of magnesium anodes is completely unworkable in areas of low soil resistivities (less than 900 ohms per square centimeter). The use of zinc anodes shall be required to be approved by the Project Manager.

E. Table 2.2

ZINC ANODES CMEMICAM ANALYSIS

Aluminum 0.005% maximum Cadmium 0.003% maximum Iron 0.0014% maximum Lead 0.003% maximum zinc remainder

F. Anodes shall be specified with the following requirements:

1. Cast with a galvanized steel rod core silver soldered to a copper, high molecular weight polyethylene insulated (HMWPE) cable and have a net magnesium weight as required to attain a minimum 20 year life expectancy. The core weight shall not exceed 0.1 lb/ft.

2. Contained in a cloth sack with backfill consisting of 75 percent hydrated gypsum, 20 percent bentonite, and 5 percent sodium sulfate.

G. The anode lead wire shall be No. 12 AWG, copper, 600 volt HMWPE insulation.

H. Anode lead wires shall be long enough to permit installation to test station without use of underground splices.

Page 661: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 9

I. Anodes of various weights when tested shall not be allowed more than the following respective maximum current output indicated in Table 2.3 below.

J. Table 2.3

Weight Bare Anode/Allowable Current Output Weight Bare Anode Allowable Current Output5# Anode 0.010 Amperes 9# Anode 0.020 Amperes 17# Anode 0.045 Amperes 32# Anode 0.080 Amperes 50# Anode 0.120 Amperes

16642 - 2.6 ANODE LOCATIONS

A. Install at the locations shown on drawings for anodes and provide for symmetrical spacing to obtain uniform current distribution. Low, poorly drained areas are generally good locations for anodes and are highly desirable for efficient anode operation. Locate anodes in areas having the lowest resistance and nearest those points where corrosion has been determined to be the most severe; space anodes not closer than 4 feet from the protected structure and space a minimum of 20 feet from foreign structures. Place anodes at a depth that is below the bottom of the structure to be protected. For protection of tank interior or other structure where rod-type magnesium anodes are not practicable, zinc anodes can be mounted directly on, but separated by an insulating strip form, the surface of the steel to be protected.

16642 - 2.7 RESISTOR USE

A. In low resistivity media, where current flow must be limited, and anode output current is in excess of the required cathodic protection current, adjustable resistors must be used to limit the flow of current. The value of this resistance can be determined by applying Ohm's law.

16642 - 2.8 CATHODIC PROTECTION VOLTAGE/CURRENT TEST STATIONS

A. Install at the locations indicated on drawings for the cathodic protection test station. Test stations allow periodic checks to ensure that the system is providing the desired protection. Reference test station section for required test station locations.

16642 - 2.9 CURRRENT CARRYING CABLE REQUIREMENTS

A. Where several anodes are connected to one header cable, compute the allowable voltage drop in that cable. Select the cable size in accordance with standard electrical engineering practice. Directly buried conductors should be properly insulated to prevent current leakage, and of a sufficient size to prevent mechanical damage.

B. Cable conductor shall be copper, except resistance wire, and shall have HMWPE insulation type.

Page 662: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 10

C. All lead wire conductors shall be exothermic welded at splices and to protected surfaces, and sealed with a protective coating.

D. All cad welded pipeline leads will include two wires to the test stations to allow for the loss of one line during the life of the installation.

E. All other wiring shall be in compliance with Division 16.

16642 - 2.10 ANODE INSTALLATION

A. The installation of the anodes shall meet the following requirements:

1. Packed anodes shall be installed completely dry and shall be lowered into holes by rope sling or by grasping the cloth gather, not by lowering with lead wire.

2. Packaged galvanic anodes shall be wetted and then backfilled with compacted native soil. Where anodes and special chemical backfill are provided separately, anodes shall be centered in special backfill which would be compacted prior to backfilling with native soil. Care should be exercised so that lead wires and connections are not damaged during backfill operations. Sufficient slack should exist in lead wires to avoid strain.

16642 - 2.11 BACKFILL

A. The backfill shall be tamped calcined coke breeze material screened to provide a particle size from 1/81' to 3/811. Resistivity shall not exceed 25 ohm-cm at a moisture content of not more than 1%, with a bulk density of 46 to 50 lb/ft' and the following composition.

Table 2.5

BACKFILL COMPOSITION

Typical Guaranteed Typical

Guaranteed

(a) Fixed Carbon, 99.4 99.0 minimum percent (dry'basis) (b) Ash, 0.3 0.5 maximum percent (dry basis) (c) Volatile matter, 0.3 0.5 maximum percent (dry basis) (d) Sulfur, 0.8 1.2 maximum percent (dry basis) (e) Moisture 0.02 1.0 maximum

B. Backfill shall be vented to release the gas given off.

16642 - 2.12 ANODE SHUNT JUNCTION BOXES

A. Enclosures shall be watertight stainless steel or nonmetallic boxes complete with terminal blocks, shunts, copper jumpers, and bus bars. Shunts shall be in accordance with IEEE 316, 0.01 ohms, 8 amperes.

16642 - 2.13 GENERAL CATHODIC PROTECTION SYSTEM STANDARDS

A. Cathodic protection shall be provided for, but not limited to the following structures:

Page 663: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 11

1. Metallic pipelines

2. Metallic underground structures, i.e., tanks, vaults, etc.

3. Grounding mats, rods, et.

4. Metallic structures in contact with earth.

B. All systems protected shall be bonded, and be electrically continuous.

C. All surfaces to be cathodically protected shall be coated in conformance to mechanical standards, referenced in Article 1.03.

D. Stray currents will be avoided.

16642 - 2.14 CABLES AND BONDS

A. Cathodic protection cables shall be copper, in accordance with ICEA s-61-402, high molecular weight (HMW) Type CP polyethylene insulation not less than 7/64 inches (2.78 mm) thick. Insulation material shall be in accordance with ASTM D1248 Type I Class C, Grade 5. Cables shall have copper stranded conductors sized as follows:

1. 2 No. 8 AWG minimum for pipe leads to test station boxes.

2. 2 No. 8 AWG minimum from anodes to anode junction boxes.

3. No. 2 AWG minimum for cast iron pipe mechanical joint bonds.

B. Miscellaneous wire and cable requirements shall be as indicated in section 2, site Electrical, General.

C. Splicing underground cables should be avoided where possible. Necessary splices be made with manufactured, UL. approved, splice kits.

D. The DC conductors shall be run in rigid conduits of a size large enough to accommodate 1/0 cable or #8 AWG cable to the anodes to a depth of at least 18" below grade. DC conductors below 18" may be run direct buried. All conduits shall be terminated in the ground with a plastic bushing.

E. The negative DC lead shall be connected to the protected structure by a exothermic weld connection. The connection shall be coated with a heavy coat of coal tar enamel, or equal with a plastic backfill shield installed over that.

F. All underground pipe joints, except welded joints, shall be electrically bonded using a #2 AWG HMWPE insulated conductor, exothermic welded to each pipe section, and all component parts except bolts.

16642 - 2.15 TEST STATIONS

A. Test stations shall be provided on all protected structure at the following locations:

1. Pipe lines at intervals not exceeding 1000 feet.

2. Test stations will not be required within 300' of a riser pipe or any place where the pipe may be readily accessible.

3. Where a carrier pipe is used under roads, railroads, etc.

Page 664: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 12

4. At all insulating underground joints (bond site).

5. On each underground storage tank and each buried metallic process tank such as an oil-water separator or grit chamber.

6. For sacrificial anodes added to the fuel system.

B. Flush type test stations with heavy cast aluminum loading covers and collars suitable roadway installation shall be installed in all paved areas. Test station shall be Dabico Model D9-CPA-14D with Tinker-Rasor Model T-3CP terminal board.

C. Test station conductors shall be minimum #12 AWG-HMWPE insulated, color coded as required.

D. Test stations shall be labeled with coded identification and shall be carefully located.

16642 - 2.16 ELECTRICAL ISOLATION

A. Provide electrical isolation between piping systems protected by different cathodic protection systems, at each building riser pipe, and at other points where a short-to another pipe or a foreign structure may occur. Provide electrical isolation between anchor plates, leak plates and any other structure penetration.

B. Electrical isolation shall be provided at the first flange inside any building with the remainder of buried pipe protected. Note the DEN electrical specification which denies the use of water supply up to this flange from the exterior for use as an electrical ground.

16642 - 2.17 ACCESSORIES

A. Reference Electrodes

1. The system shall be equipped with at least two references electrodes for each rectifier, either copper-copper sulfate (preferred) or silver-silver chloride designed for minimum twenty-year life. one electrode shall be installed in a location expecting minimum protection and the other in a location. expecting maximum protection.

B. Potential Stations

1. This subject pertains to those situations where direct and uninterrupted surface contact to the soil surrounding the cathodically protected structure is not available. Examples include piping that is under concrete, piping that is below an environmental geomembrane, piping that is below coarse grade materials (such as gravel) that are not part of the electrolyte body, and above ground storage tank bottoms that have cathodic protection applied. Easy replacement of reference electrodes in the above mentioned location must be addressed in the design of the referenced electrode’s installation. Elimination of the access problem for replacement through the use of test stations that allow access to native soil should be used where possible.

2. Potential stations located in areas with soil surface shall consist of a precast concrete housing, which is open at the bottom and shall be furnished with a cast iron traffic cover marked CP on the top of the cover. The station shall be

Page 665: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 13

filled to within 3 inches of its top with clean soil. Reference sections 02520, 02530 Airfield Geometrics and Landside Pavement Standards for any stations located in paved areas.

PART 3 - EXECUTION

16642 - 3.1 INSTALLATION

A. Install cathodic protection assemblies according to drawings, manufacturer's written installation instructions, Shop Drawings, and referenced standards.

16642 - 3.2 FIELD TESTING

A. The following requirements shall be performed by the contractor for all field-testing.

16642 - 3.3 LEADS

A. All leads shall be verified for continuity after backfill, and those found broken or otherwise defective shall be re-excavated and re-installed or repaired.

16642 - 3.4 INSULATING FLANGES AND JOINTS

A. Electrical isolation of each insulating flange or joints shall be verified. The test method and verification shall be submitted for approval.

16642 - 3.5 SACRIFICIAL ANODE SYSTEM

A. The sacrificial anode system shall be checked and shall have adequate capacity to provide a minimum pipe to soil potential of minus 0.850 V as measured against a copper/copper sulfate reference electrode positioned at grade level directly above the pipe.

16642 - 3.6 POTENTIAL MEASUREMENT

A. A complete survey of natural, or spontaneous pipe/tank to reference electrode potential measurements at all existing test stations shall be performed.

16642 - 3.7 TEST RESULTS

A. All test results shall be included as part of the final survey report.

16642 - 3.8 GENERAL ANODE ACCEPTANCE TESTS

A. Determine the resistance between the anode and the anode lead wire by immersing the anode/anode lead assembly at the center of a metal tank filled with a saturated sodium chloride solution.

B. Impress a known current between the end of the lead wire and the filled tank.

C. Measure the voltage between the end of the lead wire and the end of the anode opposite the lead wire end. Calculate the resistance value, to at least three

Page 666: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 14

significant figures, reduced to a zero length of lead wire. This value will closely approximate the anode connection resistance.

16642 - 3.9 PROCEDURE FOR ACCEPTANCE OF ANODES

A. Determine anode connection resistance as above.

B. Reject those anodes which show open circuit.

C. Plot the approximate anode connection resistance values. Determine the arithmetic mean of the plotted values.

D. All anodes with connection resistance values in excess of twice the arithmetic mean shall be replaced.

16642 - 3.10 STATIC POTENTIAL MEASUREMENTS

A. A complete set of "static" potential measurements shall be obtained at the following locations:

1. Fire Water Line - at all hydrant and valves.

2. Fuel line - at all hydrant and valves.

3. Above Ground Storage-Tanks - four (4) readings per tank with tanks greater than 10 ft diameter.

4. Above Ground Storage Tanks - two (2) reading per tank with tanks less than or equal to 10 ft diameter.

5. Main Pipeline Corridors - pipe-to-soil measurements, minimum of 100 ft apart.

6. Anode Output - As the anodes are energized, current output shall be measured. The values obtained, date, time, and locations shall be recorded.

B. 1. Interference Testing before final acceptance, interference tests shall be made with respect to any foreign pipelines, tanks or wells in cooperation with the owner of the foreign structure. A full report of the tests giving all details shall be made. Any methods recommended to eliminate interference shall be reported to DEN Project Manager. It is the responsibility of the new installation designer and contractor to assure the resolution to any electrical interference problems resulting from the cathodic protection prior to system acceptance and to resolve any interferences found post construction that are deemed the result of said construction.

16642 - 3.11 POST INSTALLATION REPORT

A. A report, prepared by the design consultant and contractor, shall be issued to the DEN Project Manager, which will include all data obtained, analysis of data, record drawings, an Operations and Maintenance Manual and any further recommendations.

PART 4 - MEASUREMENT

16642 - 4.1 METHOD OF MEASUREMENT

Page 667: 01 GENERAL REQUIREMENTS GARDI CONCOURSE B SE …business.flydenver.com/bizpdf/DIAID_1939.pdf · DENVER INTERNATIONAL AIRPORT GARDI CONCOURSE B SE CONTRACT NO. 201631515 ISSUED FOR

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 16 - ELECTRICAL GARDI CONCOURSE B SE SECTION 16642 - CATHODIC PROTECTION CONTRACT NO. 201631515

ISSUED FOR BID SWANSON RINK, INC. Revision No. 0 11/16/16 16642 - 15

A. No separate measurement shall be made for work under this Section.

PART 5 - PAYMENT

16642 - 5.1 PAYMENT

A. No separate payment will be made for work under this section. The cost of the work described in this section shall be included in the applicable unit price item, work order or lump sum bid item.

END OF SECTION 16642