MARCH 7, 2017

ADDENDUM NO. 3

for

CHICAGO DEPARTMENT OF AVIATION O’HARE INTERNATIONAL AIRPORT RUNWAY 9C/27C – BID PACKAGE #1

Specification No. 333636

For which bids are scheduled to be opened in the City Hall Bid and Bond Room, Room 103, City Hall, 121 North LaSalle Street, Chicago, Illinois 60602, at 11:00 a.m., March 10, 2017.

The following revisions are incorporated into the above-referenced specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth, except as amended by previous Addenda, remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents.

In accordance with Section 13 of the “Requirements for Bidding and Instructions for Bidders” in Part One of Three: Interpretation of Contract Documents, the deadline for questions has passed. No additional questions will be answered prior to bid opening except as the Chief Procurement Officer, in her sole discretion, deems to be in the best interest of the City.

BIDDER WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

BID OPENING DATE HAS BEEN EXTENDED TO MARCH 21, 2017, 11:00 a.m. CENTRAL TIME

ADDENDUM NO. 3 – MARCH 7, 2017 1 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS

For the convenience of the potential bidders, the revisions to Part One are as follows (New Pay Items are in bold italics with “*”):

Section / Sheet Section Title Description of changes Part One of Three Instructions and Execution Documents Part One Cover Coversheet Revised Submittal Title and Date Revised schedule of prices supercedes Addendum #1 to reflect S3-2 through S3-10 Schedule of Prices all changes made to pay items and quantities. Revised Work Area 1D restriction S4-9 SECTION 4 TIME OF COMPLETION language (See attached PART ONE OF THREE revised Page S4-9).

PART THREE OF THREE TECHNICAL SPECIFICATIONS

For the convenience of the potential bidders, the revisions to Part Three Specifications are as follows (New specifications are in bold italics with “*”):

Specification No. Specification Title Description of changes Part Three of Three Technical Specifications Part Three of Three Cover Cover Sheet Revised Submittal Title and Date Part 1 - revised scope of work for runway lighting items, deleted scope items not included in contract, noted sign panels and light fixtures to be provided by CDA, changed Special Light Base to Type 2 Marker Light Base. Part 2 - deleted items not included in contract, noted sign panels and light fixtures to be MARKER LIGHT BASES, provided by CDA. L-100 LIGHTING FIXTURES, Part 4 – deleted items not included in AND GUIDANCE SIGNS contract, noted sign panels and light fixtures to be provided by CDA, revised transformer sizing language. Part 5 - revised one pay item description and added one new pay item. See attached revised Part Three of Three, Section L-100. Inserted subpart 2.05.H to denote that ComEd ELECTRICAL MANHOLES L-115 will provide frames and covers for ComEd AND HANDHOLES Manholes. WARM MIX ASPHALT Revised Subpart 5.01.C to include pay item for P-405(WMA) CONCRETE PAVEMENTS test strip.

ADDENDUM NO. 3 – MARCH 7, 2017 2 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

CONTRACT DRAWINGS

For the convenience of the potential bidders, the revisions to the Contract Drawings are as follows (New sheets are in bold italics with “*”): Sheet No. Sheet Title Description of changes Plans - Volume 1 General Plans GI-007 INDEX OF SHEETS Added new sheet EA-268A. Revised Work Area 1D restriction GC-080 PHASE 1 PLAN WORK AREAS 1C THRU 1E language (See attached revised drawing). AIRFIELD GUIDANCE SIGN AND BASE New sheet providing details for guidance EA-268A DETAILS signs of more than four modules.

RESPONSES TO BIDDERS’ QUESTIONS

QUESTION NO. 186: In Addendum No 1, Question 6, the City did not answer the original question. Does the price for Unclassified Excavation – Undercut and Backfill include the costs for hauling and disposing of excavated material off-site? Or will the haul off and disposal be paid for as Unclassified Excavation, Off-site?

RESPONSE: Per Specification P-152, all costs associated with Unclassified Excavation – Undercut and Backfill, including hauling and disposing on or off-site, are included in the per cy cost of the pay item. The contractor may limit the amount required to be hauled off-site by mitigating excess moisture, segregating, and other measures intended on keeping the usable material on Airport property. No separate payment will be made for materials required to be hauled off-site under this pay item.

QUESTION NO. 187: On plan sheet GI-009, issued under Addendum No 1, Staging and Storage Areas – note 5 was changed indicating that Excess soils, excess milled asphalt concrete, bituminous concrete rubble, Portland cement concrete rubble, and unsuitable excavations must be disposed of at approved locations on site or off airport property as directed by the commissioner. The cost for onsite disposal and off-site disposal are dramatically different. Please confirm that all soils that the Commissioner directs to leave airport property will be paid under Unclassified Excavation, Off-site. How will the City pay the Contractor to dispose of asphalt or concrete off-site?

RESPONSE: All non-contaminated excavated soils that the Commissioner directs to leave airport property, except for material included in the pay item Unclassified Excavation – Undercut and Backfill, will be paid under Unclassified Excavation, Off-site. All

ADDENDUM NO. 3 – MARCH 7, 2017 3 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER recyclable asphalt and concrete materials are assumed to remain on airport property for processing. Per Specification 02245 Subpart 6.01, deleterious material associated with recycling PCC and Asphalt will be removed and disposed off-site and is included in the associated pay items.

QUESTION NO. 188: Will the bid the bid date for this project be changed? Per addendum both the 9C-27C Bid Package #1 Spec. No 333636 and Taxiway Z/J and Tank Farm Road Spec. No. 311695 bids are now due on the same date, 3/2/2017. Due to this dual bid submission date, there are concerns that the DBE contractors selected may become over committed if utilized on both projects that are being bid simultaneously. In doing a quick budget for the Sewer work on 9C-27C it is over $10,700,000 and the budget for the DBE Sewer work on Taxiway Z/J is over $13,000,000, which is $23,700,000. The allowable DBE per IDOT is $23,000,000. This will put the DBE sewer sub out of the DBE program after these projects. Also the electrical is $30,000,000 and $13,000,000. If we gave one sewer sub or one electrician all of their respective work they may exceed their annual work limit and jeopardize their DBE status as a result. At time of bid, how can we chose which sub to turn in on which projects. We request that the two mentioned contracts be let on separate dates in order to maximize the use of DBE firms without over commitment.”

RESPONSE: Addendum #2 moved the Bid Opening Date to March 10.

QUESTION NO. 189: Per question 176 on addendum 1, it states that, “It is anticipated that all required Ca-1 and Ca-6 will be made available by on-airport crushing activities.” Is this the same if we run short of RCB?

RESPONSE: Yes. As specified in “PART THREE OF THREE TECHNICAL SPECIFICATIONS SECTION 02245 - RECYCLED CRUSHED CONCRETE AND ASPHALT” it is anticipated that all required CA-1, CA-6, and RCB will be made available by this contracts on-airport crushing activities.

QUESTION NO. 190: Per sheet S4-9 under AREA 1D; it states that we are not allowed to start working in this area until the GRE is relocated. The duration of the relocation of the GRE is 120 calendar days. 1D is a very large area and will take more than 3 or 4 months to complete. Also, the GRE is only in the overlay area of 1D. Can this be stated that 1D cannot be completed until the GRE is relocated?

RESPONSE: Area 1D can begin work once Area 1A taxiway closures have been implemented. See

ADDENDUM NO. 3 – MARCH 7, 2017 4 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER revised PART ONE OF THREE, SECTION 4 TIME OF COMPLETION Article 4.3.4. Project Phasing Restrictions 1D (Sheet S4-9) and drawing GC-080 associated with this addendum.

QUESTION NO. 191: Will ComEd provide frames and covers for all new ComEd Manholes?

RESPONSE: Yes, ComEd will provide frames and covers for ComEd Manholes only.

QUESTION NO. 192: Addendum #1, Page 5 of 70, the last question on the page in reference to Spec Section L-100 details that Subpart 2.02 removed references to Runway Light Fixtures and added taxiway light fixtures to be provided by CDA. Upon review of the provided Addedum 1 Book 3 Spec Section L-100, nothing has been changed. Please clarify who is providing the elevated taxiway light fixtures.

RESPONSE: CDA will furnish elevated taxiway edge lights. See revised Specification Section L-100 MARKER LIGHT BASES, LIGHTING FIXTURES, AND GUIDANCE SIGNS.

QUESTION NO. 193: The additional Pay Item L-100-27 has a QTY that would lead one to believe that this item is for removing an in-pavement fixture and replacing it with a blank plate. If so, this would be an L-868 blank plate, not an L-867 plate as detailed in the item description. Please clarify.

RESPONSE: A new line item for replacing an in-pavement fixture with an L-868 plate has been added to the attached revised Schedule of Prices.

QUESTION NO. 194: It looks like the replacement panels will now be CDA supplied but there is now a provision for contractor supplied power kits (L-100, 1.01 General, note 21). What signs require power kits? Will it be the signs in Bid Item numbers 127, 128, 129, 140B, 140C, 140D?

RESPONSE: This provision has been removed from the attached revised Section L-100.

QUESTION NO. 195: I am assuming the power kits will be LED because the new CDA supplied signs are LED.

RESPONSE: See response to Question #194.

ADDENDUM NO. 3 – MARCH 7, 2017 5 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

QUESTION NO. 196: Bid Item 140B (L-100-28) is for 5-modules; Pay Item L-100-28 from the L-100 specification states 4-Modules. Which doe I use?

RESPONSE: This item is for 5-Module signs. See attached revised Section L-100.

QUESTION NO. 197: The FAA does not allow 5-Modules so the sign array is either 4+1 or 3+2, is there any indication as to combinations?

RESPONSE: See attached new sheet EA-268A, which provides details for guidance signs with more than 4 modules.

END OF ADDENDUM NO. 3

ADDENDUM NO. 3 – MARCH 7, 2017 6 OF 6 CITY OF CHICAGO SPECIFICATION NO.: 333636 DEPARTMENT OF PROCUREMENT SERVICES RUNWAY 9C-27C BID PACKAGE #1 FEDERALLY FUNDED JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

CITY OF CHICAGO DEPARTMENT OF AVIATION CHICAGO-O’HARE INTERNATIONAL AIRPORT RUNWAY 9C-27C BID PACKAGE #1

PRINT AND SUBMIT THIS DOCUMENT

PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS

SPECIFICATION NUMBER: 333636 PROJECT NUMBER: OH.6143.200.50.322

CITY OF CHICAGO Rahm Emanuel Mayor

O’HARE INTERNATIONAL AIRPORT Ginger S. Evans Commissioner Chicago Department of Aviation

Issued by:

DEPARTMENT OF PROCUREMENT SERVICES Jamie L. Rhee Chief Procurement Officer

ISSUED FOR ADDENDUM #3 March 07, 2017 DPS Version 12/15/2016

SECTION 3 BID FORM CONTRACT BASE BID

BIDDER: ______

The Bidder agrees to submit its bid without limitations or exceptions, except as permitted by the Contract Documents.

The Bidder represents and warrants that this bid is all-inclusive for completion of the Runway 9C-27C Bid Package #1 Project, including all labor, materials and incidentals necessary thereto. The Bidder further represents that the Work shall be performed in a diligent, workmanlike manner and the Runway 9C-27C Bid Package #1 Project will, upon substantial completion or phase substantial completion, be ready for the use and occupancy for its intended purpose.

Contract Base Bid shall include entire scope of work and requirements of Part One, Part Two, Part Three and the Contract Drawings or the Contract Documents.

The Bidder further agrees that if awarded the Contract, the Bidder shall perform the Contract with no limitations or exceptions.

The Contract will be awarded to the lowest responsive and responsible Bidder offering the lowest Contract Base Bid, as determined by the Chief Procurement Officer. CONTRACT BASE BID

(Words)

Dollars ($______) (Figures)

NOTE: TAKE THE CONTRACT BASE BID FIGURE FROM THE SCHEDULE OF PRICES.

Federally Funded Instructions and Execution Documents S3- 1 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY

MOBILIZATION (TOTAL PRICE FOR MOBILIZATION MUST NOT EXCEED 1 M-101-01 1 LS $ - 6% OF THE TOTAL BASE BID) ALLOWANCE FOR SECURITY STAFFING, MAINTENANCE AND 2 M-103-01 1 AL $ 360,000.00 $ 360,000.00 INFRASTRUCTURES 3 M-103-02 ALLOWANCE FOR SUPPLEMENTAL SAFETY MEASURES 1 AL $ 240,000.00 $ 240,000.00 4 M-103-03 ALLOWANCE FOR ROADWAY MAINTENANCE 1 AL $ 100,000.00 $ 100,000.00 5 M-103-04 ALLOWANCE FOR UTILITY AND DRAINAGE CONFLICTS 1 AL $ 750,000.00 $ 750,000.00 6 M-107-01 PORTABLE CLOSED RUNWAY MARKER 2 EA $ - 7 N-110-01 ALLOWANCE FOR STANDBY TIME 1 AL $ 100,000.00 $ 100,000.00 8 01010-01 ALLOWANCE FOR OWNER REQUESTED TESTING & INVESTIGATION 1 AL $ 75,000.00 $ 75,000.00 ALLOWANCE FOR RUNWAY AND TAXIWAY COMMISSIONING AND 9 01010-02 1 AL $ 1,000,000.00 $ 1,000,000.00 DECOMMISSIONING ALLOWANCE FOR OPERATIONAL IMPACTS (INCLUDING 10 01010-03 1 AL $ 600,000.00 $ 600,000.00 AIRLINE/TENANT COORDINATION) 11 01010-04 ALLOWANCE FOR CDA FACILITY MODIFICATIONS 1 AL $ 75,000.00 $ 75,000.00 12 01010-05 ALLOWANCE FOR SHUTTLE BUS 1 AL $ 200,000.00 $ 200,000.00 13 01010-06 ALLOWANCE FOR WORKFORCE DEVELOPMENT 1 AL $ 800,000.00 $ 800,000.00 14 01010-07 ALLOWANCE FOR CM TRAILER AND STAGING AREA RELOCATION 1 AL $ 1,500,000.00 $ 1,500,000.00 15 01502-01 TRAFFIC CONTROL AND PROTECTION 1 LS $ - 16 01502-02 ALLOWANCE FOR PROJECT IDENTIFICATION SIGN 1 AL $ 20,000.00 $ 20,000.00 17 02221-01 FAA BUILDING DEMOLITION 1 LS $ - 18 02221-02 BUILDING FOUNDATION WALLS AND FOOTING DEMOLITION 1 LS $ - 19 02245-01 MOBILIZATION, DE-MOBILIZATION, AND SITE RESTORATION 1 LS $ - 20 02245-02 CRUSHED AGGREGATE, CA-1 17,106 TON $ - 21 02245-03 CRUSHED AGGREGATE, CA-6 34,213 TON $ - 22 02245-04 CRUSHED AGGREGATE, RCB 119,745 TON $ - 23 02495-01 SURFACE SETTLEMENT MARKER 34 EA $ - 24 02510-01 DUCTILE IRON PIPE, 3" DIA., CLASS 55 566 LF $ - 25 02510-02 DUCTILE IRON PIPE, 8 " DIA., CLASS 55 72 LF $ - 26 02510-03 DUCTILE IRON PIPE, 12" DIA., CLASS 56 1,570 LF $ - 27 02510-04 DUCTILE IRON PIPE, 16" DIA., CLASS 54 2,235 LF $ - 28 02510-05 DUCTILE IRON PIPE, 20" DIA., CLASS 53 2,062 LF $ - 29 02510-06 FIRE HYDRANT ASSEMBLY, COMPLETE 8 EA $ - 30 02510-07 CAST IRON VALVE BOX WITH GATE VALVE, 8 " MJ 2 EA $ - 30A 02510-08 COPPER WATER SERVICE, TYPE-K, 2" DIA 93 LF $ - 30B 02510-09 WATER SHUT-OFF BOX TYPE B 1 EA $ - 30C 02510-10 HOT BOX RELOCATION 1 LS $ - PRECAST WATER VALVE BASIN, 7-FOOT DIAMETER WITH GATE VALVE, 31 02542-01 2 EA $ - 16" HOT TAP PRECAST WATER VALVE BASIN, 54" DIAMETER WITH GATE VALVE, 12" 32 02542-02 2 EA $ - MJ

Federally Funded Instructions and Execution Documents S3-2 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY PRECAST WATER VALVE BASIN, 5-FOOT DIAMETER WITH BUTTERFLY 33 02542-03 1 EA $ - VALVE, 16" MJ PRECAST WATER VALVE BASIN, 5-FOOT DIAMETER WITH BUTTERFLY 34 02542-04 3 EA $ - VALVE, 20” MJ PRECAST WATER VALVE BASIN, 7-FOOT DIAMETER WITH GATE VALVE, 35 02542-05 1 EA $ - 20" HOT TAP PRECAST WATER VALVE BASIN, 7-FOOT DIAMETER WITH GATE 35A 02542-06 1 EA $ - VALVE, 3" HOT TAP PRECAST WATER VALVE BASIN, 7-FOOT DIAMETER WITH GATE 35B 02542-07 1 EA $ - VALVE, 10" HOT TAP 36 02621-01 MANHOLE, IDOT STANDARD TYPE A, 7' DIAMETER 9 EA $ - MANHOLE TYPE A, OMP, 4-FOOT DIAMETER, PRE-CAST NON AIRCRAFT 37 02621-02 33 EA $ - RATED MANHOLE TYPE A, OMP, 4-FOOT DIAMETER, PRE-CAST AIRCRAFT 38 02621-03 5 EA $ - RATED 39 02621-04 MANHOLE 7' DIAMETER, PRE-CAST AIRCRAFT RATED 7 EA $ - 39A 02621-05 MANHOLE TYPE C2, PRE-CAST NON AIRCRAFT RATED 4 EA $ - 40 02637-01 EXTRA STRENGTH VITRIFIED CLAY PIPE, 6" DIA. 458 LF $ - 41 02637-02 EXTRA STRENGTH VITRIFIED CLAY PIPE, 12" DIA. 495 LF $ - 42 02637-03 EXTRA STRENGTH VITRIFIED CLAY PIPE, 18" DIA. 9,906 LF $ - 43 02637-04 EXTRA STRENGTH VITRIFIED CLAY PIPE, 21" DIA 1,354 LF $ - 44 02637-05 DUCTILE IRON PIPE, 4" DIA., CLASS 56 6 LF $ - 45 02637-06 DUCTILE IRON PIPE, 10" DIA., CLASS 56 38 LF $ - 46 02637-07 DUCTILE IRON PIPE, 12" DIA., CLASS 56 3,417 LF $ - 47 02637-08 DUCTILE IRON PIPE, 18" DIA., CLASS 56 2,435 LF $ - 48 02637-09 DUCTILE IRON PIPE, 20" DIA., CLASS 56 983 LF $ - 49 02670-01 STEEL CASING, 18" DIA 1,146 LF $ - 50 02670-02 STEEL CASING, 24" DIA 795 LF $ - 51 02670-03 STEEL CASING, 30" DIA 3,660 LF $ - 52 02670-04 STEEL CASING, 36" DIA 1,341 LF $ - 53 02670-05 STEEL CASING, 60" DIA 882 LF $ - 53A 02670-06 STEEL CASING, 54" DIA 186 LF $ - 54 02705-01 FILLING EXISTING SEWERS 331 CY $ - ALLOWANCE FOR FAA & CDA FACILITIES CLEANING AND 55 02710-01 1 AL $ 30,000.00 $ 30,000.00 MAINTENANCE 56 02783-01 THERMOPLASTIC PAVEMENT MARKING LINE, 4" 8,287 LF $ - 57 02783-02 THERMOPLASTIC PAVEMENT MARKING LINE, 24" 70 LF $ - 58 02783-03 THERMOPLASTIC PAVEMENT MARKING, LETTERS AND SYMBOLS 157 SF $ - 59 02845-01 DELINEATOR, FLEXIBLE ABOVE GROUND 39 EA $ - 60 13081-01 GROUND RUN-UP ENCLOSURE RELOCATE 1 LS $ - 61 15541-01 SANITARY LIFT STATION, LS-539 1 LS $ - 62 15541-02 SANITARY LIFT STATION, LS-550 1 LS $ - 63 15541-03 MANAGEMENT SYSTEM CONNECTION ALLOWANCE 1 AL $ 20,000.00 $ 20,000.00

Federally Funded Instructions and Execution Documents S3-3 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY 64 16114-01 ROADWAY LIGHTING HANDHOLE 19 EA $ - 65 16123-01 1/C #6 AWG, RHW-600V IN CONDUIT 22,500 LF $ - 66 16125-01 1-12 STRAND, TYPE B, SINGLE-MODE FIBER OPTIC CABLE 13,382 LF $ - $ - 67 16125-02 1-24 STRAND, TYPE B, SINGLE-MODE FIBER OPTIC CABLE 13,713 LF $ - $ - 68 16125-03 1-12 STRAND, TYPE B, MULTI-MODE FIBER OPTIC CABLE 9,900 LF $ - 69 16125-04 1-12 STRAND, TYPE B, MULTI-MODE FIBER OPTIC CABLE 2,800 LF $ - 70 16125-05 MULTI-MODE FIBER OPTIC PATCH PANEL, 12 PORT 1 EA $ - 71 16125-06 MULTI-MODE FIBER OPTIC PATCH PANEL, 72 PORT 2 EA $ - 72 16125-07 SINGLE-MODE, FIBER OPTIC PATCH PANEL, 12-PORT 2 EA $ - $ - 73 16210-01 COMED TRANSFORMER PAD 3PJ 480V 2 EA $ - 74 16210-02 COMED TRANSFORMER PAD 120V 2 EA $ - 75 16210-03 COMED SECTIONALIZER PAD 5 EA $ - 76 16520-01 RELOCATE & MODIFY EXISTING LIGHT POLES 7 EA $ - 77 16520-02 25' LIGHTING POLE, 12' MAST ARM, 54 WATT LED FIXTURE 12 EA $ - 78 16520-03 ALLOWANCE FOR ROADWAY LIGHTING MODIFICATIONS 1 AL $ 25,000.00 $ 25,000.00 79 16730-01 O'HARE CAMPUS CONNECTIVITY SYSTEM 1 LS $ - INTEGRATED SAFETY SECURITY OPERATIONS AND COMMUNICATION 80 16730-02 1 LS $ - SYSTEM 81 16730-03 CITY DATA NETWORK SYSTEM 1 LS $ - 81A 16730-04 1-12 STRAND, TYPE B, SINGLE-MODE FIBER OPTIC CABLE 12,442 LF $ - 81B 16730-05 1-24 STRAND, TYPE B, SINGLE-MODE FIBER OPTIC CABLE 13,713 LF $ - 81C 16730-06 SINGLE-MODE, FIBER OPTIC PATCH PANEL, 12-PORT 2 EA $ - 82 D-701-01 PIPE, 24" DIAMETER, CLASS V 3,864 LF $ - 83 D-701-02 REINFORCED CONCRETE PIPE, 30" DIAMETER, CLASS V 743 LF $ - 84 D-701-03 REINFORCED CONCRETE PIPE, 36" DIAMETER, CLASS V 3,119 LF $ - 85 D-701-04 REINFORCED CONCRETE PIPE, 42" DIAMETER, CLASS V 1,567 LF $ - 86 D-701-05 REINFORCED CONCRETE PIPE, 48" DIAMETER, CLASS V 1,684 LF $ - 87 D-701-06 REINFORCED CONCRETE PIPE, 54" DIAMETER, CLASS V 18 LF $ - 88 D-701-07 REINFORCED CONCRETE PIPE, 66" DIAMETER, CLASS V 45 LF $ - 89 D-701-08 REINFORCED CONCRETE PIPE, 78" DIAMETER, CLASS V 668 LF $ - 90 D-701-09 REINFORCED CONCRETE PIPE, 96" DIAMETER, CLASS V 24 LF $ - 91 D-701-10 REINFORCED CONCRETE PIPE, 108" DIAMETER, CLASS V 2,395 LF $ - 92 D-701-11 EXTRA STRENGTH VITRIFIED CLAY PIPE, 8" 198 LF $ - 93 D-701-12 EXTRA STRENGTH VITRIFIED CLAY PIPE, 12" 558 LF $ - 94 D-701-13 EXTRA STRENGTH VITRIFIED CLAY PIPE, 18" 1,298 LF $ - 95 D-701-14 CONNECTION TO EXISTING JUNCTION CHAMBER 1 EA $ - 96 D-705-01 SMOOTH WALL PVC PIPE, 8", SCH 40, PERFORATED 26,100 LF $ - 97 D-751-01 UNDERDRAIN INSPECTION HOLE, AIRCRAFT LOADING 87 EA $ - 98 D-751-02 JUNCTION CHAMBER 101 1 EA $ - 99 D-751-03 JUNCTION CHAMBER 102 1 EA $ - 100 D-751-04 JUNCTION CHAMBER 103 1 EA $ - 101 D-751-05 MODIFICATIONS TO EXISTING JUNCTION CHAMBER 1 LS $ -

Federally Funded Instructions and Execution Documents S3-4 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY CATCH BASIN, IDOT TYPE A, 4-FOOT DIAMETER, NON-AIRCRAFT 102 D-751-06 10 EA $ - LOADING 103 D-751-07 CATCH BASIN, 5-FOOT DIAMETER, AIRCRAFT LOADING 42 EA $ - CHICAGO TYPE A MANHOLE FOR RCP SEWER - 108", NON-AIRCRAFT 104 D-751-08 3 EA $ - LOADING MANHOLE, IDOT STANDARD TYPE A, 5-FOOT DIAMETER, NON- 105 D-751-09 4 EA $ - AIRCRAFT RATED MANHOLE, IDOT STANDARD TYPE A, 6-FOOT DIAMETER, NON- 106 D-751-10 12 EA $ - AIRCRAFT RATED MANHOLE, IDOT STANDARD TYPE A, 7-FOOT DIAMETER, NON- 107 D-751-11 11 EA $ - AIRCRAFT RATED MANHOLE, IDOT STANDARD TYPE A, 8-FOOT DIAMETER, NON- 108 D-751-12 1 EA $ - AIRCRAFT RATED MANHOLE, IDOT STANDARD TYPE A, 9-FOOT DIAMETER, NON- 109 D-751-13 4 EA $ - AIRCRAFT RATED 110 D-751-14 MANHOLE, 5-FOOT DIAMETER, AIRCRAFT LOADING 1 EA $ - 111 D-751-15 MANHOLE, 6-FOOT DIAMETER, AIRCRAFT LOADING 5 EA $ - 112 D-751-16 MANHOLE, 8-FOOT DIAMETER, AIRCRAFT LOADING 4 EA $ - 113 D-751-17 MANHOLE, 9-FOOT DIAMETER, AIRCRAFT LOADING 1 EA $ - 114 D-751-18 DRAINAGE STRUCTURE ADJUSTMENTS 5 EA $ - 115 F-162-01 TEMPORARY FENCE - TYPE D, 10', OWNER SUPPLIED 2,034 LF $ - 115A F-162-02 FENCE TYPE C, 6' OWNER SUPPLIED 39 LF $ - 115B F-165-01 BLAST FENCE RELOCATION 1 LS $ - INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD SIGN WITH NEW 116 L-100-01 2 EA $ - BASE, 1-MODULE(S), SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD SIGN WITH NEW 117 L-100-02 BASE, 2-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, 6 EA $ - COMPLETE INSTALL CDA FURNISHED L-858 (L) - LED AIRFIELD SIGN WITH NEW 118 L-100-03 2 EA $ - BASE, 2-MODULE(S), SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD SIGN WITH NEW 119 L-100-04 BASE, 3-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, 5 EA $ - COMPLETE INSTALL CDA FURNISHED L-858 (L) - LED AIRFIELD SIGN WITH NEW 120 L-100-05 BASE, 3-MODULE(S) AND 2-MODULE(S), SINGLE FACE, SIZE 3, STYLE 1 EA $ - $ - 3, MODE 2, CLASS 2, COMPLETE INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD SIGN WITH NEW 121 L-100-06 BASE, 4-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, 3 EA $ - COMPLETE

Federally Funded Instructions and Execution Documents S3-5 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY INSTALL NEW 1-MODULE BASE WITH L-867 BASE CAN AND L-867B 122 L-100-07 2 EA $ - BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 4 (RDR) INSTALL NEW 1-MODULE BASE WITH L-867 BASE CAN AND L-867B 123 L-100-08 4 EA $ - BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3 INSTALL NEW 2-MODULE BASE WITH L-867 BASE CAN AND L-867B 124 L-100-09 19 EA $ - BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3 INSTALL NEW 3-MODULE BASE WITH L-867 BASE CAN AND L-867B 125 L-100-10 3 EA $ - BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3 INSTALL NEW 4-MODULE BASE WITH L-867 BASE CAN AND L-867B 126 L-100-11 1 EA $ - BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3 RELOCATE & MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 3- 127 L-100-12 4 EA $ - $ - MODULE ON NEW FOUNDATION MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 3-MODULE ON 128 L-100-13 20 EA $ - EXISTING FOUNDATION MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 4-MODULE ON 129 L-100-14 3 EA $ - EXISTING FOUNDATION MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 5-MODULE ON 130 L-100-15 5 EA $ - EXISTING FOUNDATION L-867 SHALLOW SURFACE MOUNTED BASE CAN WITH L-861T LED 131 L-100-16 74 EA $ - EDGE LIGHT WITH ARCTIC KIT TYPE I MARKER LIGHT BASE WITH L-867 BASE CAN AND L-861T LED 132 L-100-17 128 EA $ - EDGE LIGHT WITH ARCTIC KIT TYPE I MARKER LIGHT BASE WITH L-867 BASE CAN AND L-867B WITH 133 L-100-18 160 EA $ - BLANK STEEL COVER (FOR EDGE LIGHTS & RUNWAY GUARD LIGHTS) TYPE II MARKER LIGHT BASE WITH L-867 BASE CAN AND L-861T LED 134 L-100-19 66 EA $ - EDGE LIGHT WITH ARCTIC KIT 135 L-100-20 TYPE II MARKER LIGHT BASE WITH STEEL COVER 22 EA $ - L-868 BASE CAN WITH L-868B BLANK STEEL COVER (FOR IN-PAVEMENT 136 L-100-21 245 EA $ - EDGE LIGHT, TDZ, CL, RWSL) L-861T LED ELEVATED TAXIWAY EDGE LIGHT WITH ARCTIC KIT, 137 L-100-22 89 EA $ - MOUNTED ON EXISTING BASE CAN L-867 BASE CAN WITH L-867B BLANK STEEL COVER (FOR IN- 138 L-100-23 8 EA $ - $ - PAVEMENT RUNWAY END INDENTIFIER LIGHTS) REMOVE & REPLACE EXISTING LED ELEVATED TAXIWAY EDGE LIGHT 139 L-100-24 LENS COVER (BLUE) WITH NEW LED ELEVATED TAXIWAY EDGE LIGHT 69 EA $ - LENS COVER (AMBER) INSTALL L-852D LED IN-PAVEMENT TAXIWAY CENTERLINE LIGHT WITH 140 L-100-25 12 EA $ - ARCTIC KIT AND YELLOW/OBSCURE LENS COLOR INSTALL L-852D LED IN-PAVEMENT TAXIWAY CENTERLINE LIGHT WITH 141 L-100-26 1 EA $ - ARCTIC KIT AND GREEN/GREEN LENS COLOR

Federally Funded Instructions and Execution Documents S3-6 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY REMOVE & REPLACE EXISTING FIXTURE WITH L-867B BLANK STEEL 141A L-100-27 341 EA $ - COVER RELOCATE & MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 5- 141B L-100-28 5 EA $ - MODULE ON NEW FOUNDATION MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 1-MODULE ON 141C L-100-29 2 EA $ - EXISTING FOUNDATION MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 2-MODULE ON 141D L-100-30 5 EA $ - EXISTING FOUNDATION REMOVE & REPLACE EXISTING FIXTURE WITH L-868B BLANK STEEL 141E L-100-31 60 EA $ - COVER 142 L-108-01 L-824 NO. #6 TYPE C, 5 KV AIRFIELD LIGHTING CABLE 228,904 LF $ - 2/C #10 XHHW-2 CABLE, 1/C #6 GND, IN RMC SURFACE MOUNTED 143 L-108-02 8,969 LF $ - CONDUIT 144 L-108-03 COUNTERPOISE WIRE - 1/C, #6 SOLID, BARE COPPER 51,767 LF $ - 145 L-108-04 GUARD WIRE - 1/C, 1/0 AWG, STRANDED, BARE COPPER 83,327 LF $ - 146 L-110-01 CONCRETE ENCASED DUCTS, 1-WAY, 2" PVC CONDUIT 15,672 LF $ - 147 L-110-02 CONCRETE ENCASED DUCTS, 2-WAY, 2" PVC CONDUIT 255 LF $ - 148 L-110-03 CONCRETE ENCASED DUCTS, 2-WAY, 3" PVC CONDUIT 27,030 LF $ - 149 L-110-04 CONCRETE ENCASED DUCTS, 2-WAY, 4" PVC CONDUIT 1,159 LF $ - 150 L-110-05 CONCRETE ENCASED DUCTS, 2-WAY, 5" PVC CONDUIT 465 LF $ - 151 L-110-06 CONCRETE ENCASED DUCTS, 4-WAY, 3" PVC CONDUIT 287 LF $ - 152 L-110-07 CONCRETE ENCASED DUCTS, 4-WAY, 4" PVC CONDUIT 2,656 LF $ - 153 L-110-08 CONCRETE ENCASED DUCTS, 4-WAY, 5" PVC CONDUIT 188 LF $ - 154 L-110-09 CONCRETE ENCASED DUCTS, 6-WAY, 4" PVC CONDUIT 4,750 LF $ - 155 L-110-10 CONCRETE ENCASED DUCTS, 8-WAY, 4" PVC CONDUIT 230 LF $ - 156 L-110-11 CONCRETE ENCASED DUCTS, 9-WAY, 4" PVC CONDUIT 1,398 LF $ - 157 L-110-12 CONCRETE ENCASED DUCTS, 9-WAY, 5" PVC CONDUIT 2,613 LF $ - 158 L-110-13 CONCRETE ENCASED DUCTS, 10-WAY, 4" PVC CONDUIT 457 LF $ - 159 L-110-14 CONCRETE ENCASED DUCTS, 12-WAY, 4" PVC CONDUIT 737 LF $ - 160 L-110-15 CONCRETE ENCASED DUCTS, 14-WAY, 4" PVC CONDUIT 640 LF $ - 161 L-110-16 CONCRETE ENCASED DUCTS, 18-WAY, 4" PVC CONDUIT 5,847 LF $ - 162 L-110-17 CONCRETE ENCASED DUCTS, 20-WAY, 4" PVC CONDUIT 502 LF $ - 163 L-110-18 CONCRETE ENCASED DUCTS, 22-WAY, 4" PVC CONDUIT 1,308 LF $ - 164 L-110-19 CONCRETE ENCASED DUCTS, 24-WAY, 4" PVC CONDUIT 819 LF $ - 165 L-110-20 CONCRETE ENCASED DUCTS, 28-WAY, 4" PVC CONDUIT 527 LF $ - 166 L-110-21 CONCRETE ENCASED DUCTS, 30-WAY, 4" PVC CONDUIT 447 LF $ - 167 L-110-22 CONCRETE ENCASED DUCTS, 34-WAY, 4" PVC CONDUIT 784 LF $ - 168 L-110-23 REINFORCED CONCRETE ENCASED DUCTS, 2-WAY, 3" PVC CONDUIT 1,181 LF $ - 169 L-110-24 REINFORCED CONCRETE ENCASED DUCTS, 4-WAY, 4" PVC CONDUIT 250 LF $ - 170 L-110-25 REINFORCED CONCRETE ENCASED DUCTS, 18-WAY, 4" PVC CONDUIT 182 LF $ - 171 L-110-26 REINFORCED CONCRETE ENCASED DUCTS, 24-WAY, 4" PVC CONDUIT 187 LF $ - 172 L-110-27 REINFORCED CONCRETE ENCASED DUCTS, 28-WAY, 4" PVC CONDUIT 1,142 LF $ -

Federally Funded Instructions and Execution Documents S3-7 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY 173 L-110-28 REINFORCED CONCRETE ENCASED DUCTS, 30-WAY, 4" PVC CONDUIT 1,231 LF $ - 174 L-110-29 2-WAY, 3-INCH PVC CONDUIT SAW KERF IN FULL STRENGTH 317 LF $ - 175 L-110-30 1-WAY, 2-INCH PVC COATED GRS CONDUIT IN SAW KERF 1,100 LF $ - 176 L-110-31 1-WAY, 2-INCH PVC CONDUIT SAW KERF IN SHOULDER PAVEMENT 232 LF $ - 177 L-110-32 2-WAY, 2-INCH PVC COATED GRS CONDUIT DIRECTIONAL BORE 575 LF $ - 178 L-110-33 2-WAY, 4-INCH PVC COATED GRS CONDUIT DIRECTIONAL BORE 650 LF $ - 179 L-110-34 SURFACE MOUNTED DUCTS, 1-WAY, 1" RMC CONDUIT 5,669 LF $ - 1-WAY, 2-INCH PVC CONDUIT SAW KERF IN FULL STRENGTH 180 L-110-35 1,572 LF $ - PAVEMENT 181 L-110-36 INNERDUCT 33,872 LF $ - 181A L-110-37 CONCRETE ENCASED DUCTS, 6-WAY, 5" PVC CONDUIT 348 LF $ - 181B L-110-38 CONCRETE ENCASED DUCTS, 12-WAY, 5" PVC CONDUIT 748 LF $ - 181C L-110-39 CONCRETE ENCASED DUCTS, 26-WAY, 4" PVC CONDUIT 529 LF $ - REINFORCED CONCRETE ENCASED DUCTS, 24-WAY, 4" PVC 181D L-110-40 187 LF $ - CONDUIT 181E L-110-41 REINFORCED CONCRETE ENCASED DUCTS, 4-WAY, 5" PVC CONDUIT 251 LF $ - 181F L-110-42 6-WAY, 4-INCH PVC COATED GRS CONDUIT DIRECTIONAL BORE 448 LF $ - 182 L-115-01 COMMON ELECTRIC DUCT HANDHOLE, AIRCRAFT-RATED 21 EA $ - 183 L-115-02 COMMON ELECTRIC DUCT HANDHOLE, NON AIRCRAFT-RATED 8 EA $ - 184 L-115-03 CED MANHOLE 13 EA $ - 185 L-115-04 CED MANHOLE CLUSTER, 2-STRUCTURE 9 EA $ - 186 L-115-05 CED MANHOLE CLUSTER, 3-STRUCTURE 5 EA $ - 187 L-115-06 CED DEEP MANHOLE CLUSTER, 3-STRUCTURE 4 EA $ - $ - 188 L-115-07 CED MANHOLE CLUSTER, 4-STRUCTURE 10 EA $ - 189 L-115-08 CED MANHOLE CLUSTER, 5-STRUCTURE 8 EA $ - 190 L-115-09 CED MANHOLE CLUSTER, 5-STRUCTURE, AIRCRAFT-RATED 1 EA $ - 191 L-115-10 COMED MANHOLE, STRAIGHT TYPE 5 EA $ - 192 L-115-11 COMED MANHOLE, "T" TYPE 8 EA $ - 193 L-115-12 COMED MANHOLE, STRUCTURE ADJUSTMENT 2 EA $ - 193A L-115-13 CED MANHOLE CLUSTER, 6-STRUCTURE 1 EA $ - ALLOWANCE FOR EXISTING DUCTBANK CLEARING, MAPPING, REPAIR 194 L-118-01 1 AL $ 250,000.00 $ 250,000.00 AND REROUTING 195 L-124-01 ATTACH NEW LOAD TO EXISTING CONSTANT CURRENT REGULATOR 1 EA $ - ALLOWANCE FOR MODIFICATIONS TO EXISTING AIRFIELD LIGHTING 196 L-125-01 1 AL $ 150,000.00 $ 150,000.00 CONTROL SYSTEMS (ALCS) INSTALL SURFACE MOUNTED RUNWAY PAVEMENT WEATHER SENSOR 197 L-140-01 2 EA $ - ASSEMBLY RUNWAY 9C ALSF-2 APPROACH LIGHTING SYSTEM INFRASTRUCTURE, 198 L-891-01 1 LS $ - COMPLETE 199 P-150-01 PAVEMENT REMOVAL - PCC (FULL DEPTH) 189,073 SY $ -

Federally Funded Instructions and Execution Documents S3-8 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY 200 P-150-02 PAVEMENT REMOVAL - BITUMINOUS (FULL DEPTH) 93,334 SY $ - 201 P-152-01 UNCLASSIFIED EXCAVATION 635,312 CY $ - 202 P-152-02 UNCLASSIFIED EXCAVATION - UNDERCUT AND BACKFILL 11,110 CY $ - ALLOWANCE FOR CONTAMINATED OR HAZARDOUS MATERIAL 203 P-152-03 1 AL $ 500,000.00 $ 500,000.00 REMEDIATION OR HARD TO HANDLE MATERIAL 204 P-152-04 UNCLASSIFIED EXCAVATION, OFF-SITE 18,193 CY $ - 205 P-154-01 PAVING - FROST PROTECTION COURSE, RCB 91,368 CY $ - 206 P-154-02 PAVING - FROST PROTECTION COURSE, CA-6, ONSITE 8,423 CY $ - 207 P-156-01 STABILIZED CONSTRUCTION ENTRANCE 3 EA $ - 208 P-156-02 ALLOWANCE FOR SUPPLEMENTAL EROSION CONTROL MEASURES 1 AL $ 100,000.00 $ 100,000.00 209 P-156-03 INLET PROTECTION 152 EA $ - 210 P-156-04 CULVERT INLET PROTECTION 15 EA $ - 211 P-156-05 SILT FENCE 12,699 LF $ - 212 P-156-06 SEDIMENT LOGS 7,216 LF $ - 213 P-156-07 TEMPORARY SEEDING 42 AC $ - 214 P-156-08 EROSION CONTROL BLANKET 526,434 SY $ - 215 P-156-09 SEDIMENT CONTAINMENT FILTER BAGS 50 EA $ - 216 P-156-10 POLYMER AND FLOG LOGS 20 EA $ - 217 P-156-11 TEMPORARY ROCK CHECK DAM - COARSE AGGREGATE 20 CY $ - 218 P-156-12 TEMPORARY ROCK CHECK DAM - RIPRAP 20 CY $ - 219 P-158-01 LIME STABILIZED SUBGRADE - 12" 177,477 SY $ - 220 P-158-02 LIME, IDOT 4,700 TON $ - 221 P-159-01 LIME MODIFICATION 8,900 TON $ - 222 P-401-01 BITUMINOUS CONCRETE SURFACE COURSE 37,028 TON $ - 223 P-401-02 BITUMINOUS CONCRETE TESTING - TEST STRIP 1 LS $ - 224 P-404-01 ASPHALT TREATED PERMEABLE BASE COURSE 59,632 TON $ - BITUMINOUS CONCRETE BASE COURSE, IL-19.0, N50 (WMA) (2% OR 4% 225 P-405(WMA)-01 106,392 TON $ - AIR VOIDS) 226 P-405(WMA)-02 BITUMINOUS CONCRETE SURFACE COURSE, IL-9.5, N70 (WMA) 20,283 TON $ - 227 P-405(WMA)-03 BITUMINOUS CONCRETE BASE COURSE, IL-19.0, N70 (WMA) 865 TON $ - 227A P-405(WMA)-04 BITUMINOUS CONCRETE TESTING - TEST STRIP 1 LS $ - 228 P-501-01 PAVING - PORTLAND CEMENT CONCRETE, 16.0" 50,663 SY $ - 229 P-501-02 PAVING - PORTLAND CEMENT CONCRETE, 19.5" 122,235 SY $ - 230 P-602-01 BITUMINOUS PRIME COAT 81,367 GAL $ - 231 P-603-01 BITUMINOUS TACK COAT 224,733 GAL $ - 232 P-617-01 PAVEMENT SCARIFICATION - PCC (VARIABLE DEPTH) 14,201 SY $ - 233 P-617-02 PAVEMENT SCARIFICATION - BITUMINOUS (VARIABLE DEPTH) 3,171 SY $ - 234 P-620-01 PAVEMENT MARKING - YELLOW 93,156 SF $ - 235 P-620-02 PAVEMENT MARKING - WHITE 1,329 SF $ - 236 P-620-03 PAVEMENT MARKING - REMOVAL 163,699 SF $ - 237 P-623-01 SAWCUT AND SEAL - 2" 19,987 LF $ - 238 S-802-01 PAVEMENT GROOVING - PORTLAND CEMENT CONCRETE 518,455 SF $ - 239 T-901-01 SEEDING, PERMANENT 104 AC $ -

Federally Funded Instructions and Execution Documents S3-9 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016 SCHEDULE OF PRICES Runway 9C-27C Bid Package #1 Specification No. 333636 Name of Bidder: ______

ESTIMATED ITEM NO. PAY ITEM NO. DESCRIPTION UNIT UNIT PRICE TOTAL PRICE QUANTITY 240 T-901-02 LIME, pH ADJUSTMENT 104 TON $ - 241 T-905-01 TOPSOILING, 6" DEPTH 435,507 SY $ - 242 X-100-01 ALLOWANCE FOR UNFORESEEN DEMOLITION 1 AL $ 300,000.00 $ 300,000.00 243 X-100-02 DEMOLITION 1 LS $ - CONTRACT BASE BID:

NOTES TO BIDDER: 1) Total price for mobilization must not exceed 6% of the Contract Base Bid. 2) Bidders should round all quoted prices to the nearest two decimal points. 3) In the event of discrepancy between the "Unit Price" and the "Total Price", the Unit Price will prevail. 4) The Chief Procurement Officer reserves the right to make corrections, after receiving the bids, to any clerical error apparent on the above Line Items, including but not limited to obviously incorrect units or misplaced decimal points, or arithmetic error. The Bidder must bid all line items set forth on the Schedule of Prices, except to the extent that the Specifications expressly allow otherwise. In the event that comparison of the Bidder’s ‘Unit Price’ and ‘Total Price’ submitted for any line item reveals a calculation error, the Unit Price will prevail. 5) Bidder must not assign a greater DBE participation amount to any allowance greater than the Contract DBE Participation Goal. 6) The Commissioner has determined per Part Two, General Conditions that the safety representative for this project is not permitted to have other responsibilities.

Federally Funded Instructions and Execution Documents S3-10 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 DPS Version 12/15/2016

OFA and Safety Areas, and to a distance outside the OFA or Safety Area as not to encroach the restricted area with manpower or equipment once the closure period is concluded.

Contractor will need to maintain a vehicular route for the existing Hangar Road, ARFF Routes, FAA facilities for the duration of Phase 1. Any proposed changes to any airside or landside roads must be approved by the CDA, TSA, CFD, and FAA.

No work will be allowed within the TOFA of Taxiway E to maintain aircraft movement to Taxiway YY for the duration of the project.

Simultaneous closures of Taxiway YY East and YY West will not be permitted at any time.

All locations within the OFA or Safety Area will be restored to FAA FAR Part 139 requirements before re- opening the Runway and Taxiways to aircraft operations each morning. All work within the OFA or Safety area is subject to the limitations of specification Section N-100, Night Construction. Extended closures in these areas will not be permitted at any time without the prior approval of the Commissioner.

Prior to the scheduled work, the Contractor must coordinate the work with the Commissioner and at the weekly STOP meetings to determine what closures will be required for the completion the work.

FAA requires notification of the Contractor’s commencement of work. The Contractor must receive authorization from FAA prior to the Contractor’s removal of the FAA equipment noted in the contract documents. The Contractor will not be allowed to disturb the existing FAA equipment and infrastructure prior to receiving authorization from the FAA. Contractor must coordinate this work with the Commissioner and the FAA.

AREA 1A Work Area 1A is available at the start of construction. Work within the RSA’s of Runways 4L-22R and 9R-27L require the runways to be closed and therefore must be performed at night. Work within the OFA’s of Taxiways T, U, and YY must be performed when the taxiways are closed and will also require the work to be performed at night. All work in this area must be completed by Milestone #1.

AREA 1B Work Area 1B is available at the start of construction. Hangar Road must remain open to traffic at all times. If limited closures are requested for shifting traffic onto new pavement, requests for those closures must be submitted in writing to the Commissioner and coordinated at STOP a minimum of one week in advance. All work in this area must be completed by Milestone #2

AREA 1C Work Area 1C is available at the start of construction. Work Area 1C includes the reconstruction of Taxiway J. All work is limited to a 60 consecutive day duration following the temporary shutdown of the Glide Slope Antenna, to be completed by Milestone #3 to minimize impact to the Runway 9R Glide Slope critical area.

AREA 1D Taxiway closures Work in Work Area 1 B A must be completed in place prior to commencing with work in Area 1D. Removal of the existing GRE in Area 1E must be complete prior to starting Work Area 1D . Existing Taxiway G will be closed during the time it is required to construct the new route. Any utility work that crosses must be completed prior to PCC Paving. Any additional work (boring, re-routing) required to maintain or construct new utility crossings will be at the contractors own expense. Work area 1D is adjacent to the ARFF #2 station and must be constructed such that the two ARFF routes that cross the work area are maintained until they can be relocated. All work in this area must be complete by Milestone #4. Federally Funded Instructions and Execution Documents S4-9 Issued For Addendum #3 Runway 9C-27C Bid Package #1 March 7, 2017 Specification No. 333636 CITY OF CHICAGO DEPARTMENT OF AVIATION CHICAGO-O’HARE INTERNATIONAL AIRPORT RUNWAY 9C-27C BID PACKAGE #1

PART THREE OF THREE TECHNICAL SPECIFICATIONS

SPECIFICATION NO.: 333636

PROJECT NO.: OH6143.200.50.322

CITY OF CHICAGO Rahm Emanuel Mayor

DEPARTMENT OF AVIATION Ginger S. Evans Commissioner Issued by:

DEPARTMENT OF PROCUREMENT SERVICES Jamie L. Rhee Chief Procurement Officer

ISSUED FOR ADDENDUM #3 MARCH 07, 2017

MARKER LIGHT BASES, LIGHTING FIXTURES, AND GUIDANCE SIGNS SECTION L-100

PART 1 DESCRIPTION

1.01 GENERAL

A. This item consists of furnishing all labor, equipment and material, and performing all operations in accordance with the latest FAA standards, Advisory Circulars, and Engineering Briefs to install and connect runway edge lights, runway end lights, runway centerline and touchdown zone lights, runway guard lights, taxiway centerline lights, taxiway edge lights, light bases, and guidance signs. Roadway Sign Assembly and bases at the locations shown on the Drawings. The work under this Section is subject to the requirements of the Contract Documents.

B. Where shown on the Drawings, the scope of this item includes, but is not limited to, the following:

1. Constructing, furnishing, and installing , and making operational new runway in-pavement centerline light bases with L-850A – LED (L) fixture with lens color as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification.

2. Constructing, furnishing, and installing , and making operational new runway in-pavement edge light bases with L-850C fixture with lens color as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification.

3. Constructing, furnishing, and installing , and making operational new runway edge light Type 1 Marker Light Bases with L-862 high intensity, runway elevated edge light fixture. L-862 E runway elevated threshold/end light fixture with a clear lens or red/green lens with clear filter complete with accessories as shown on the Drawings and as specified in this Specification.

4. Constructing, furnishing, and installing , and making operational new runway in-pavement touchdown zone light bases with L- 850B – LED (L) fixture with lens color as noted on the Drawings

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-1 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

complete with accessories as shown on the Drawings and as specified in this Specification.

5. Constructing, furnishing, and installing , and making operational new runway in-pavement guard light bases with L-852G – LED (L) / IRGL-L fixture complete with accessories as shown on the Drawings and as specified in this Specification.

6. Constructing, furnishing, installing, and making operational new Type 2 Marker Light Bases with L-804 – LED (L) / ERGL-L runway elevated guard light fixtures complete with accessories as shown on the Drawings and as specified in this Specification.

7.6. Constructing, furnishing, installing, and making operational new taxiway in-pavement centerline light bases with L-852 C/ D – LED (L) with lens color as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification. Fixtures provided by CDA.

8. Constructing, furnishing, installing, and making operational new taxiway in-pavement edge light bases with L-852T – LED (L) fixture complete with accessories as shown on the Drawings and as specified in this Specification.

9.7. Constructing, furnishing, installing, and making operational new Type 1 Marker Light Bases with L-861T – LED (L) taxiway elevated edge light fixture with blue lens complete with accessories as shown on the Drawings and as specified in this Specification. Fixtures provided by CDA.

10.8. Constructing, furnishing, installing, and making operational new Concrete Light Base Special Type 2 Marker Light Base with L- 861T - LED (L) taxiway elevated edge light fixture with Blue or Amber lens complete with accessories as shown on the Drawings and as specified in this Specification.

11.9. Removing existing L-862 high intensity Runway Edge Light fixtures and 20 amp transformers and replacing them with L- 861T (L) LED Taxiway light fixtures with blue lens, 24” OAH Stem and frangible coupling assembly, arctic kit and 6.6 amp transformer. This work includes the installation of a reducing coupler that enables the installation of a taxiway light stem onto the larger diameter runway light base stem. Fixtures provided by CDA.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-2 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

12. Removing existing Taxiway edge light fixture with amber lens and replacing it with new L-861T (L) LED Taxiway light fixture with blue lens, 24” OAH Stem and frangible coupling assembly and arctic kit.

13. Removing existing elevated Taxiway edge light, and replacing it with a new L-852T (L) LED in-pavement Taxiway edge light with omni-directional blue lens, arctic kit, isolation transformer, and all the necessary accessories to have a complete and operational light fixture.

14.10. Removing existing guidance signs and bases designated on the Drawings including foundation, conduit, transformers, and miscellaneous hardware.

15.11. Removing existing airfield light fixtures and filling the light bases with concrete for all the Runway and Taxiway light fixture shown on the plans.

16.12. Removing existing FAA, ALSF-2 in-pavement light bars each with (5 steady burning & 1 flasher) ICC cabinets and foundations as indicat edion on the drawings. Salvaging light fixtures, associated accessories, ICC cabinets and deliver ing to FAA. Payment for this work is under Section X-100.

17. Removing existing FAA, MALSR light bar and associated light fixtures, accessories, cables and foundations as indicated on the plans. Salvage light fixtures and associated accessories and deliver to the FAA.

18.13. Installing new sign panels on existing or relocated guidance signs as shown on the Drawings. Sign panels to be furnished by CDA.

19.14. Removing and relocating designated guidance signs on new concrete bases/foundations.

20.15. Constructing, installing, and making operational new guidance signs with new bases with L-858Y/R/L/B LED (L) airfield guidance signs complete with accessories as shown on the Drawings and as specified in this Specification. Guidance Signs & sign panels to be furnished by CDA. Contractor to provide power kits, splicing kits, isolation transformers, frangible couplings, light stems.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-3 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

21. Constructing, installing and making operational a new surface to mounted to proposed PCC pavement “No Entry” guidance sign with L-858Y/R/L/B LED (L) airfield guidance signs complete with accessories as shown on the Drawings and as specified in this Specification. Guidance Signs & sign panels to be furnished by CDA. Contractor to provide power kits, splicing kits, isolation transformers, frangible couplings, light stems.

22. Constructing, furnishing, installing, and making operational new Roadway sign assembly signs with combination of L- 858Y/R/L/B unlighted runway holding position sign, stop sign, MUTCD rectangular signs complete with foundations, supports, frangible couplings and accessories as shown on the Drawings and as specified in this Specification.

23.16. Salvage and deliver to the Chicago Department of Aviation existing signs, light fixtures, and lamps removed within the Project area shown on the Drawings or as directed by the Commissioner. Properly dispose of any/all used transformers removed within the Project Area.

24.17. Painting the exterior top of all new Runway and Taxiway Type 1 marker bases installed within the Project Area or as shown on the Drawings.

C. Accessories for Type 1 marker light bases will include but not be limited to: base cans, conduit hubs, reducer coupling where applicable, isolation transformers, non-metallic chair, stainless steel clip-on cover, ground rods, miscellaneous fixture mounting and grounding hardware, elevated R/W or T/W fixtures , and lamps where shown , handhole frame and cover, concrete and reinforcement, drain hubs and pipes, French drains where shown, identification tags and other items shown on the Drawings. Cost for these items is included in the unit price for the respective L-100 pay item.

D. Accessories for concrete light base special Type 2 Marker Light Base will include but not be limited to: base cans with threaded hubs , conduit hubs, isolation transformers, non-metallic chair, stainless steel clip-on cover, ground rods, miscellaneous fixture mounting and grounding hardware, elevated T/W fixtures , and lamps where shown , concrete and reinforcement, drain hubs and pipes, French drains where shown, identification tags and other items shown on the Drawings. Cost for these items is included in the unit price for the respective L-100 pay item.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-4 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

E. Accessories for in-pavement light bases cored in existing pavement will include but not limited to: L-868 Class 1A base cans with threaded hubs, conduit hubs, isolation transformers, non-metallic chair, stainless steel clip-on cover, ground rods, connectors, flange rings with concrete dam, extension rings, spacer rings, miscellaneous fixture mounting and grounding hardware, in-pavement T/W fixtures, lamps, concrete and reinforcement, drain hubs and pipes, French drains where shown, identification tags and other items shown on the Drawings. Cost for these items is included in the unit price for the respective L-100 pay item.

PART 2 EQUIPMENT AND MATERIALS

2.01 GENERAL

A. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) equipment Specifications must have the prior approval of the Office of Airport Safety and Standards, Attention: AAS- 200, FAA, 800 Independence Avenue SW, Washington, DC 20591, and will be listed in the latest issue of FAA Advisory Circular (AC) 150/5345-53 (latest revision), "Airport Lighting Equipment Certification Program, including Appendices 1 to 7, with current Addendum for Appendices 1, 3 & 4. Light sources other than incandescent and xenon technologies subject to certification under AC 150/5345-53 (latest revision) and other documents, will be subject to the additional requirements of Engineering Brief No. 67 (latest revision) Light Sources Other Than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures . Materials covered by other reference Specifications will be subject to acceptance through manufacturer's certification of compliance with the applicable Specifications, determined by a Third Party Certifier when so requested by the Commissioner.

B. The certified equipment list and address list of certified airport lighting equipment manufacturers are available on the Internet at the FAA Office of the Associate Administrator for Airports (ARP) home page. The direct Internet FAA home page is www.faa.gov.

C. This equipment must have series circuit lamps. Elevated fixture height must be 24 inches except for L-862 HIRL fixtures installed on 200’ wide runways where the fixture height must be 30 inches.

D. For 200 feet wide runways only, the elevated runway edge lights with L-862 HIRL fixtures must be supplied with 2 inch heavy duty frangible couplings (that must resist a moment of 350-450 ft. lbs. and separate cleanly before reaching 500 ft. lbs.) and a matching L-867 fixture base

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-5 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

plate with 2 inch threaded opening. Coupling fixture stem inside diameter to be 1.2 inches. Frangible coupling and its installation must conform to AC 150/5345-66 (latest revision). Frangible coupling to be manufactured by Crouse Hinds, ADB Airfield Solutions, or Airport Lighting Company in aviation yellow.

2.02 LIGHTING FIXTURES

A. The high intensity, runway light fixtures and the medium intensity runway and taxiway light fixtures must conform to the requirements of AC 150/5340-30 (latest revision), "Design Installation Details for Airport Visual Aids, and AC 150/5345-46 (latest revision), “Specification for Runway and Taxiway Light Fixtures”.

B. Use FAA Specification L-850A – LED (L) for runway in-pavement centerline lights. These lights must have bi-directional lenses with colors shown on the Drawings, 6.6 amp 8” LED fixture with snow plow ring, with arctic kit, by manufactures listed in the latest FAA AC 150/5345-53 (latest revision) Appendix 3 Addendum.

C. Use FAA Specification L-850C for runway in-pavement edge lights. These lights must have bi-directional lenses with colors shown on the Drawings, two 105 watt quartz halogen lamps, 6.6 amp as manufactured by ADB Airfield Solutions, Crouse Hinds, or O.C.E.M. SpA.

D. Use FAA Specification L-862 for runway elevated high intensity edge lights/L-862E runway elevated threshold/end lights with colors as shown on the Drawings, 200 watt quartz halogen lamp, 6.6 amp as manufactured by ADB Airfield Solutions Crouse-Hinds, or Airport Lighting Company.

E. Use FAA Specification L-850B – LED (L) for runway in-pavement touchdown zone lights, clear lens, 6.6 amp, 8” LED fixture with snow plow ring, with arctic kit, by manufactures listed in the latest FAA AC 150/5345-53 (latest revision) Appendix 3 Addendum.

F. Use FAA Specification L-852G – LED (L) for runway in-pavement guard lights. These lights must have uni-directional lenses with colored filters, 6.6 amp ADB 12” Bright Units – LED (L-852G (L) / IRGL – L) without flasher (autonomous, initial flash “on” or “off”), with arctic kit, as manufactured by ADB Airfield Solutions, or O.C.E.M. SpA., or Crouse-Hinds.

G. Runway Elevated Guard Lights

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-6 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

1. Use FAA Specification L-804 – LED (L) for runway elevated guard lights. These lights must have tethers, two LED RGL light sources (light engine 1 and light engine 2), 6.6 amp current driven mode, 60 Hz, flash rate 45-50 per minute ABD LED (model L-804 (L) / ERGL) as manufactured by ADB Airfield Solutions, or Crouse-Hinds ALP, or other LED manufacturers listed in the latest FAA AC 150/5345-53C Appendix 3 Addendum – Certified Equipment and Manufacturers List. No arctic kit is required for this fixture.

H.B. Use FAA Specification L-852 C/ D TCL – LED (L) for taxiway in- pavement centerline lights. These lights must have bi-directional lenses with colors shown on the Drawings, two LED lamps, 6.6 amp 8” LED fixture with snow plow ring, with arctic kit, by manufactures listed in the latest FAA AC 150/5345-53 (latest revision) Appendix 3 Addendum.

I. Use FAA Specification L-852T – LED (L) for taxiway in-pavement edge lights. These lights must have blue lenses, 5 watt LED, 6.6 amp as manufactured by ADB Airfield Solutions, Crouse-Hinds, or O.C.E.M. SpA. The LED fixtures must be equipped with the arctic kit option.

J.C. Use FAA Specification L-861T – LED (L) for taxiway elevated medium intensity edge lights. These lights are to be provided by CDA and willmust have blue lenses, 7 watt LED, 6.6 amp ADB LED (model L- 861T (L) / ETES – L) as manufactured by ADB Airfield Solutions, or Crouse-Hinds, or Airport Lighting Company . The LED fixtures must be equipped with the arctic kit option.

K.D. The wattage for the LED fixture refers to the lamp only. The arctic kit option will add to the total power requirement for the LED fixture and required isolation transformer selection.

L.E. For all elevated runway and taxiway light fixtures, the light base plate must be provided with a frangible fitting and electrical disconnect at the L-867 base can per the CDA Standard Drawings; meeting the requirements of the FAA AC 150/5345-46 (latest revision), Specification for Runway and Taxiway Light Fixtures; AC 150/5345-47 (latest revision), Specification for Series to Series Isolation Transformers for Airport Lighting Systems and; AC 150/5345-26 (latest revision), FAA Specification for L-823 Plug and Receptacle, Cable Connectors.

M.F. All light fixtures must be bonded to the light base internal ground lug via a #6 AWG standard copper wire rated for 600 volts with green XHHW-2 insulation or a braided ground strap of equivalent current

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-7 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

rating in accordance with AC150/5340-30 (latest edition). The ground wire length must be sufficient to allow the removal of the light fixture from the light base for maintenance. Refer to the light manufacturer’s instruction for proper methods of attaching the bonding wire.

2.03 ISOLATION TRANSFORMERS

A. The isolation transformers for runway and taxiway lighting and signs must conform to the requirements of AC 150/5345-47 (latest revision), “Specification for Series to Series Isolation Transformers for Airport Lighting Systems," as manufactured by Integro, LLC.

B. The installation of the isolation transformers must conform to the applicable requirements of the FAA Specifications and as shown on the Drawings.

2.04 SIGNS

A. The guidance signs must be as specified in AC 150/5340-18 (latest revision) “Standards for Airport Sign Systems” and AC 150/5345-44 (latest revision), “Specification for Taxiway and Runway Signs”. The guidance signs for this Project must be FAA Specification L-858, (with LED Lighting System), Size 3, up to a maximum of four modules. For a sign array requiring more than 4 modules, the extra module(s) must be installed separately adjacent to the 4 modules and must be powered from a separate isolation transformer installed at the other end of the foundation slab as shown on the Drawings. Connect the two isolation transformer base cans with a concrete encased 2” PVC Schedule 40 conduit for the power cabling. Proposed guidance signs and panels are to be furnished by CDA for the contractor installation.

B. Runway Distance Remaining Signs

1. The runway distance remaining sign must be as specified in AC 150/5340-18E and AC 150/5345-44H and as shown on the Drawings. The runway distance remaining signs for this Project must be FAA Specification L-858B, Size 4, Style 3, and Class 2.

2. Use FAA Specification L-858B for LED distance remaining illuminated signs. Signs to be Size 4, Style 3, and Class 2 as manufactured by Lumacurve, Standard Signs, Inc. or other LED manufacturers listed in the latest FAA AC 150/5345-53C Appendix 3 Addendum – Certified Equipment and Manufacturers List.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-8 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

C.B. The Airport signs must be mounted according to the manufacturer's directions and as shown in the Drawings. The signs must be provided with frangible fittings and electrical disconnect at the L-867 base plate per the CDA Standard Drawing, meeting the requirements of FAA AC 150/5345-44 (latest revision), Specification for Taxiway and Runway Signs; AC 150/5345-47 (latest revision), Specification for Series to Series Isolation Transformers for Airport Lighting Systems; and AC 150/5345-26 (latest revision) FAA Specification for L-823 Plug and Receptacle, Cable Connectors. Signs must be provided with non- corrosive tethers.

D.C. Signs must be wired to edge light circuits indicated on the Drawings.

E.D. All sign lamps to be LED.

F.E. Guidance Signs

1. Airfield guidance signs are to be provided by CDA and willmust be Lumacurve by Standard Signs, Inc. Mode 3 signs at runway exits must be Lumacurve system by Standard Signs or Siemens Signature series type by ADB Airfield Solutions to provide blow over protection from jet blast.

2. For runways and parallel taxiway applications, Mode 3 signs to have 4 bolt mounting flange anchored with 1/2-inch bolts.

3. All guidance signs must have LED lighting system.

G.F. Taxiway mandatory hold signs are to be installed and located in line with the pavement holding position markings in accordance with AC 150/5340-18, with the following exception: at ORD the tolerance of +/- 10 feet (3m) that is listed in AC 150-/5340-18, paragraph 14.e, regarding the positioning of the taxiway mandatory hold signs relative to pavement holding position markings will NOT BE ALLOWED. Mandatory hold signs must be equipped with backup lamps.

H.G. In a sign array consisting of multiple individual signs, AC 150/5345-44 requires that there be no above ground electrical connection between signs in an array. For this arrangement, an additional, separate L-867 base can, must be installed with 2” interconnecting PVC duct, base plate and sign cord disconnect, to provide underground wiring required.

I.H. All signage placards must be one (1) module in size with all attachment hardware necessary for connection to adjacent placards.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-9 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

J.I. The Contractor must install a spare 2” RGS conduit from the base can and stub this conduit with cap above the sign concrete pad at the center of sign module (typical).

2.05 LIGHT BASE

A. Light bases must conform to the requirements of AC 150/5345-42 (latest revision), “Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories”, except that they must be Class 1A, metallic 12-inch or 16-inch diameter, Type L-867 or L-868 as shown on the Drawings and must be listed in AC 150/5345-53 (latest revision) addendum. All light bases must be provided with threaded hubs, factory installed ground lugs, one external lug for grounding and one internal lug for light fixture bonding. The 16-inch base cans for use by and in the jurisdiction of the FAA must be verified with FAA if they will be stainless steel Class 1 A which is preferred by the FAA for its facilities.

B. Installation of spacers, extension ring, dam or mud rings, and other base can accessories must conform strictly to the requirements of AC 150/5345-42 (latest edition) or as indicated on the Drawings. The base can must be set precisely to the proper grade, level, and orientation to minimize the use of excessive number of spacers and shims or long bolts.

C. Acceptable manufacturers for light bases and accessories are Jacquith Industries, Inc., Olson Industries, Inc., Airport Lighting Equipment, and other certified manufacturers listed in the current AC 150/5345-53 (latest revision) addendum.

2.06 BOLTS FOR BASE CAN AND ACCESSORIES

A. SAE Grade 5 carbon steel bolts with anti-seize compound must be used to secure light fixtures to L-868 and L-867 light bases with 2 part locking washers as approved by the Commissioner.

B. Installation and torqueing of the bolts must be in conformance with the FAA Engineering Brief No. 83 and must follow the recommended industry best practices for installing and torqueing bolts.

2.07 ELEVATED AND IN-PAVEMENT RUNWAY GUARD LIGHT FLASHER

A. The flasher system for the elevated and in-pavement runway guard lights must meet the requirements of AC 150/5340-30 (latest revision), “Design and Installation Details for Airport Visual Aids”. The flasher

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-10 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

must come pre-programmed and must require no additional tools to maintain.

2.08 CONCRETE

A. Concrete required for the construction of bases and other work under this item must conform to the requirements of Section P-610, using ¾ inch maximum size aggregate.

2.09 GROUND RODS

A. Ground rods must be Type 304 stainless steel, 10 feet long and ¾ inch diameter unless otherwise shown on the Contract Drawings.

2.10 PAINT

A. The paint must meet the requirements of Federal Specification TT-P- 1952. The paint must be yellow without reflective media.

2.11 FRAMES AND COVERS A. Handhole frame and covers for Type I Marker light bases are based on Neenah Foundry No. R3495 labeled on casting “Airfield Lighting”. Acceptable manufacturers are: 1. Neenah Foundry Company

2. East Jordan Iron Works, Inc.

3. Campbell Foundry

B. The castings must conform to the following requirements:

1. Gray iron castings must meet the requirements of ASTM A 48.

2. Malleable iron castings must meet the requirements of ASTM A 47.

3. Ductile iron castings must conform to the requirements of ASTM A 536.

4. Austempered ductile iron castings must conform to the requirements of ASTM A 897.

5. All castings must conform to the dimensions shown on the Contract Drawings and must be designed to support the loading specified.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-11 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

6. Each frame and cover must be provided with fastening members to prevent it from being dislodged by traffic, but which must allow easy removal for access to the structure.

7. Frames and covers must be rated for a live load of 100,000 pounds.

2.12 IDENTIFICATION NUMBERS FOR EDGE LIGHTS AND GUIDANCE SIGNS

A. Identification numbers for each light and sign will be as directed by the Commissioner, and will be provided to the Contractor during construction.

B. Identification numbers for edge lights and guidance signs must be permanently engraved or cut in a phenolic or nonmetallic disc or plate not less than two (2) inches in diameter or square. The disc or plate must be fastened to the base cover by the regular hold down bolts or by at least two metal screws of rust-proof material. Plate must not be fastened to fixture cover.

2.13 EPOXY CONCRETE BONDING ADHESIVE

A. The epoxy concrete bonding adhesive between old and new concrete must conform to ASTM C881, Type IV, Grade 1, Class A, B, or C and must meet the approval of the Commissioner. The class supplied must be governed by the range of temperature for which the material is to be used.

2.14 ANTI-SEIZE COMPOUND

A. Where required, anti-seize compounds must meet the requirements of MIL-A-907E, have a temperature range from at least -65 degrees F to +180 degrees F, be compatible with the various metals being united, and not affected by deicing agents. The light fixture manufacturer must furnish the proper torque values in their installation manual with the type of anti-seize compound that must be used.

2.15 POLYMER PATCHING MORTAR

A. Patching mortar installed around in-pavement light fixtures must be a three component, 100% solids, multi-purpose, high strength, non- shrink, waterproof, non-conductive, and semi-flexible polymer patching mortar for longer lasting patches with excellent workability. The system must combine a high quality polymer resin and curing agent with an engineered blend of added aggregates.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-12 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

B. Application and installation of the product must be in accordance with the manufacturer’s procedures and instructions and must meet the approval of the Commissioner

2.16 DRAIN PIPES FOR LIGHT BASE CANS AND MARKER LIGHT BASES

A. PVC drain pipes must be Schedule 80 complying with ASTM D1785. The conduit must be manufactured from PVC compound that meet the applicable requirements of ASTM D1784. Standard fittings and cement must be obtained from the same conduit manufactures.

B. Acceptable PVC pipe manufacturers are Carlon, J-M, National Pipe, or Georgia Pipe.

2.17 TEMPORARY THRESHOLD-NOT USED

PART 3 CONSTRUCTION

3.01 GENERAL

A. The work being performed under this item of these Specifications must conform to the Chicago Electrical Code and the National Electrical Code. The electrical systems must be complete with all necessary accessories for the required results with the greatest assurance of protection to life and property.

B. The Plans indicate the extent and general arrangement of the electrical work. If any departures from the Drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore will be submitted in writing as soon as practicable to the Commissioner for approval. No such departures will be made without the prior written approval from the Commissioner.

3.02 UNCLASSIFIED EXCAVATION

A. Unclassified excavation must be in accordance with these Specifications.

B. The Contractor must excavate for the light bases and the structure to the lines and grades or elevation, shown on the Drawings, or as directed by the Commissioner. The excavation must be of sufficient size to permit the placing of the full width and length for the structure. The elevations of the bottoms of structures, as shown on the Plans, must be considered as approximate only; and the Commissioner may order in writing changes in dimensions or elevations of structure necessary to secure a satisfactory foundation.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-13 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

C. Boulders, logs, or any other objectionable material encountered in excavation must be removed and must be disposed off the Airport property. These removals will be considered included in the unit price for the lighting structure pay items of this Specification. When concrete is to rest on a surface other than rock, special care must be taken not to disturb the bottom of the excavation, and excavation to final grade must not be made until just before the concrete or reinforcing is to be placed.

D. The Contractor must do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structures as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring must be included in the unit price for the lighting structure pay item.

E. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item will be removed by the Contractor after the completion of the structure. Removal must be performed in a manner which will not disturb or mar finished masonry. The cost of removal will be included in the unit price for the lighting structure pay item. The Contractor must place concrete and reinforcing steel only after the Commissioner has approved the depth of the excavation and the character of the foundation material.

3.03 CONCRETE STRUCTURES

A. Concrete structures must be built on prepared foundations, conforming to the dimensions and form indicated on the Drawings. The construction must conform to the requirements specified in Section P- 610. Any reinforcement required must be placed as indicated on the Plans and must receive approval by the Commissioner before the concrete is placed.

3.04 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS

A. Castings, frames and fittings must be placed in the position indicated on the Drawings or as directed by the Commissioner, and must be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, anchors or bolts must be in place and position before the concrete or mortar is placed. The unit must be brought true to line and grade and must be set in mortar beds and anchored to the masonry as indicated on the Drawings or as directed and approved by the Commissioner. All units must set firm and secure.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-14 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

B. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers must be placed and fastened down.

3.05 BACKFILLING

A. After the structure has been completed, the area around it will be backfilled in accordance with this Specification. Backfilling must not be placed against any structure until permission is given by the Commissioner. In the case of concrete, such permission will not be given until the concrete has been in place a minimum of seven (7) days or until tests made by the Contractor’s QC organization and tested by the Contractor’s approved laboratory, subject to verification by the laboratory under supervision of the Commissioner establish that the concrete has attained sufficient strength to provide a factor of safety against damage in withstanding any pressure created by the backfill or the methods used in placing it.

B. All trenches and excavations must be backfilled within a reasonable time after the structures are installed, unless other protection of the structures is directed. The backfill material must be as specified herein. Backfill materials and compaction procedures must be acceptable to the Commissioner. In all backfilling, any compressible or destructible rubbish and refuse must be removed from the excavated space before backfilling is started.

C. Fine aggregate for backfill must be brought up evenly on each side of the structure. If the excavation is to be under pavement, or within 2 feet of the proposed, future or existing pavement edge, then placement and compaction of the fine aggregate backfill must continue until the top of subgrade is reached. If the excavation is not under, or adjacent to, existing, proposed or future pavement, then acceptable fill must be placed and compacted to top of subgrade.

D. Fine aggregate for backfill must consist of natural sand or washed crushed limestone having a FA-6 gradation conforming to Section 1003 of the Standard Specifications for Road and Bridge Construction, Illinois Department of Transportation. Acceptable fill for backfill is defined as suitable unclassified excavation material that is non-organic, non-decayable and non-rubble material having a maximum dry density of not less than 98 pounds per cubic foot. It will contain no rock, stones, or broken concrete greater than 3 inches in the largest dimension. The material must be easily compactable to the required density and approved by the Commissioner.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-15 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

E. If the backfill is fine aggregate backfill, it must be placed in uniform layers not greater than 8 inches in loose thickness and thoroughly compacted in place with suitable vibratory equipment to not less than 95% of the maximum density as determined by ASTM D-1557. Each lift of Acceptable Fill must be within +/-2% of optimum moisture content before the succeeding lift is placed. If the backfill is acceptable fill it must be placed in uniform layers not greater than 12 inches in loose thickness and each layer compacted to 85% of maximum density as determined by ASTM D 1557.

F. Finish grading must be performed in accordance with the completed contour elevations and grades shown and must be made to blend into the existing ground surfaces. All finished grading surfaces must be left smooth and free to drain. Finish grades must be brought to elevations within plus or minus 0.10 foot of elevations or contours shown.

G. Any depression which may develop from settlement in backfilled areas within 1 year after the work is fully completed and accepted must be the responsibility of the Contractor. The Contractor must provide as needed, at his own expense, additional backfill material, pavement, base replacement, permanent pavement repairs or replacement and must perform the necessary reconditioning and restoration work to bring such depressed areas to proper grade as acceptable to the Commissioner.

H. Backfill compaction must be tested and monitored by the Contractor. All material and backfill operations may be subjected to testing by the Commissioner with the assistance of the Contractor.

I. Backfill will not be measured for direct payment. Performance of this work will be considered as a subsidiary obligation of the Contractor covered under the Contract unit price for the structure involved.

J. The suitability of compacting equipment must be acceptable to the Commissioner. Tamping rollers (generally referred to as Sheepsfoot Rollers) will be considered the proper type of equipment for compaction of cohesive soils and vibratory/mechanical tamping equipment will be applicable for compacting granular soils. In all cases, the adequacy of the equipment will be determined by the Commissioner.

3.06 CLEANING AND RESTORATION OF THE SITE

A. After the backfill is completed, the Contractor must dispose of all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments, shoulders, or as ordered by the

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-16 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

Commissioner. The Contractor must restore all disturbed areas to their original condition.

B. After all work is completed, the Contractor must remove all tools and equipment, leaving the entire site free, clear, and in good condition.

3.07 OTHER ELECTRICAL WORK

A. All other electrical work required under this item of this Specification must be installed in accordance with the Chicago Electrical Code and the National Electrical Code.

3.08 REMOVAL OF EXISTING STRUCTURES

A. If shown on the Drawings, remove certain light bases in the existing electrical system as indicated. Dispose of or deliver salvaged light bases to the Commissioner as directed by the Commissioner. The electrical removal work is covered under the X-100 specifications.

3.09 PAINTING

The exposed surface of Type 1 marker light bases must be painted with two (2) coats of aviation yellow paint. The painting must be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40 degrees F, and when the weather forecast is for dry weather.

3.10 LIGHTING FIXTURES

A. The installation of lighting units must be as shown on the plans and per manufacturer’s recommendation. After each light unit is completely installed, the void between and around the top of the light fixture flange ring and the pavement must be filled with a polymer patching mortar.

3.11 APPLICATION OF EPOXY CONCRETE BONDING ADHESIVE

A. Where shown on the Drawings the epoxy concrete bonding adhesive must be uniformly applied to coat the entire surface of the concrete remaining in place prior to placement of the new concrete.

3.12 NEW BASES

A. The light and sign bases must be installed where indicated on the Contract Drawings.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-17 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

B. The installation of the light and sign base units must be in accordance with the manufacturer's installation instructions and the FAA installation requirements and as directed by the Commissioner.

C. The light and sign bases must be installed as detailed on the Drawings.

3.13 DRAIN PIPES AND HUBS FOR LIGHT BASE CANS AND MARKER LIGHTS BASES

A. The drain pipes and hubs must be installed where indicated on the Contract Drawings.

B. The drain pipes and hubs must be installed as detailed on the Drawings.

3.14 TESTING A. The Contractor must accomplish operational testing of the lighting fixtures and circuits after cable testing described in Specification Section L-108, paragraph 3.10 and 3.11 to ensure compliance with the Contract documents. The Commissioner will witness all testing. The Contractor must furnish all meters, instruments, cable connections, equipment or apparatus necessary for performing and recording the results of all tests. B. Upon completion of the electrical work and cable testing, the Contractor must energize each of the affected circuits under this Contract, and:

1. Demonstrate that each lighting fixture and guidance sign is operational and is connected to the designated circuit.

2. Test the power and control of electrical circuits for continuity and function from both the control tower and the airfield lighting vault.

3. Show and verify in writing that the systems and equipment are free from all defects.

C. Any wiring device, electrical apparatus, or lighting fixture grounded or shorted on any integral "live" part, must be removed and the trouble rectified by replacing the defective parts or materials.

D. Tests must be coordinated with the field schedule and field conditions. Before testing, all necessary precautions must be taken to ensure the safety of personnel and equipment. All enclosures for conductors and equipment must be properly grounded.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-18 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

E. The Commissioner will conduct from time to time such tests as may be required to any part of the equipment to determine if it is installed in accordance with these Specifications. The Contractor must extend to the Commissioner all facilities to this end and must furnish the skilled or unskilled help required. Three copies of the verified test results must be given to the Commissioner promptly upon completion of a test.

F. The Contractor must provide assistance to the various Equipment Manufacturers' field engineers as required in the testing and adjusting of the electrical power and control equipment. Cooperation of the Contractor must be such that a minimum of time is required for equipment testing.

G. A log must be maintained for all tests. This log must be certified before completion of the job, both as to test value and date of test.

H. Any faults in the work performed by the Contractor or in materials or equipment furnished by the Contractor must be corrected or replaced promptly by the Contractor at his own expense. Any faults in materials or equipment furnished by the Contractor which are the result of careless, incompetent or improper workmanship must be repaired and the work retested.

PART 4 METHOD OF MEASUREMENT

4.01 MARKER LIGHT BASES AND FIXTURES

A. Lighting-Runway, Light Base with L-850A – LED (L) In-Pavement Centerline Light, Complete: The quantity of light bases with FAA Spec. L-850A – LED (L) runway in-pavement centerline light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-868 base can, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, isolation transformer, concrete, hardware, and snow plow ring for the bi-directional fixture. Fixture to include arctic kit. This item has colored filters. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

B. Lighting-Runway, Light Base with L-850C In-Pavement Edge Light, Complete: The quantity of light bases with FAA Spec. L-850C runway in-pavement edge light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-868 base can, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, 200 watt isolation transformer,

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-19 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

concrete, hardware, and two 105 watt quartz halogen lamps for the bi- directional fixture. This item has colored filters. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

C. Lighting-Runway, Type 1 Marker Light Base with L-862 Elevated Edge Light, Complete: The quantity of Type 1 marker light bases with FAA Spec. L-862E Elevated Threshold/End Light, L-862/L862E runway elevated light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, ground rod, 200 watt isolation transformer, concrete, handhole frame and cover, hardware, and 200 W quartz halogen lamp for the fixture. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

D. Lighting-Runway, Light Base with L-850B – LED (L) In-Pavement Touchdown Zone Light, Complete: The quantity of light bases with FAA Spec. L-850B runway in-pavement touchdown zone light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes a L-868 base can, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, isolation transformer, concrete, hardware, and snow plow ring for the fixture. Fixture to include arctic kit. This item has clear filters. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

E. Lighting-Runway, Light Base with L-852G – LED (L) / IRGL - L In- Pavement Runway Guard Light, Complete: The quantity of light bases with FAA Spec. L-852G runway in-pavement guard light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-868 base can, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, isolation transformer, concrete, and hardware for the fixture. Fixture must include arctic kit. This item has colored filters. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

F. Lighting-Runway, Type 1 and 2 Marker Light Base with L-804 – LED (L) / ERGL - L Elevated Runway Guard Light, Complete: The quantity of light bases with FAA Spec. L-804 runway elevated guard light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-867 base

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-20 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

can, excavation, conduit and drain hubs, drain pipe, ground rod, no. 6 AWG insulated green ground jumper, isolation transformer, concrete, handhole frame and cover, hardware, and unidirectional fixtures. This item has colored filters. No arctic kit is required for this fixture. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

A. A. Lighting-Taxiway, Light Base with L-852 C/ D – LED (L) In- Pavement Centerline Light, Complete: The quantity of light bases with FAA Spec. L-852C/D L-852T – LED (L) LED taxiway in-pavement centerline light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-868 base can, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, 65 watt isolation transformer, concrete, hardware, and two 17.5 watt LED lamps for the bi-directional fixture. Fixture to include arctic kit. Total load with arctic option per fixture is 59 watts. This item has colored filters. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

-Taxiway, Light Base with L-852T - LED (L) In-Pavement Edge Light, Complete: The quantity of light bases with FAA Spec. L-852T – LED (L) taxiway in-pavement edge light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted by the Commissioner. This item includes an L-868 base can, coring existing pavement, concrete, reinforcement, excavation, conduit and drain hubs, ground rod, size 6 AWG ground jumper, 30/45 watt isolation transformer, concrete, hardware, and 5W LED lamp for the blue omni-directional fixture. Fixture must include arctic kit. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

G.B. Lighting-Taxiway Type 1 Marker Light Base with L-861T – LED (L) Elevated Edge Light, Complete: The quantity of Type 1 marker light bases with FAA Spec. L-861T – LED (L) taxiway elevated light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, ground rod, L-830- 17 20/25W isolation transformer (or sized per manufacturers recommendations), concrete, handhole frame and cover, and hardware , and LED lamp for the fixture. Fixture must include arctic kit . Fixtures with arctic kits will be provided by CDA and must be installed by the Contractor. No separate measurement will be made for these

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-21 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

individual items and accessories, but will be considered included in the unit price for this pay item.

H.C. Lighting – Replace existing L-862 Elevated high intensity Runway Edge Light fixtures and 20 amp transformers on existing Type 1 Marker Light Base or in-pavement light base can and replacing them with L-861T (L) LED Taxiway light fixtures with blue lens, 24” OAH Stem and frangible coupling assembly, arctic kit, 6.6 amp transformer and the installation of a reducing coupler that enables the installation of a taxiway light stem onto the larger diameter runway light base stem, the number complete connected, tested, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, L-830-17 20/25W isolation transformer transformer (or sized per manufacturers recommendations), and hardware . Fixtures with arctic kits will be provided by CDA and must be installed by the Contractor. , and LED lamp for the fixture. Fixture to include arctic option. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

I.D. Lighting-Taxiway Type 1 Marker Light Base with ¾” Steel Cover, Complete: The quantity of Type 1 marker light bases with steel cover plate to be paid for will be the number complete, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, ground rod, concrete, handhole frame and cover, hardware, and steel cover. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

J.E. Lighting-Taxiway Surface Mount Light Base with L-861T Elevated Edge Light, Complete: The quantity of surface mount light bases with FAA Spec. L-861T taxiway elevated light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, 30/4520/25 watt isolation transformer (or sized per manufacturer’s recommendations) , and hardware , and 7 W LED lamp for the fixture. Fixture to include arctic option. Total load with arctic option per fixture is 45 watts. . Fixtures with arctic kits will be provided by CDA and must be installed by the Contractor. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

K.F. Lighting-Taxiway Special MarkerType 2 Marker Light Base with L-861T Elevated Edge Light, Complete: The quantity of special markerType 2 marker light bases with FAA Spec. L-861T taxiway

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-22 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

elevated light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes an L-867 base can, excavation, conduit and drain hubs, drain pipe, ground rod, 30/4520/25 watt isolation transformer, concrete, and hardware , and 7 W LED lamp for the fixture. Fixture to include arctic option. Total load with arctic option per fixture is 45 watts.. Fixtures with arctic kits will be provided by CDA and must be installed by the Contractor. No separate measurement will be made for these individual items and accessories, but will be considered included in the unit price for this pay item.

L.G. The quantities for the light fixture removal will be paid for separately under the X-100 specifications.

4.02 GUIDANCE SIGN AND BASE

A. Signage – Install New CDA Provided Panels on Existing or Relocated Signs: The quantity of New Panels on Existing or Relocated Signs to be paid for will be the number of panels installed according to the Guidance Sign Schedule in the Plans. This Item includes the installation of new panels, and the removal of the existing panels which will be delivered to the Commissioner.

B. Signage - Remove and Relocate Guidance Sign with New Base, Complete: The quantity of these signs and bases to be paid for will be the number of existing guidance signs and transformers removed from its existing location and relocated to another shown on the Drawings. This item includes a new concrete base, L-867 base can, drain pipe, ground rod, and excavation; removal and disposal of the existing base and conduit to the nearest light base with the resulting hole backfilled and finished surface area restored in accordance with the Project Specifications and as directed by the Commissioner; and the installation of the existing sign on the new base, complete, connected, tested, ready for operation, and accepted.

C. Signage – Install New CDA provided L-858 Guidance Sign with New Base, 2 or 3, or 4 Module, Size 3, Complete: The quantity of guidance signs and bases to be paid for will be the number of each type guidance sign complete, connected, tested, ready for operations, and accepted. This Item consists of a concrete base, L-867 light base; a two, three, or four Module, Size 3 sign; transformer, ground rod, and hardware. No separate measurement will be made for excavation, drain pipe, ground rods, light fixtures, transformers, or any miscellaneous hardware, but will be considered included in the unit price for the guidance sign and base.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-23 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

D. Signage - New L-858 Guidance Sign Base with ¾” steel covers, Complete: The quantity of guidance sign bases to be paid for will be the number of guidance sign bases complete, connected, tested, ready for operations, and accepted. This Item consists of a concrete base with L-867 light base(s) to accommodate a future 2, 3, or 4 Module Size 3 sign. No separate measurement will be made for excavation, drain pipe, ground rods, or any miscellaneous hardware, but will be considered included in the unit price for the guidance sign and base.

E. Roadway Sign Assembly – The quantities for the New Roadway Sign Assembly to be paid for will be the number of each type specified complete, with combination of L-858 unlighted Roadway hold sign, stop sign, MUTCD rectangular signs complete with foundation, supports, frangible couplings and accessories as shown on the plans and specified herein these specifications.

F.E. The quantities for the signage removal will be measured separately under the X-100 specifications.

4.03 DRAIN PIPES FOR LIGHT BASE CANS AND MARKER LIGHT BASES

A. The drain pipe or hub and French drain as applicable per details shown on the Drawings (within the associated electrical structure or foundation) will not be measured separately, but shall be included in the line item unit price per each for marker light base, lighting fixture, and guidance sign in place, completed, and accepted.

B. Drain pipe beyond the associated electrical structure or foundation, which extends to the underdrain or drainage system shown on the Drawings, will be measured separately for payment.

PART 5 BASIS OF PAYMENT

5.01 BASES AND FIXTURES

A. Payment will be made at the Contract unit price for each complete runway and taxiway light base with light fixtures, all installed in place by the Contractor and accepted by the Commissioner. The price will be full compensation for furnishing all materials; for all preparation, assembly and installation; and for labor, equipment, tools, accessories, light bases, and all work necessary to complete these units as required by these Specifications, and/or as shown on the Drawings.

B. The light fixture removal will be paid for under the X-100 specifications.

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-24 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

5.02 GUIDANCE SIGNS AND BASES

A. Payment will be made at the Contract unit price for each complete New L-858 Guidance Sign Base with ¾" Steel Covers; for each complete New Guidance Sign with New Base, 2, 3, or 4 Modules, Size 3; for each complete Remove and Relocate Existing Guidance Sign, Install on New Guidance Sign Base; and for each complete Existing Guidance Sign Legend to be Modified; installed in place by the Contractor and accepted by the Commissioner. The prices will be full compensation for furnishing all materials; for all preparation, assembly and installation; and for labor, equipment, tools, accessories for light bases, and all work necessary to complete these units as required by these Specifications, and/or as shown on the Drawings.

B. The signage removal will be paid for under the X-100 specifications.

5.03 DRAIN PIPES FOR LIGHT BASE CANS AND MARKER LIGHT BASES

A. Payment for the furnishing and installation of drain pipes or hubs and French drains within the associated electrical structure or foundation (materials and preparation, excavation, installation of drain pipe including clip-on drain covers and screens, backfilling; and for all labor, equipment, tools, and all work necessary to complete the item) will not be made separately, but will be included as included in the Contract unit price per each marker light base, lighting fixture, and guidance sign.

B. Payment for the furnishing and installation of drain pipes beyond the associated electrical structure or foundation (materials and preparation, excavation, installation of drain pipe, backfilling; and for all labor, equipment, tools, and all work necessary to complete the item) will be made at the Contract unit price per linear foot. The associated pay item is included in the D-705 specifications.

5.04 PAYMENT

A. Payment will be made under the following items:

ITEM NO. DESCRIPTION UOM L-100-01 INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD EA SIGN WITH NEW BASE, 1-MODULE(S), SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-25 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

ITEM NO. DESCRIPTION UOM L-100-02 INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD EA SIGN WITH NEW BASE, 2-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE

L-100-03 INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD EA SIGN WITH NEW BASE, 2-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE

L-100-04 INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD EA SIGN WITH NEW BASE, 3-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE

L-100-05 INSTALL CDA FURNISHED L-858 (L) – LED AIRFIELD EA SIGN WITH NEW BASE, 3 MODULE(S) AND 2- MODULE(S), SINGLE FACE, SIZ 3, STYLE 3, MODE 2, CLASS 2, COMPLETE

L-100-06 INSTALL CDA FURNISHED L-858 (L), LED AIRFIELD EA SIGN WITH NEW BASE, 4-MODULE(S), SINGLE FACE, SIZE 3, STYLE 2, MODE 2, CLASS 2, COMPLETE

L-100-07 INSTALL NEW 1-MODULE BASE WITH L-867 BASE CAN EA AND L-867B BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 4 (RDR)

L-100-08 INSTALL NEW 1-MODULE BASE WITH L-867 BASE CAN EA AND L-867B BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3

L-100-09 INSTALL NEW 2-MODULE BASE WITH L-867 BASE CAN EA AND L-867B BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3

L-100-10 INSTALL NEW 3-MODULE BASE WITH L-867 BASE CAN EA AND L-867B BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3

L-100-11 INSTALL NEW 4-MODULE BASE WITH L-867 BASE CAN EA AND L-867B BLANK STEEL COVER FOR L-858 GUIDANCE SIGN, SIZE 3

L-100-12 RELOCATE & MODIFY EXISTING L-858 GUIDANCE EA SIGN, SIZE 3, 3-MODULE ON NEW FOUNDATION

L-100-13 MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 3- EA MODULE ON EXISTING FOUNDATION

L-100-14 MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 4- EA MODULE ON EXISTING FOUNDATION

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-26 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

ITEM NO. DESCRIPTION UOM L-100-15 MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 5- EA MODULE ON EXISTING FOUNDATION

L-100-16 L-867 SHALLOW SURFACE MOUNTED BASE CAN WITH EA L-861T LED EDGE LIGHT WITH ARCTIC KIT

L-100-17 TYPE I MARKER LIGHT BASE WITH L-867 BASE CAN EA AND L-861T LED EDGE LIGHT WITH ARCTIC KIT

L-100-18 TYPE I MARKER LIGHT BASE WITH L-867 BASE CAN EA AND L-867B WITH BLANK STEEL COVER (FOR EDGE LIGHTS & RUNWAY GUARD LIGHTS)

L-100-19 TYPE II MARKER LIGHT BASE WITH L-867 BASE CAN EA AND L-861T LED EDGE LIGHT WITH ARCTIC KIT

L-100-20 TYPE II MARKER LIGHT BASE WITH STEEL COVER EA

L-100-21 L-868 BASE CAN WITH L-868B BLANK STEEL COVER EA (FOR IN-PAVEMENT EDGE LIGHT, TDZ, CL, RWSL)

L-100-22 L-861T LED ELEVATED TAXIWAY EDGE LIGHT WITH EA ARCTIC KIT, MOUNTED ON EXISTING BASE CAN

L-100-23 L-867 BASE CAN WITH L-867B BLANK STEEL COVER EA (FOR IN-PAVEMENT RUNWAY END INDENTIFIER LIGHTS)

L-100-24 REMOVE AND REPLACE EXISTING LED ELEVATED EA TAXIWAY EDGE LIGHT LENS COVER (BLUE) WITH NEW LED ELEVATED TAXIWAY EDGE LIGHT LENS COVER (AMBER)

L-100-25 INSTALL L-852D LED IN-PAVEMENT TAXIWAY EA CENTERLINE LIGHT WITH ARCTIC KIT AND YELLOW/OBSCURE LENS COLOR

L-100-26 INSTALL L-852D LED IN-PAVEMENT TAXIWAY EA CENTERLINE LIGHT WITH ARCTIC KIT AND GREEN/GREEN LENS COLOR

L-100-27 REMOVE & REPLACE EXISTING FIXTURE WITH L-867B EA BLANK STEEL COVER

L-100-28 RELOCATE & MODIFY EXISTING L-858 GUIDANCE EA SIGN, SIZE 3, 45-MODULE ON NEW FOUNDATION

L-100-29 MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 1- EA MODULE ON EXISTING FOUNDATION

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-27 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

ITEM NO. DESCRIPTION UOM L-100-30 MODIFY EXISTING L-858 GUIDANCE SIGN, SIZE 3, 2- EA MODULE ON EXISTING FOUNDATION

L-100-31 REMOVE & REPLACE EXISTING FIXTURE WITH L-868B EA BLANK STEEL COVER

END OF SECTION L-100

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING RUNWAY 9C-27C BID PACKAGE NO. 1 L-100-28 FIXTURES, AND GUIDANCE OH.6143.200.50.322 SIGNS ISSUED FOR ADDENDUM #3, MARCH 7, 2017

ELECTRICAL MANHOLES AND HANDHOLES SECTION L-115

1 DESCRIPTION 1.01 GENERAL

A. This item consists of the furnishing of all labor, equipment, and material, and of performing all operations in connection with furnishing and installation of new electrical manholes and handholes and with the adjustment of existing electrical manholes and handholes. The work under this section is subject to the requirements of the Contract documents.

1.02 RELATED WORK

A. Section L-110 - Installations of Airport Underground Electrical Duct

B. Section P-157 – Trench Backfilling

C. Section P-610 – Structural Portland Cement Concrete

D. Section CE-100 – Commentary on ComEd Standards for Utility Manholes and Ducbanks at the CDA

E. Section CE-101 – CDA Advisory on Shop Drawings for ComEd Manholes

1.03 SUBMITTALS

A. Submit the following: 1. Shop Drawings: Contractor is required to submit stamped and sealed structural drawings by a licensed Illinois Structural engineer for all cast-in-place and pre-cast manholes. 2. Product Data: a. For all manhole accessories including but not limited to:

(1) Grounding Rod

(2) Grounding Wire

(3) Joint Sealant

(4) Saddle Racks

CHICAGO DEPARTMENT OF AVIATION L-115-1 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

2 EQUIPMENT AND MATERIALS 2.01 GENERAL

A. Airport equipment and materials covered by Federal Aviation Administration (FAA) specifications are to have the prior approval of the Office of Airport Safety and Standards, Attention: AAS-200, FAA, Washington, D.C. 20591, and are to be listed by FAA’s Advisory Circular No. 150/5345-53 (latest edition), “Airport Lighting Equipment Certification Program.”

B. All other Airport equipment and materials covered by other referenced specifications will be subject to acceptance through manufacturer’s certification of compliance with the applicable specifications, when so requested by the Commissioner.

2.02 REINFORCING STEEL

A. Reinforcing steel is to comply with Section P-610 of these specifications.

B. All existing reinforcing steel exposed during the adjustment of electrical manholes is to be reincorporated into the adjusted structure. Care must be taken not to damage the existing reinforcing steel during concrete removal. The exposed reinforcing steel is to be cleaned of all concrete. Any reinforcing steel rusted, damaged or deemed not retainable by the Commissioner is to be replaced with bars of the same size and length meeting the requirements of ASTM A615 Grade 60.

2.03 CONCRETE

A. Cast-in-place concrete required for the construction of manholes and handholes, and for the adjustment of manholes and handholes is to comply with all the requirements of Section P-610, Structural Portland Cement Concrete.

B. All manhole and handhole structures that are located within the runway safety area (RSA) or taxiway safety area (TSA) must be designed by a structural engineer to support aircraft loading in accordance with FAA AC 150/5320-6F Appendix 3, Design of Structures for Heavy Aircraft.

C. Proposed precast concrete mix designs including all ingredients and certified concrete strength test results must be submitted by the Contractor/Precaster prior to manufacturing, for review by the Commissioner.

CHICAGO DEPARTMENT OF AVIATION L-115-2 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

2.04 GROUND RODS

A. Ground rods are to be ¾ inch diameter type 304 stainless steel, 10- feet long minimum.

2.05 FRAMES AND COVER

A. New frames and covers are to be installed on all electrical manholes and handholes, except where the Drawings indicate otherwise.

B. The castings must conform to one of the following requirements: 1. Gray iron castings: ASTM A48, Class 30B and 35B 2. Malleable iron castings: ASTM A47 3. Steel castings: ASTM A27 4. Structural steel for grates and frames: ASTM A283, Grade D 5. Ductile iron castings are to meet the requirements of ASTM A536 6. Austempered ductile iron castings: ASTM A897

C. All castings or structural steel units are to conform to the dimensions and requirements shown on the Drawings and are to be designed to support the loading specified.

D. Each frame and cover unit is to be provided with stainless steel locking bolts to prevent it from being dislodged but which will allow easy removal for access to the structure.

E. Each cover must be provided with a latch device that is integral to the cover casting. The latch must be of a spring catch or quarter turn design that is operable with a tool supplied with the casting. Tool quantity to be supplied with the order as indicated on the drawings. The latching device must secure the cover in a closed position when the hold down stainless steel locking bolts (item ‘D’ above) are being removed or reinstalled. The cover must be secured by both bolts and latches.

F. The frames of all electrical and communications manholes and handholes are to be grounded as shown on the Drawings.

G. All frames and covers installed within the Aircraft Operation Area (AOA) will be aircraft rated for 100,000 lbs. Spring assist frame to be cast into roof or riser section of structure.

G.H. ComEd will provide frames and covers for Comed Manholes only.

CHICAGO DEPARTMENT OF AVIATION L-115-3 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

H.I. Airside Electrical Handhole/Manhole Frame and Cover Schedule

Structure Use Cover Size and Type Cover Legend Notes

ComEd Manholes Per ComEd Standards Per ComEd Standards Must meet OMP Aircraft (Drawings and (Drawings and loading requirements Specifications) Specifications) within the AOA.

Refer to Section CE-100 For new ComEd and CE-101 manholes - Use 38” dia. frame for 32” dia. cover

For retrofit installation - Use 42” x 46” frame for 36” dia. cover

Common Electrical Duct 30” x 30” Opening spring 600V-7500V Must meet OMP Aircraft (CED) Handholes assist, hinged w/bolt R/W AIRFIELD loading of 100,000 lbs down, ductile iron lid LIGHTING within the AOA. Design Standard Detail or Nos. 6-06-08 and 6-06- 600V-7500V 09. T/W AIRFIELD LIGHTING or 0V-600V ELECTRIC or COMMUNICATIONS 600V-7500V Common Electrical (CED) 30” x 30” Opening spring R/W AIRFIELD Must meet OMP Aircraft Manholes assist, hinged w/bolt LIGHTING loading of 100,000 lbs Design Standard Detail down, ductile iron lid or within the AOA. No. 6-06-03, 6-06-04, and 600V-7500V 6-06-05 T/W AIRFIELD LIGHTING or 600V-7500V AIRFIELD LIGHTING or 0V-600V ELECTRIC or COMMUNICATIONS or 600V–7500V RWSL ELECTRIC FAA Handholes Per FAA Standards Per FAA Standards (Drawings and (Drawings and FAA Standard Details specifications) specifications) Example – GL-D-5693-

CHICAGO DEPARTMENT OF AVIATION L-115-4 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

Structure Use Cover Size and Type Cover Legend Notes 10-6 “FAA Communications” legend on lids are exclusive to FAA NAVAID, FAA Communications, and ALSF sites only. For locations outside FAA facilities/sites and all other locations, the legend on lids must be per CED requirements.

Type 1 Marker Light 18” x 18” Opening w/bolt AIRFIELD LIGHTING Must meet OMP Aircraft Bases down, ductile iron lid loading of 100,000 lbs within the AOA.

I.J. Acceptable manufactures include: 1. Neenah Foundry Company 2. East Jordan Iron Works, Inc. 3. Campbell Foundry

2.06 NON-METALLIC CABLE SUPPORT RACKS

A. Manhole and handhole cable racks must be heavy duty, molded, acceptable agency listed, standard yellow reinforced nylon with adjustable arms. Length of rack arm must be 14 inches for CED manholes and 6 inches for handholes, respectively. Install cable racks as shown on the Drawings. Secure all cable to the rack arm with separate nylon tie wrap. Acceptable manufacturers of non-metallic cable support racks are Underground Devices, Inc., Northbrook, IL and StrutTech/Axium Composites, Inc., Redmond, WA. Acceptance is subject to manufacturer’s certification of compliance with applicable specifications. ComEd furnishes and installs its own support racks.

2.07 PULLING IRONS

A. Provide all pulling-in irons, hooks and all other appurtenances as indicated on the Drawings and as required for a complete operational manhole or handhole. Pulling-irons to be manufactured with 7/8-inch diameter hot-dipped galvanized steel.

2.08 EPOXY CONCRETE ADHESIVE

A. The epoxy concrete adhesive must conform to the requirements of Section 1025.01 of IDOT’s Standard Specifications for Road and

CHICAGO DEPARTMENT OF AVIATION L-115-5 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

Bridge Construction (latest edition), and meet the approval of the Commissioner.

3 CONSTRUCTION METHODS 3.01 UNCLASSIFIED EXCAVATION

A. Provide all excavation for structures to the lines and grades for elevations, shown on the Drawings or as directed by the Commissioner. The excavation is to be of sufficient size to permit the placing of the full width and length of the structure shown. Excavated material is to be stockpiled where directed by the Commissioner. The elevations, as shown on the Drawings, are to be considered as approximate only; and the Commissioner may order, in writing, changes in dimensions or elevations necessary to secure a satisfactory installation.

B. Boulders, logs, or other objectionable materials encountered in excavation are to be removed. All rock or other hard foundation material is to be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Commissioner. All seams or crevices are to be cleaned out and grouted. Remove all loose and disintegrated rock and thin strata. When concrete is to rest on a surface other than rock, special care is to be taken not to disturb the bottom of the excavation, and excavation to final grade is not to be made until just before the concrete or reinforcing is to be placed.

C. Provide all bracing, sheathing or shoring necessary to implement and protect the excavation and the structure, as well as protect existing adjacent structures located above or below grade as required, as required for safety or conformance to governing laws. The cost of bracing, sheathing or shoring is to be included in the unit price for the structure.

D. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item is to be removed by the Contractor after the completion of the structure. Removal is to be effected in a manner which will not disturb or mar finish masonry. The cost of removal is to be included in the unit price bid for the structure. The Contractor is to notify the Commissioner to the effect; and concrete or reinforcing steel is to be placed after the Commissioner has approved the depth of the excavation and the character of the foundation material.

3.02 CONCRETE STRUCTURES

A. Concrete structures are to be built on prepared foundations, conforming to the dimensions and form indicated on the Drawings.

CHICAGO DEPARTMENT OF AVIATION L-115-6 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

Any reinforcement required, is to be placed as indicated on the Drawings and is to be approved by the Commissioner before the concrete is poured. Precast manholes and handholes are allowed as long as they meet all requirements of this specification. Precast units to be installed plumb and true. Joints to be made watertight by use of sealant at each key joint and at roof joint.

B. The interior bottom is to be sloped downward toward the floor drain or outlet. Provide French Drain Sump or piped drain connection to manholes and handholes as shown or indicated on the Drawings.

3.03 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS

A. All castings, frames and fittings are to be placed in the positions indicated on the Drawings or as directed by the Commissioner, and must be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts are to be in place and position before the concrete or mortar is placed. The unit is not to be disturbed until the mortar or concrete has set.

B. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven (7) days, the grates or covers are to be placed and fastened down.

3.04 BACKFILLING

A. After a structure has been completed, the area around it is to be backfilled in horizontal layers all around the structure not to exceed 8 inches in loose depth, and compacted. The top of the fill is to meet the elevation shown on the Drawings or as directed by the Commissioner.

B. All excavations must be backfilled within a reasonable time after the structures are installed, unless other required protection of the structure is directed. Backfill materials and compaction procedures must be acceptable to the Commissioner. In all backfilling, any compressible or destructible rubbish and refuse must be removed from the excavated space before backfilling is started, except that sheeting and bracing must be left in place or removed as the work progresses as specified or directed.

C. The backfill material must be brought up evenly on each side of the structure to proposed grade. If under pavement, or within 2 feet of the proposed, future or existing pavement edge, fine aggregate backfill must be placed and compacted until the top of subgrade is reached. If the trench is not under, or adjacent to, existing, proposed or future

CHICAGO DEPARTMENT OF AVIATION L-115-7 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

pavement, then acceptable fill must be placed and compacted to proposed grade.

D. Structures excavated with sloped or bench walls must be backfilled for the full width of the excavation, as herein specified.

E. The backfill material for fine aggregate must consist of natural sand or washed crushed limestone having a FA-6 gradation conforming to Section 1003 of the Standard Specifications for Road and Bridge Construction, Illinois Department of Transportation, latest edition. Acceptable fill for backfill is defined as suitable unclassified excavation material that is non-organic, non-decayable, and non-rubble material having a maximum dry density of not less than 98 pounds per cubic foot. It will contain no rocks, stones, or broken concrete greater than 3 inches in the largest dimension. The material must be easily compactable to the required density and approved by the Commissioner.

F. Finish grading must be performed in accordance with the completed contour elevations and grades shown and must be made to blend into the existing or plan ground surfaces. All finished grading surfaces must be left smooth and free to drain. Finish grades must be brought to elevations within plus or minus 0.10 foot of elevations or contours shown.

G. Fine aggregate backfill must be placed in uniform layers not greater than 8 inches in loose thickness and thoroughly compacted in place with suitable vibratory equipment to not less than 95% of the maximum density determined by ASTM D 1557. Each lift of fill must be within +/- 2% of optimum moisture content before the succeeding lift is placed. If the backfill is acceptable fill it must be placed in uniform layers not greater than 12 inches in loose thickness and each layer compacted to 85% of maximum density as determined by ASTM D 1557.

H. Backfill compaction must be tested and monitored by the Contractor. All material and backfill operations may be subjected to testing by the Commissioner with the assistance of the Contractor.

I. Backfilling is not to be placed against any structure until permission is given by the Commissioner. In the case of concrete, such permission will not be given until the concrete has been in place a minimum of seven (7) days, or until tests made by the Contractor’s QC organization and tested by the Contractor’s approved laboratory, subject to the verification by the laboratory under supervision of the Commissioner establish that the concrete has attained sufficient strength to provide a

CHICAGO DEPARTMENT OF AVIATION L-115-8 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it.

J. The suitability of compacting equipment must be acceptable to the Commissioner. Tamping rollers (generally referred to as Sheepsfoot Rollers) will be considered the proper type of equipment for compaction of cohesive soils and vibratory/mechanical tamping equipment will be applicable for compacting granular soils. In all cases, the adequacy of the equipment will be determined by the Commissioner.

K. Any depression which may develop from settlement in backfilled areas within 1 year after the work is fully completed and accepted must be the responsibility of the Contractor. The Contractor must provide as needed, at his own expense, additional backfill material, pavement, base replacement, permanent pavement repairs on replacement and must perform the necessary reconditioning and restoration work to bring such depressed areas to proper grade as acceptable to the Commissioner.

3.05 HEIGHT ADJUSTMENT OF ELECTRICAL MANHOLES AND HANDHOLES

A. Where indicated on the Drawings and as directed by the Commissioner, existing manholes and handholes are to be adjusted to meet new finish grade elevations in accordance with the typical sections as detailed on the Plans. New grade elevations for existing manhole and handholes must match the proposed pavement and/or finish grade elevation at the specified location.

B. When frames or fittings are to be placed upon previously constructed manholes, handholes, and structures, the bearing surfaces are to be brought true to line and grade. The unit is to be set in mortar beds and anchored to the existing manhole or handhole as indicated on the Drawings and as directed and the Commissioner. All units are to be set firm and secure.

C. Areas around electrical manholes and handholes that have been disturbed or removed during construction must be restored to meet original conditions as outlined in Paragraph 3.08. Restoration work will not be measured and paid for separately. This work is to be included in the unit price for electrical manhole adjustment.

CHICAGO DEPARTMENT OF AVIATION L-115-9 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

3.06 APPLICATION OF EPOXY CONCRETE BONDING ADHESIVE

A. Where shown on the detail the epoxy concrete bonding adhesive is to be uniformly applied to coat the entire surface of the concrete remaining in place.

3.07 CLEANING AND RESTORATION OF SITE

A. After the backfilling is completed, the Contractor is to dispose of all surplus material, soil, and rubbish from the site. Excess dirt and excavated material must be sorted and embanked within the project limits, or as directed by the Commissioner, in accordance with Section P-152, and must be considered incidental to the work. The Contractor must restore all disturbed landscape areas to their original condition. Where the original condition is grass, topsoil and sod or permanent seeding must be used for restoration as shown on the Drawings. All costs of restoration must be included in the Contract unit price. Any future settlement of backfill or trenches must be restored at the Contractor’s expense.

3.08 GROUNDING

A. All non-current-carrying metallic parts of equipment and exposed metal in electrical handholes and manholes must be securely grounded to the grounding conductor. New conductors must be installed in a neat and workmanlike manner and must be securely held in place by means of straps spaced at proper intervals. Exothermic welds must be used to make connections to grounding systems. The grounding requirement is 5 ohms.

B. A ground rod must be installed in the floor of all concrete structures so that the top of the rod extends 6 inches (154 mm) above the floor. The ground rod must be installed within 1 foot of a corner of the concrete structure. Ground rods must be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor must drill a 4-inch diameter hole into the earth to receive the ground rod. The hole around the ground rod must be filled throughout its length, below slab, with Portland cement grout. Ground rods must be installed in precast bottom slab of structures by drilling a hole through the bottom slab and installing the ground rod. Bottom slab penetration must be sealed watertight with Portland cement grout around the ground rod.

C. For handholes a grounding bus of 4/0 green insulated Type XHHW, stranded copper must be looped around the concrete structure walls

CHICAGO DEPARTMENT OF AVIATION L-115-10 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

and exothermically bonded to the ground rod. The ground bus must be a minimum of 1 foot above the floor of the structure and separate from other cables. No. 2 AWG green insulated Type XHHW, copper pigtails must bond the grounding bus to all metal hardware within the concrete structure. Connections to the grounding bus must be exothermic.

D. For manholes, a grounding bus of 4/0 AWG bare stranded copper must be looped around the concrete structure walls and exothermically bonded to the ground rod. The ground bus must be a minimum of 1 foot above the floor of the structure and separate from other cables. Size 2 AWG bare copper pigtails must bond the grounding bus to all metal hardware within the concrete structure. Connections to the ground bus must be by exothermic welding.

3.09 INTERFERENCE WITH OPERATION

A. The normal operating functions of the Airport will be continued while the work under the Contract is being accomplished. Operations and work in some areas will be permitted only at specific times and suitable weather conditions. The installation of equipment and the opening of vital circuits must be done only for minimum intervals at such times and with such restrictions as accepted and agreed upon by the Commissioner and may be required during non-regular working hours. The installation of temporary wiring may also be required to permit operations and work in certain areas.

3.10 EXISTING MANHOLE CLEANING AND DEGASSING A. Pump out any water that may have accumulated in the existing manholes that are a part of the Underground Distribution system where work is to be performed. Remove all dirt and debris from the manholes and dispose of the refuse properly. B. Pump liquid out of manhole where the work will occur. 1. Pump all clean water to a storm sewer or vegetated swale. 2. Pick up any oil on top of water by a vacuum truck and properly dispose of per regulations.

C. Examine the adjacent manholes and pump the liquid out of them to a level below the ducts running to the manhole to be worked in. The liquid level in the adjacent manholes is to be held below the level of these ducts during the work period.

D. Wash the walls and floor of the manhole that is to be worked in with water. Do not direct water against the cables.

CHICAGO DEPARTMENT OF AVIATION L-115-11 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

E. Pump the sediment laden wash water directly into a sediment trap, into a ditch or temporary ditch that leads to a sediment trap, or into sediment containing filter bag that leads to an existing storm sewer or vegetated swale. Discharge hose must have filter fabric or filtering device per EPA requirement.

F. Gas test the manhole. 1. The first step is to gas test for explosive hydrocarbon and hydrogen sulfide. 2. If the manhole tests satisfactory for these gases, then test the manhole for the presence of benzene. 3. The level of concentrations of gas must not exceed those allowed under the Williams-Steiger Occupational Safety and Health Act of 1970. A higher concentration of gas can be tolerated for a shorter duration (in accordance with the Safety and Health Act).

G. If it is found necessary to decrease the concentration of gas to an acceptable level, fresh air is to be blown into the manhole and exhaust blowers are to be used on adjacent manholes.

H. If the concentration of gas will permit exposure for a short duration, but is too high for an extended exposure, plug the ducts to adjoining manholes, using untapped, unoiled jute packing (Oakum) or conduit seals. If necessary, blowers are to be used during the plugging operations. 1. Continue to operate the blowers until the gas concentration is acceptable. This may require overnight operation. 2. Manholes may be further cleaned by using sawdust or mulch to absorb water and oil from manhole floors. This absorptive material is to be removed when the work in the manhole is finished.

I. Removing the covers from both the manhole to be worked in and the adjacent manholes is also helpful. These covers should be left off after the manholes are pumped out and until the degassing work is completed. Provide barricades for open manholes.

J. All manholes in the work area, affected by this Contract are to be kept clean during the term of this Project. 1. The presences of liquids, fumes, litter or debris will not be tolerated.

CHICAGO DEPARTMENT OF AVIATION L-115-12 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

2. The manhole cleaning and degassing requirement with appropriate and approved modifications, is to be used to obtain clean and dry manholes during the construction period. 3. Inspection of manholes to maintain the above criteria will be done periodically as directed by the Commissioner.

4 METHOD OF MEASUREMENT

4.01 MEASUREMENT

A. Manhole and handhole cleaning and degassing, excavation, backfilling, restoration, and appurtenant items will not be measured separately, but will be considered included in the unit price for pay item requiring the work.

B. Manholes, handholes and adjustments to manholes or handholes must be measured by the number of units installed, measured in place, completed, and accepted.

C. Handholes and Manholes for FAA, CED and all other uses are included in the same pay item. Individual structure covers will be per table contained in L-115-2.05(H) 5 BASIS OF PAYMENT

5.01 PAYMENT A. Payment will be made at the Contract unit price for each type of manhole and handhole completed and accepted by the Commissioner. This price includes full compensation for furnishing all materials; for all preparation, assembly, and installation of these materials; for all dewatering, temporary earth retention system, excavation and backfilling, for all restoration of disturbed areas and for all labor, equipment, tools, and accessories including frame and cover, cable support rack and inserts, ground rod and grounding, ladders and rungs, cable pull irons, other embeds, completion of the MH or HH As- Built Checklist, French Drain Sump or piped drain connection necessary to complete this item as required by these Specifications and as detailed on the Contract Drawings.

B. Payment will be made under the following item:

ITEM NO. DESCRIPTION UOM COMMON ELECTRIC DUCT HANDHOLE, L-115-01 EA AIRCRAFT-RATED

CHICAGO DEPARTMENT OF AVIATION L-115-13 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

ITEM NO. DESCRIPTION UOM COMMON ELECTRIC DUCT HANDHOLE, NON L-115-02 EA AIRCRAFT-RATED

L-115-03 CED MANHOLE EA

L-115-04 EA CED MANHOLE CLUSTER, 2-STRUCTURE

L-115-05 EA CED MANHOLE CLUSTER, 3-STRUCTURE

L-115-06 CED DEEP MANHOLE CLUSTER, 3- EA STRUCTURE

L-115-07 EA CED MANHOLE CLUSTER, 4-STRUCTURE

L-115-08 EA CED MANHOLE CLUSTER, 5-STRUCTURE

L-115-09 CED MANHOLE CLUSTER, 5-STRUCTURE, EA AIRCRAFT RATED

L-115-10 COMED MANHOLE, STRAIGHT TYPE EA

L-115-11 COMED MANHOLE, “T” TYPE EA

COMED MANHOLE, STRUCTURE L-115-12 EA ADJUSTMENT

L-115-13 CED MANHOLE CLUSTER, 6-STRUCTURE EA

END OF SECTION L-115

CHICAGO DEPARTMENT OF AVIATION L-115-14 RUNWAY 9C-27C BID PACKAGE NO. 1 ELECTRICAL MANHOLES AND HANDHOLES OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 7,2017

WARM MIX ASPHALT CONCRETE PAVEMENTS SECTION P-405(WMA)

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Work under this Section is subject to the requirements of the Contract Documents.

B. This Section covers the production and installation of warm mix asphalt (WMA) flexible pavement using acceptable WMA Systems and Additives. The Contractor must define and submit with the bid, the proposed WMA System and Additive to be used in the Project with supporting data indicating that the Contractor/Subcontractor has successfully used the System/Additive or that the specified System/Additive has been successfully used on other airfield pavement projects including at least one reference with contact information of the airfield project(s). Acceptable WMA additives and/or processes include among others, Rediset WMX (AKZ0 Nobel), Sasolwax (Sasobit), Evotherm (MeadWestvaco), Double Barrel Green (Astec Industries), Green Machine (Gencor Industries), and Terex WMA System (Terex Roadbuilding).

C. The WMA shall consist of mineral aggregate, reclaimed asphalt pavement (RAP) / fractionated RAP (FRAP) / reclaimed asphalt shingles (RAS), PG binders and additives mixed in a central mixing plant and placed as warm mix asphalt pavement in accordance with this Specification.

D. Per IDOT SSRBC, Hot Mix Asphalt (HMA) Base course will be considered Hot Mix Asphalt Binder courses with an IL19.0 size.

E. Furnish and install all Bituminous Concrete Pavements as shown on the Drawings and as specified herein, including but not limited to the following:

Furnishing, placing and compacting bituminous base, leveling course, temporary ramps, and surface courses. This work will apply to the base course under the PCC pavement and the bituminous components of the runway shoulders, and taxiway shoulders, and blast pads. This work also applies to roadways, parking areas, and temporary bituminous pavement.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-1 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

1.02 RELATED WORK

A. Section P-602 Bituminous Prime Coat

B. Section P-603 Bituminous Tack Coat

1.03 REFERENCES

A. ”Standard Specifications for Road and Bridge Construction” (SSRBC), Illinois Department of Transportation, latest edition.

B. IDOT Special Provision Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) Effective: November 1, 2012; Revised: April 1 , 2014.

1.04 SUBMITTALS

A. Submit the following for review and approval by the Commissioner:

1. Warm Mix Asphalt (WMA) system and additives.

2. Data that the WMA System/Additive has been successfully used on an airfield pavement project(s) including at least one reference with contact information of the airport project(s).

3. Mix Designs for Base and Surface courses.

4. Current material certifications from IDOT.

5. Contractor QC Addendum in accordance with the IDOT SSRBC and the Special Requirements of this Specification.

1.05 SPECIAL REQUIREMENTS

A. Reference Standards - The Work is subject to the requirements of applicable portions of Section 355 (Base Course), Section 406 (Binder and Surface Courses), Section 1030, Section 1031 (RAP) and other articles referenced within Sections 355, 406, 1030 or other Sections or Articles cited elsewhere in the Specifications of the following:

1. "Standard Specifications for Road and Bridge Construction" prepared by the Illinois Department of Transportation, latest edition, and the supplemental Specifications and recurring special provisions (separate book). The "Standard Specifications for Road and Bridge Construction" is referred to in the following Articles as the "Standard Specifications" and except as may be otherwise stated, the work to be done under

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-2 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

this Section must conform to the requirements of said "Standard Specifications.”

2. Where the "Standard Specifications" refer to the "Engineer" it will be understood to mean "Commissioner”, except in cases where it is deemed to be QC testing by the Contractor.

3. This work is subject to applicable provisions of the latest IDOT special provision on requirements for Hamburg Wheel and Tensile Strength testing during the mix design and during production. Refer to the latest IDOT Hot Mix Asphalt-Mix Design Verification and Production (BDE) Effective November 1, 2013 for the Hamburg Wheel and Tensile Strength tests criteria.

4. This work is subject to provisions of the IDOT District 1 Special Provision on Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) Effective: November 1, 2012; Revised: April 1, 2014 or latest edition.

5. Prime coat and tack coat must be in accordance with Sections P-602 and P-603, respectively.

6. Standard Specifications articles referring to “Method of Measurement’ and Basis of Payment” are not applicable.

7. Asphalt plants must meet the requirements of SSRBC Article 1102.01 for hot-mix asphalt (HMA) inclusive of policy memoranda and permissive use per mix Class I or otherwise, except as modified to allow use of Warm Mix Asphalt (WMA).

B. Requirements for Warm Mix Asphalt (WMA)

1. Grade Bump Reduction due to RAP – If the Contractor intends to use ≥ 20% RAP, the Contractor must indicate in the Mix Design and their QC Addendum, the proposed RAP % and the proposed PG binder grade bump reduction. The reduced grade when combined with the RAP must result in the final effective PG as indicated in the Mix Design or the PG parameters on Table 1 of this Specification.

2. Mix Verification – For WMA technologies that cannot be replicated in the laboratory, the Contractor must indicate in their QC Addendum steps the Contractor will take to verify that the mix will be suitable for the proposed application.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-3 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

3. Determination of Moisture Sensitivity – Contractor must indicate in their QC Addendum, actions the Contractor will take to ensure the WMA will not be susceptible to moisture damage. a. If the WMA system to be used is a system that incorporates water, the Contractor must submit in his Quality Control Plan, how the water will be controlled and monitored. b. The Contractor’s Quality Control Plan must include monitoring of the moisture content of the aggregates used for production and the moisture content of the mixture. 1. The moisture content of both fine and coarse aggregates used for production must be determined twice per day in accordance with ASTM C 566. 2. The moisture content of the mixture must be determined once per lot or at least once per day, in accordance with ASTM D 1461. If it exceeds 0.5 percent by weight of dry mix, the Contractor must cease production until an action acceptable to the Commissioner is taken.

4. Proposed Mix Production Temperature – Contractor to determine what WMA technology is being proposed, what temperature reduction is expected and what production temperature range the Contractor anticipates running the WMA.

5. Anti-Strip (A-S) Additive – Anti-strip additives must be used. Only chemical additives are to be used between the months of November and April.

6. Manufacturer’s Representative – Contractor must arrange for a representative of the WMA technology/equipment during the initial production at his own cost.

7. Opening to Traffic – The Contractor at the completion of the Mix Design and placement of the test section must determine the appropriate time/temperature of the pavement for opening to traffic to prevent rutting.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-4 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

1.06 QUALITY CONTROL AND QUALITY ASSURANCE (QC/QA)

A. QC/QA for the work must be in accordance with SSRBC Article 1030.05 of the Standard Specifications.

1. Quality control of bituminous production and paving including providing testing laboratory at the plant, all QC tests and inspections at the plant and in the field, corrective actions, maintenance of QC plan and control charts and other quality control activities required in Article 1030.05 of the Standard Specifications will be performed by the Contractor. The cost for all QC testing will be borne by the Contractor and included in the price for the bituminous concrete pavements.

2. A test section of at least 500 tons must be performed to verify the mix parameters at the plant and laydown performance at the project site.

3. Quality assurance bituminous paving inspections and tests specified herein, or deemed required by the Commissioner, will be performed by a testing laboratory employed by the Commissioner. The Contractor must cooperate with said testing laboratory in every respect by providing samples for testing and necessary facilities at the job site for field tests and sample procurement. All sampling, coring including filling up of core holes, and delivering samples to the QA laboratory will be performed by the Contractor at the Contractor’s cost. The cost for QA testing will be paid by the Commissioner.

4. Tests must include analysis and determination of the quality of various bituminous compositions, including air voids, VMA, density, etc., base material, and compaction of bituminous paving, verifying design as indicated or required.

1.07 WARRANTIES AND GUARANTEES

The Contractor must repair or replace defective materials and workmanship during the Contract Period and for one (1) year from the date of Substantial Completion of the Project.

PART 2 PRODUCTS

2.01 MATERIALS

A. Materials must be of the best quality throughout, using approved aggregates and bituminous materials.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-5 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

1. Coarse and fine aggregates must be supplied from sources certified per the Aggregate Gradations Control System (AGCS) by the IDOT Bureau of Materials and Physical Research. Certifications must be submitted to the Commissioner.

2. Reclaimed Asphalt Pavement (RAP) will not be allowed in mixtures containing polymer modified asphalt binder. RAP must be in accordance with SSRBC Article 1031.

3. The WMA system and additives must be approved by the Commissioner.

It is the intent of the Specifications to indicate the standards of construction desired and the Contractor must, before starting this work, submit to the Commissioner for approval, mix proportions he intends to use and the means and methods of construction he intends to employ. The Contractor must provide a certified technician to monitor the rolling pattern and compaction of the bituminous courses and control the paving process to maintain the complete installation within Specifications.

B. Reclaimed Asphalt Pavement (RAP), Fractionated RAP (FRAP), and Reclaimed Shingles (RAS) may be used subject to the requirements of the IDOT Special Provision Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) Effective: November 1, 2012; Revised: April 1, 2014 or latest edition:

1. Description, production, stockpiling, and testing of RAP, FRAP, and RAS (Type 1 and Type 2) shall meet all requirements of the IDOT Special Provision.

2. The percentage virgin asphalt binder replacement when RAP is used alone or RAP is used in conjunction with RAS, shall not exceed the amounts listed in the Table for RAP/RAS Maximum Asphalt Binder Replacement (ABR) Percentage for the given N Design, and base or surface course designations.

3. The percentage of virgin asphalt binder replacement when FRAP is used alone or FRAP is used in conjunction with RAS, shall not exceed the amounts listed in the Table for FRAP/RAS Maximum Asphalt Binder Replacement (ABR) Percentage for the given N Design, and base or surface course designations.

4. If the production temperatures of the WMA technology do not exceed 275 F, the high and low virgin asphalt binder grades

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-6 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

shall each be reduced by one grade when the ABR exceeds 25 percent (i.e., 26 percent binder replacement will require a virgin asphalt binder grade of PG64-22 to be reduced to PG58-28).

C. Bituminous base course under runway, taxiway and taxilane concrete mainline pavements and shoulders must be in accordance with Section 355 of the “Standards Specifications.”

D. Bituminous surface course on runway shoulders and taxiway shoulders must be in accordance with Section 406 of the “Standards Specifications.”

E. Bituminous base course for roadways and parking areas must be as specified in Section 406 of the “Standards Specifications.”

F. Bituminous mixes for airside and landside roadways and pavements must be in accordance with Section 406 (for surface and base courses) and Section 355 (for base course) of the “Standard Specifications.” G. Protection - Protect materials against damage from mechanical abuse, salts, acids, and other foreign matter by an approved means during transportation, storage and placement and until completion of construction work. All unsatisfactory materials must be removed from the premises, and all damaged materials replaced with new materials.

*Per IDOT SSRBC, Hot Mix Asphalt (HMA) Base course will be considered Hot Mix Asphalt Binder course with an IL-19.0 size.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 OH.6143.200.50.322 P-405(WMA)-7 WARM MIX ASPHALT CONCRETE PAVEMENTS ISSUED FOR ADDENDUM #3, MARCH 07, 2017

TABLE 1 - P-405 BITUMINOUS CONCRETE PAVEMENT MIX DESIGN PARAMETERS

LANDSIDE PAVEMENTS PAVEMENT ESAL N IDOT MIX BAS / THICKNESS AIR ASPHALT MAX. ABR for USAGE DESIGN DESIGNATION SURFACE (Inches) VOIDS BINDER RAP, RAP/RAS, COURSE FRAP, FRAP/RAS (1) 70 IL-9.5 Surface 1 1/2 4% PG 64-22 (1) Parking Lot High 70 IL-19.0 Base 2 1/2 4% PG 64-22 (1) 50 IL-19.0 Base 6 2% PG 58-22 (1) IL-9.5 or 70 Surface 2 4% PG 64-22 (1) IL-12.5 Service Road High 70 IL-19.0 Base 3 4% PG 64-22 (1) 50 IL-19.0 Base 6 2% PG 58-22 (1) 30 IL-9.5 or Surface 1 1/2 3% PG 58-22 (1) Access Road Low IL-12.5 30 IL-19.0L Base 2 1/2 4% PG 58-22 (1) (1) Maximum ABR for RAP, RAP/RAS, FRAP, FRAP/RAS as allowed per IDOT Special Provision Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) Effective: November 1, 2012; Revised: April 1, 2014 or latest

PART 3 EXECUTION

AIRFIELD (AIRSIDE) PAVEMENTS PAVEMENT USAGE N IDOT MIX BASE/ THICKNESS AIR ASPHALT MAX. ABR DESIGN DESIGNATION SURFACE (Inches) VOIDS BINDER forRAP, COURSE RAP/RAS, FRAP, FRAP/RAS (1) Runway Base Course Under PCC Pavement 50 IL-19.0 Base 6 4% PG 58-22 (1)

Taxiway Base Course Under 50 IL-19.0 Base 6 4% PG 58-22 (1) PCC Pavement Runway/Taxiway Shoulders, 70 IL-9.5 or Surface 3 4% PG 64-22 (1) Blast Pad IL-12.5 50 IL-19.0 Base 4 2% PG 58-22 (1) IL-9.5 or 70 Surface 2 4% PG 64-22 (1) IL-12.5 Airside Service Road 70 IL-19.0 Base 3 4% PG 64-22 (1)

50 IL-19.0 Base 6 2% PG 58-22 (1) Fire Rescue Road / Snow IL-9.5 or 70 Surface 3 4% PG 64-22 (1) Equipment Staging Area IL-12.5 70 IL-19.0 Base 6 4% PG 64-22 (1) 70 IL-9.5 or Surface 1 1/2 4% PG 64-22 (1) Perimeter Road IL-12.5 70 IL-19.0 Base 2 1/2 4% PG 64-22 (1) Access Road Within RSA IL-9.5 or and TSA (Incl. Access to 30 Surface 2 3% PG 58-22 (1) IL-12.5 FAA Facilities) (1) Maximum ABR for RAP, RAP/RAS, FRAP, FRAP/RAS as allowed per IDOT Special Provision Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) Effective: November 1, 2012; Revised: April 1, 2014 or latest 3.01 INSPECTION AND VISUAL EVALUATION OF PAVEMENT

A. The Contractor must not commence bituminous paving work in this Section until the underlying course has been accepted by the

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 P-405(WMA)-8 WARM MIX ASPHALT CONCRETE PAVEMENTS OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 07, 2017

Commissioner. This must be agreed to in a written document by the Contractor and the Commissioner.

B. Visual evaluation of airfield pavements (runway shoulder, taxiway shoulder, base course under PCC pavement, and blast pad) – The Contractor and his/her paving subcontractor, Quality Control Testing Laboratory and WMA System/Additive manufacturer’s representative are required to attend the joint visual evaluation of the installed pavement with the Commissioner (CM), the FAA AAS-100 Civil Engineer or designee, and the Consultant/Designer, at the following schedules:

1. Prior to opening of the bituminous pavement to traffic or placement of PCC.

2. One month after traffic if any locations are subjected to traffic.

3. Three or six months after traffic, whichever, if either, deemed needed at the time of the one month review or if no areas trafficked, one year after placement.

The Commissioner (CM) will coordinate the joint visual evaluations.

3.02 MATERIAL TRANSFER DEVICE

A. The Material Transfer Device must be used for the placement of the WMA concrete base and surface courses on the Runways, Taxiways, and Shoulders. The Material Transfer Device speed must be adjusted to the speed of the paver to maintain a continuous, nonstop paving operation.

B. The Material Transfer Device must have a minimum surge capacity of 25 tons, must be self-propelled and capable of moving independently of the paver, and must be equipped with the following:

1. Front Dump Hopper and Conveyor. The conveyor must provide a positive restraint along the sides of the conveyor to prevent material spillage.

2. Paver Hopper Insert. The paver hopper insert must have a minimum capacity of 14 tons.

3. Mixer/Agitator Mechanism. This re-mixing mechanism must consist of a segmented, anti-segregation, re-mixing auger or two full length longitudinal paddle mixers designed for the purpose of re-mixing the bituminous material. The longitudinal paddle mixers must be located in the paver hopper insert.

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 P-405(WMA)-9 WARM MIX ASPHALT CONCRETE PAVEMENTS OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 07, 2017

3.03 INSTALLATION

A. The pavements must be finished to indicated grades, slopes and elevations and must meet existing or established grades as applicable. All work required to adapt to existing conditions to obtain proper transition between the new work and the existing must be performed. No depressions or waves will be permitted over 1/4 inch in 10 feet, non-cumulative. WMA concrete must not be placed upon a wet surface or when the temperature of the underlying course is less than specified in Table 2. The temperature requirements may be waived by the Commissioner, if requested in writing and a cold weather paving plan has been submitted and approved; however, all other requirements including compaction must be met.

TABLE 2 Base Temperature Limitations Mat Thickness Base Temperature Deg. F

3 in. or greater 40 Greater than 1 in. but less than 3 in. 45 1 in. or less 50

B. The underlying course must have been previously placed and compacted as specified in the applicable Sections of the Specifications. Before proceeding, the Contractor must carefully examine the underlying course and must perform any minor grading, shaping, filling or other preparatory work required, in the opinion of the testing laboratory or the Commissioner, to properly install the bituminous pavement.

C. Bituminous concrete base course under runway shoulders, taxiway and taxilane shoulders must be placed as Specified in Section 355 of the "Standard Specifications.”

D. Bituminous concrete base and surface courses must be placed as specified in Section 406 of the "Standard Specifications.” Rolling must be done on each of the separate courses by utilizing a test strip to determine the maximum obtainable density and must be continued until the required density is obtained. If there is any doubt as to the adequacy of the bituminous courses, cores must be taken and density checked as specified in Section 406 of the Standard Specifications to determine if the placed mix conforms to the approved mix.

E. Protection - Adequate barriers must be provided to prevent the movement of traffic over the bituminous pavement until it has set for at

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 P-405(WMA)-10 WARM MIX ASPHALT CONCRETE PAVEMENTS OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 07, 2017

least 24 hours. Also, the Contractor must be responsible for any damage to adjacent pavements caused by the paving operations.

F. Inspection - All thicknesses shown on the Plans are measured after compaction and are subject to inspection and approval. The Contractor must patch any core holes and cuts made for inspection and density tests, as part of the work. Tolerances in surface must be as specified.

3.04 GENERAL CLEAN-UP

A. All rubbish and debris resulting from the Work of this Section must be collected, removed from the site and disposed of legally.

B. All work areas must be left in a broom clean condition.

PART 4 METHOD OF MEASUREMENT

4.01 MEASUREMENT

A. WMA Concrete Pavements will be measured by the number of tons of each bituminous mixture used in the accepted work in accordance with SSRBC Article 406.13. Recorded truck scale weights will be used to determine the basis for the tonnage. However, payment will not be made for bituminous mixture in excess of 100% of the theoretical weight in tons as computed by the Commissioner. For locations with pavement replacement following utility installation, the maximum pavement area for payment shall be the maximum trench width plus 2 feet.

B. A test strip required for asphalt pavement will be measured per unit placed and accepted. Work includes the preparation, paving, and removal of each test strip for the associated pavement course. Failed test strips are to be repeated at no additional cost to the City.

PART 5 BASIS OF PAYMENT

5.01 PAYMENT

A. Payment for WMA Concrete Pavements will be made at the Contract unit price per ton for each bituminous mixture placed and accepted by the Commissioner. The price will be full compensation for furnishing all materials, for all preparation, mixing and placing of those materials, and for all labor, equipment, tools and all work necessary to complete the item.

B. Payment for Bituminous Concrete Testing – Test Strip will be made for all preparation, mixing and placing of those materials, and for all labor,

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 P-405(WMA)-11 WARM MIX ASPHALT CONCRETE PAVEMENTS OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 07, 2017

equipment, tools and all work necessary to complete the test strip for each course of pavement. C. Payment will be made under the following items:

ITEM NO. DESCRIPTION UOM BITUMINOUS CONCRETE BASE COURSE, IL- P-405(WMA)-01 TON 19.0, N50 (WMA) (2% OR 4% AIR VOIDS) BITUMINOUS CONCRETE SURFACE COURSE, P-405(WMA)-02 TON IL-9.5, N70 (WMA) BITUMINOUS CONCRETE BASE COURSE, IL- P-405(WMA)-03 TON 19.0, N70 (WMA) BITUMINOUS CONCRETE TESTING – TEST P-405(WMA)-04 LS STRIP

END OF SECTION P-405(WMA)

CHICAGO DEPARTMENT OF AVIATION RUNWAY 9C -27C BID PACKAGE NO. 1 P-405(WMA)-12 WARM MIX ASPHALT CONCRETE PAVEMENTS OH.6143.200.50.322 ISSUED FOR ADDENDUM #3, MARCH 07, 2017

8 7 6 5 4 3 2 1

SHEET NO. SHEET TITLE SHEET NO. SHEET TITLE

CP-323 PROPOSED PAVEMENT MARKING PLAN EA-222 PROPOSED INTERIM SIGNING PLAN CP-326 PROPOSED PAVEMENT MARKING PLAN EA-231 PROPOSED INTERIM SIGNING PLAN CP-331 PROPOSED PAVEMENT MARKING PLAN EA-233 PROPOSED INTERIM SIGNING PLAN H H CP-333 PROPOSED PAVEMENT MARKING PLAN - STAGE 1 EA-234 PROPOSED INTERIM SIGN SCHEDULE CP-333A PROPOSED PAVEMENT MARKING PLAN - FINAL CONDITION EA-235 PROPOSED INTERIM SIGN SCHEDULE - PHASE II CP-340 PAVEMENT MARKING DETAILS EA-248 PROPOSED SIGN SCHEDULE O'HARE INTERNATIONAL AIRPORT CP-341 PAVEMENT MARKING DETAILS EA-249 PROPOSED SIGN SCHEDULE CITY OF CHICAGO CP-341A PAVEMENT MARKING DETAILS EA-252 TAXIWAY EDGE LIGHT FIXTURE ASSEMBLY SCHEDULE DEPARTMENT OF AVIATION CP-342 GROOVING DETAILS EA-253 TAXIWAY EDGE LIGHT FIXTURE ASSEMBLY SCHEDULE EA-254 TAXIWAY EDGE LIGHT FIXTURE ASSEMBLY SCHEDULE RAHM EMANUEL MAYOR EA-030 PROPOSED HOMERUN CIRCUITS (NORTH VAULT) EA-255 TAXIWAY EDGE LIGHT FIXTURE ASSEMBLY SCHEDULE GINGER S. EVANS EA-031 PROPOSED HOMERUN CIRCUITS EA-256 RUNWAY DECOMMISSIONING EDGE LIGHT FIXTURE ASSEMBLY SCHEDULE COMMISSIONER EA-032 PROPOSED HOMERUN CIRCUITS (SOUTH VAULT) EA-257 RUNWAY 9C EDGE LIGHTS AND CENTERLINE LIGHTS SCHEDULE CIRCUIT #390 OVERVIEW PHASE 1 RUNWAY 9C EDGE LIGHTS AND CENTERLINE LIGHTS SCHEDULE G EA-033 EA-258 G EA-033A CIRCUIT #390 OVERVIEW ULTIMATE CONDITION EA-259 RWY 9C TDZ LIGHT FIXTURE ASSEMBLY SCHEDULE EA-034 CIRCUIT #350 OVERVIEW EA-260 RWSL LIGHT FIXTURE ASSEMBLY SCHEDULES EA-035 CIRCUIT #392 OVERVIEW EA-261 MISCELLANEOUS LIGHT FIXTURE ASSEMBLY SCHEDULES EA-036 CIRCUIT #360 OVERVIEW EA-262 TAXIWAY CENTERLINE LIGHT FIXTURE ASSEMBLY SCHEDULE EA-037 CIRCUIT #366 OVERVIEW PHASE 1 EA-263 TAXIWAY CENTERLINE LIGHT FIXTURE ASSEMBLY SCHEDULE EA-037A CIRCUIT #366 OVERVIEW ULTIMATE CONDITION EA-264 TAXIWAY CENTERLINE LIGHT FIXTURE ASSEMBLY SCHEDULE EA-041 NORTH AIRFIELD LIGHTING CONTROL VAULT REGULATOR PLAN EA-265 TYPE 1 MARKER LIGHT BASE AND EDGE LIGHT FIXTURE DETAILS EA-042 NORTH AIRFIELD LIGHTING CONTROL VAULT BASEMENT PLAN EA-266 TYPE 1 MARKER LIGHT BASE WITH (STEEL COVER ONLY) EA-129 PROPOSED ELECTRICAL CONSTRUCTION LEGEND EA-267 TYPE 2 MARKER LIGHT BASE & EDGE LIGHT DETAILS EA-130 PROPOSED ELECTRICAL CONSTRUCTION PLAN INDEX EA-268 AIRFIELD GUIDANCE AND DISTANCE REMAINING SIGN AND BASE DETAILS F EA-132 PROPOSED ELECTRICAL CONSTRUCTION PLAN 2 EA-268A AIRFIELD GUIDANCE SIGN AND BASE DETAILS F EA-133 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-269 IN-PAVEMENT CENTERLINE AND TDZ BASE CAN DETAILS EA-135 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-270 AIRFIELD LIGHTING WIRING AND COUNTERPOISE DETAILS EA-140 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-271 TYPICAL AIRFIELD LIGHTING DUCTBANK DETAILS EA-141 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-271A TYPICAL AIRFIELD LIGHTING DUCTBANK DETAILS EA-142 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-272 TYPICAL FAA MANHOLE AND HANDHOLE DETAILS EA-143 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-273 RUNWAY PAVEMENT SENSOR DETAILS EA-144 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-274 TAXIWAY CENTERLINE LIGHT BEAM ORIENTATION DETAILS EA-145 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-275 AIRFIELD ELECTRICAL DETAILS EA-148 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-276 AIRFIELD ELECTRICAL DETAILS EA-149 PROPOSED ELECTRICAL CONSTRUCTION PLAN E E EA-151 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-300 FAA REFERENCE DETAILS EA-152 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-301 FAA REFERENCE DETAILS EA-153 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-302 FAA REFERENCE DETAILS EA-156 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-303 FAA REFERENCE DETAILS EA-161 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-304 FAA REFERENCE DETAILS EA-162 PROPOSED ELECTRICAL CONSTRUCTION PLAN EA-305 FAA REFERENCE DETAILS EA-163 FUTURE RUNWAY STATUS LIGHT CONSTRUCTION PLAN EA-306 FAA REFERENCE DETAILS EA-164 FUTURE RUNWAY STATUS LIGHT CONSTRUCTION PLAN EA-307 FAA REFERENCE DETAILS D EA-165 ALSF II FOUNDATION PLAN AND DETAILS EA-166 RUNWAY 9C ALSF II FOUNDATION PLAN AND ELEVATION DETAILS ES-100 HANGAR ROAD LIGHTING PLAN D EA-167 FAA HANDHOLE SCHEDULE AND DUCTBANK DETAILS ES-101 HANGAR ROAD ELECTRICAL DETAILS EA-168 RUNWAY 9C ALSF II WIRING INSTALLATION DIAGRAM ES-130 SMS KEY PLAN EA-170 PROPOSED ELECTRICAL WIRING AND SIGN PLAN INDEX ES-131 COMPOSITE UTILITIES PROPOSED PLAN EA-172 PROPOSED ELECTRICAL WIRING PLAN ES-132 COMPOSITE UTILITIES PROPOSED PLAN EA-173 PROPOSED ELECTRICAL WIRING PLAN ES-133 COMPOSITE UTILITIES PROPOSED PLAN EA-175 PROPOSED ELECTRICAL WIRING PLAN ES-134 COMPOSITE UTILITIES PROPOSED PLAN

ES-135 COMPOSITE UTILITIES PROPOSED PLAN APPROVED AS WORKING PLAN BY: EA-180 PROPOSED ELECTRICAL WIRING PLAN ES-136 COMPOSITE UTILITIES PROPOSED PLAN C EA-181 PROPOSED ELECTRICAL WIRING PLAN ES-137 COMPOSITE UTILITIES PROPOSED PLAN C EA-182 PROPOSED ELECTRICAL WIRING PLAN ES-150 ELECTRICAL DETAILS AND SCHEDULES EA-183 PROPOSED ELECTRICAL WIRING PLAN ES-151 COMED SECTIONALIZER PAD DETAIL EA-184 PROPOSED ELECTRICAL WIRING PLAN ES-152 COMED TRANSFORMER PAD DETAIL

n EA-188 PROPOSED ELECTRICAL WIRING PLAN ES-153 HANGAR ROAD ELECTRICAL DETAILS 2 03/07/17 ISSUED FOR ADDENDUM NO. 3 g d .

3 EA-189 PROPOSED ELECTRICAL WIRING PLAN ES-154 ELECTRICAL DETAILS 1 2/16/17 ISSUED FOR ADDENDUM NO. 1 A _

X EA-191 PROPOSED ELECTRICAL WIRING PLAN 12/23/16 ISSUED FOR BID E

D PROPOSED ELECTRICAL WIRING PLAN PROPOSED GROUND RUN UP ENCLOSURE SITE N EA-192 S-001 REV DATE DESCRIPTION I _

7 PROPOSED ELECTRICAL WIRING PLAN EXISTING GROUND RUN UP ENCLOSURE SHEET-01 0 EA-193 S-002 PROJECT NAME: 0 - I PROPOSED ELECTRICAL WIRING PLAN EXISTING GROUND RUN UP ENCLOSURE SHEET-02 G EA-196 S-003 - 2

2 PROPOSED ELECTRICAL WIRING PLAN EXISTING GROUND RUN UP ENCLOSURE SHEET-03 O'HARE INTERNATIONAL AIRPORT 3 EA-200 S-004 . 0

0 B PROPOSED ELECTRICAL WIRING PLAN EXISTING GROUND RUN UP ENCLOSURE SHEET-04 B 2 EA-201 S-005 . RUNWAY 9C-27C 3

4 PROPOSED ELECTRICAL WIRING PLAN EXISTING GROUND RUN UP ENCLOSURE SHEET-05 1 EA-202 S-006 BID PACKAGE #1 6 H EA-202A PROPOSED ELECTRICAL WIRING PLAN S-007 EXISTING GROUND RUN UP ENCLOSURE SHEET-06 O - P

C EA-203 PROPOSED INTERIM SIGNING PLAN \ SHEET TITLE: 7 8

3 EA-205 PROPOSED INTERIM SIGNING PLAN 5 2

1 EA-206 PROPOSED INTERIM SIGNING PLAN 0 INDEX OF SHEETS d \ s EA-210 PROPOSED INTERIM SIGNING PLAN e k a l PROPOSED INTERIM SIGNING PLAN _ EA-211 t

a DESIGNED: DRAWN: CHECKED: e

r EA-212 PROPOSED INTERIM SIGNING PLAN g M

w CFB CFB SPG p P

\ PROPOSED INTERIM SIGNING PLAN EA-213 y 9 h 2 : p

r PROPOSED INTERIM SIGNING PLAN 7 EA-214 PROJECT NO.:

u OH6143.200.322 4

: A A m 3 j PROPOSED INTERIM SIGNING PLAN

s EA-215

\ DATE: 12/23/16 w

p PROPOSED INTERIM SIGNING PLAN \ EA-218 b i 7 l SHEET NO. REVISION 1 d PROPOSED INTERIM SIGNING PLAN

0 EA-219 d 2 a / c 1 \ / : EA-221 PROPOSED INTERIM SIGNING PLAN 3 c GI-007

8 7 6 5 4 3 2 1 8 7 6 5 4 3 2 1

WORK AREAS:

AREA 1C RESTRICTIONS: (Continued) WORK AREA 1C CONSISTS OF THE DEMOLITION OF TAXIWAY J EXISTING PAVEMENT AND REPLACING IT WITH NEW PCC 1

PAVEMENT. THE GLIDE SLOPE MUST BE TURNED OFF DURING THIS TIME. ONCE THE PAVEMENT IS RESTORED TO THE AREA 1D RIPRAP FINAL GRADE AND ALL AREAS HAVE BEEN RESTORED WITHIN THE GLIDE SLOPE CRITICAL AREA, THE FAA WILL FLIGHT TAXIWAY CLOSURES IN WORK AREA 1A MUST BE IN PLACE PRIOR TO COMMENCING WITH WORK IN AREA 1D. H CHECK THE APPROACH TO TEST THE SIGNAL FROM THE ANTENNA. THE CONTRACTOR MUST CORRECT ANY DEFICIENT H EXISTING TAXIWAY G WILL BE CLOSED DURING THE TIME IT IS REQUIRED TO CONSTRUCT THE NEW ROUTE. ANY RIPRAP

AREAS THAT DO NOT MEET CRITERIA WITHIN THIS AREA. THE CONTRACTOR SHALL NOTIFY THE FAA A MINIMUM OF 30 DAYS UTILITY WORK THAT CROSSES MUST BE COMPLETED PRIOR TO PCC PAVING. ANY ADDITIONAL WORK (BORING, RIPRAP

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

RIPRAP COMMISSIONER PRIOR TO PAVING. COMPLETE. RELOCATION OF THE EXISTING GRE REQUIRES COORDINATION WITH O’HARE OPERATIONS TO SECURE A RIPRAP CLOSURE OF THE SCENIC HOLD PAD. WORK WITHIN THIS AREA IS LIMITED TO A 120 CONSECUTIVE DAY DURATION FROM A TEMPORARY BITUMINOUS TAXIWAY WILL BE INSTALLED TO CONNECT TAXIWAYS E ACROSS TO RUNWAY 9C-27C AND START OF WORK. TAXIWAY E MUST REMAIN OPEN AND OPERATIONAL AT ALL TIMES. PORTIONS OF WORK WITHIN THE G G AGAIN TO FUTURE TAXIWAY D. THIS TEMPORARY PAVEMENT WILL BE REMOVED BY OTHERS IN FUTURE WORK PACKAGES. TAXIWAY U OBJECT FREE AREA MUST BE NIGHT WORK. ALL WORK IN THIS AREA MUST BE COMPLETED BY MILESTONE #4 ALL MAJOR WORK ACTIVITIES REQUIRED TO MAKE THIS ROUTE OPERATIONAL(OUT TO THE TAXIWAY OBJECT FREE AREA) WILL BE COMPLETE BY NOVEMBER 17, 2017. ONCE COMMISSIONED, THIS TAXIWAY WILL REMAIN OPEN FOR THE REMAINDER OF THE PROJECT. MILESTONES:

AREA 1E MILESTONE 3

RIPRAP WORK AREA 1E WILL CONSIST OF RELOCATING AND MODERNIZATION OF THE GROUND RUN-UP ENCLOSURE (GRE) TO THE SUBSTANTIALLY COMPLETE ALL WORK, INCLUDING PUNCH LIST, WITHIN AREA 1C WITHIN 60 CONSECUTIVE DAYS FOLLOWING NORTHEAST CORNER OF THE SCENIC HOLD PAD ALONG WITH THE RECONFIGURING OFPAVEMENT MARKINGS AS SHOWN THE TEMPORARY SHUTDOWN OF THE GLIDE SLOPE ANTENNA, FINISHING ON OR BEFORE OCTOBER 1, 2017. IN THE DRAWINGS. THE HOLD PAD AND EXISTING TAXIWAY G WILL REMAIN CLOSED FOR THE DURATION OF THIS WORK, HOWEVER TAXIWAY E AND YY MUST REMAIN OPEN AT ALL TIMES. MILESTONE 4 SUBSTANTIALLY COMPLETE ALL WORK, INCLUDING PUNCH LIST, WITHIN AREAS 1D AND 1E ON OR BEFORE NOVEMBER 17, 2017.

THE GRE RELOCATION MUST BE COMPLETED WITHIN 120 CALENDAR DAY FROM THE TIME IT IS TAKEN OUT OF RIPRAP F SERVICE. F

RESTRICTIONS:

AREA 1C WORK AREA 1C IS AVAILABLE AT THE START OF CONSTRUCTION. WORK AREA 1C INCLUDES THE RECONSTRUCTION OF P TAXIWAY J. ALL WORK IS LIMITED TO A 60 CONSECUTIVE DAY DURATION FOLLOWING THE TEMPORARY SHUTDOWN OF THE GLIDE SLOPE ANTENNA, TO BE COMPLETED BY MILESTONE #3 TO MINIMIZE IMPACT TO THE RUNWAY 9R GLIDE SLOPE CRITICAL AREA.

ASDE-X CERTIFICATION TARGET SITE SP3 PILE

PILE

E E

RIPRAP O.S.

T T

T

RIPRAP E 1

O.S.

RIPRAP A E R

RIPRAP RIPRAP A

K D R

RIPRAP RIPRAP O

RIPRAP W D

RIPRAP

RIPRAP 0 0 + 7 0 0 1

0 0 + 6 0 0 1 0 0 + 5 0 0 1

0 5000+0 +00 003

0 5

0

+

4 0 2+0 0 500 0 0 5001+00 0

1 +

3

0

0

T 6

0

0

+

3

0

0

0

0

1

+

2

0

0

6

BITUMINOUS PAVEMENT BIT. SHOULDER 0 VOR/DME CRITICAL AREA 6 . 4 3 T I +

0 6 0 M

+ I 6

2 L 1

0

0 1

0

0

G

1 .

+

1 N A

0 I T

0 V

6 S

A P D

APPROVED AS WORKING PLAN W / T BIT. SHOULDER BIT. SHOULDER

0

0

+

1

0

0

0 0 BY:

1

+

0

0

0

6

P A

E 0 R 0 +

A 000 24+ 9 0

L 0

A 1 C I T P I 0 A +0 R R 23 IP 9 R C

C E M C D 0 / +0 22 R 9 P A O R V IP R 905+00 906+00 907+00 908+00 909+00 910+00 901+00 902+00 903+00 904+00 911+00 900+00 912+00 0 913+00 +0 914+00 21 0 9 n 915+00 916+00 920+00 P 0 917+00 918+00 919+00 A R +

IP 0

R 1

6 g EX LLWAS #1 d .

3

0

0

+ 9

A

0 6 -

E ASDE-X REMOTE UNIT BIT. SHOULDER BIT. SHOULDER #2/ LLWAS #1

1 ORD-GL-D-2824-6 0

-

0 +

0 8 0

0 0

. 6 0 7 . 5 7 C + 5 6 + T I 4 2 T 2 I 6 M

1 I . 2 M

L A I .

- L T A

G S

T VOR/DME CRITICAL AREA

G N I S

C

N 0 V I

7 0 C A V

2 + 7

- 7 P A 2

E 0 - C

P 6 9 C

9

W

/ 03/07/17 ISSUED FOR ADDENDUM NO. 3 S W 1 / R R A T / W

P 0

F 0

A +

H 3 BIT. SHOULDER BIT. SHOULDER V 6 ARFF #2 S I 0 N T 6 12/23/16 ISSUED FOR BID A G . L

P 1 I 5 M 0

- I 9 T + 0 7 . 4

H 0

0 VOR/DME CRITICAL AREA 0

+

5

0 P VOR/DME REV DATE DESCRIPTION 6 - 0

8

0 O.S. 0

0 +

4 PROJECT NAME: 0

- 6 0 0 . C 8 5 T I + PAVING LIMIT 6 M I 2 T/W F3 STA. 1502+82.00 1 G L 1

1

1 . 0

G 0 .

0

- + 1

N

A 3 I T

+ I 0 T

V 6 1 S R M A

6 I 2 DE UL 1 L P E O PAVING LIMIT PAVING LIMIT R B

SH E BIT. T. LD . SH 1 BI B U HO I O U G T. H UL . W T/W F2 STA. 1501+42.00 T/W F2 STA. 1501+42.00 SH . S LDE ER / O ER DE 2 IT R LD A UL B OUL N D HO I T ER SH

.S T LDER BIT. . SHOU B V BIT S

BIT. PAVEMENT A BIT. SHOULDER O'HARE INTERNATIONAL AIRPORT

3 BIT. SHOULDER E P

.

W 0

/ 0

T 3 +

3 2

. 0 0

1 6 3 T I + 9 M 0 I 5 L 1

1

G B 0 B . 2 0 N A . I T 0 . WORK AREA 1D V 9 S T A RUNWAY 9C-27C

I

+ 0 P E 9

M BIT. SHOULDER BIT. SHOULDER BIT. SHOULDER 0 BIT. SHOULDER

I BIT. SHOULDER 0 BIT. SHOULDER 3

BIT. SHOULDER BIT. SHOULDER +

L 1 W 1

/ 0

1 6 T G . N 4 A I T V S A

1 P E

R

R BID PACKAGE #1

R

E E

W E

/

3 D

D D 0

T L L

6 L 0

U U U +

0

0

O O

O 229+00 0 2

228+00 230+000 31+ H

H 227+00 + 00 H

226+00 0 S

S 0

S 0

4+

22 225+00 0

. H . .

6 232 T

T +00 +0

T 3 I I 22 0

I B

B 0 B 222+0 233 1+00 +00 22 234+00 235+00 236+00 237+00 200+00 201+00 202+00 203+00 204+00 219+00 238+00 239+00 240+00 241+00 242+00 243+00 244+00 O 205+00 206+00 207+00 218+00 245+00 246+00 247+00 248+00 111+00 208+00 209+00 210+00 211+00 212+00 213+00 214+00 216+00 217+00 220+00 249+00 250+00 251+00 252+00 253+00 254+00 258+00 112+00 113+00 215+00 255+00 256+00 257+00 259+00 260+00 3+00 26 261+00 262+00 26 4+00 265+00 266+00 68+00 26 267+00 2 9+00 270+00 271+00 272+00 - 3 0 1 + WIND SOC GLIDE SLOPE CRITICAL AREA 0 0 P C \

3 0 2 SHEET TITLE: +

7 0 GLIDE SLOPE 0 VOR/DME CRITICAL AREA 8

PA PI OB

3 S TACL E FR EE Z ONE 5 A ANTENNA

WORK AREA 1C E R 2 A

A E

L PHASE 1 PLAN R

RIPRAP A A 1 L C 667.0

I A C

T I I IT 0

R GLIDE SLOPE ANTENNA R C C

E M E d /D P R \

O O V L

S WORK AREAS 1C THRU 1E s

E LIDE SLOPE D G I e L G k REA a CRITICAL A l

_ PA WORK AREA 1C PI O BST MID RVR t ACL E FR EE Z ONE APPROACH RVR a DESIGNED: DRAWN: CHECKED:

RIPRAP e r g

M CFB/SPG CFB SPG LOCALIZER CRITICAL AREA LOCALIZER CRITICAL AREA w PAPI CRITICAL AREA WIND CONE LOCALIZER CRITICAL AREA LOCALIZER CRITICAL AREA LOCALIZER CRITICAL AREA p

P LOCALIZER CRITICAL AREA \

A E R y 4 A

T I

L N A h

4 U

C

I I

: APPROACH LIGHT PLANE APPROACH LIGHT PLANE APPROACH LIGHT PLANE

T P I

p A

R P r C 2

I PROJECT NO.: P A u OH6143.200.322 5 P

: A A PAPI CRITICAL AREA A SR C RITICA L AREA m 3 j s A PAP N I DATE: \ OB 12/23/16 STA N CLE A FRE E E E L ZON R O T E C A w

N A D L L L A A I

Z C E O I

R R

p T H I E C R S

\ R

Z

I C I E T L MALSR R I C R

A E A b H Z L C I

T L A i

O R

7 A E l

L R C A 9 O SHEET NO. REVISION L 1 d 0 d 2 a / c 1 \ WORK AREAS 1C, 1D AND 1E / : c 3 GC-080

8 7 6 5 4 3 2 1 8 7 6 5 4 3 2 1

H H

O'HARE INTERNATIONAL AIRPORT CITY OF CHICAGO

DEPARTMENT OF AVIATION P.C.C. SIGN BASE (P-610) SEE NOTE 9 FOR DISTANCE DETAIL FRONT VIEW SEE NOTE 6 DISTANCE CAST-IN-PLACE TO PAVEMENT EDGE TO PAVEMENT EDGE 4 MODULES ADDITIONAL RAHM EMANUEL MODULES NOTE: MAYOR 4 MODULES - LENGTH OF SIGN REFERENCE CONTROL PROVIDE 3" MIN. CLR POINT= END OF SIGN GINGER S. EVANS VARIES PER MANUFACTURER ADDITIONAL APPROVED DISTANCE BETWEEN ISOLATION TRANSFORMER COMMISSIONER AND SIGN MESSAGE MODULES AIRFIELD REINFORCEMENT AND INSTALLED IN THE BASE GUIDANCE SIGN BOTTOM OF SLAB CAN (TYPICAL) 12" 30" FINISHED 1" CHAMFER G G 30" 12" GRADE AROUND ALL EDGES L-867 BASE CAN 24" A A (TYP.) DEEP, CLASS 1A, SIZE B (12"DIA.) (TYPICAL)

REFERENCE TETHER (TYPICAL " CONTROL POINT= 5 FOR EACH LEG) 4

END OF SIGN

FOR NOTES SPARE 2-INCH RGS CONDUIT STUB SEE BLOW-UP UP APPROX. TO THE MIDDLE OF #4 @ 12" 6" MIN. FROST PROTECTION DETAIL-A (TYP.) THE SIGN MODULE O.C. (TYP) EACH WAY COURSE, CA-6 SM "

18" OR WIDTH 0 FRANGIBLE COUPLING (TYP) NUMBER AND SPACING OF CONCRETE ENCASED 2"

9 LEGS AS PER MANUFACTURER'S REQUIREMENTS BASED ON FRANGIBLE COUPLING SCH. 40 PVC CONDUIT FOR " MOUNTING FLANGE L-823 CORD SET POWER CABLES MANUFACTURER 5 ENGINEERING & CONSTRUCTION 4 OUTLINE OF STAINLESS STEEL SPARE 2-INCH RGS CONDUIT STUB CABLE CLAMP

CATALOG PROPOSED SIGN 2" RGS CONDUITFROM EXPANSION BOLT (TYP.) UP APPROX. TO THE MIDDLE OF F THE SIGN MODULE F L - 867 CAN TO SIGN 12" DIA. L-867 BLANK GALVANIZED L-823 EXTENSION CORD 2-INCH RGS CONDUIT LEG (TYPICAL FOR STEEL COVER WITH GASKET TOP TO BE FLUSH WITH TOP SIGN POWER) SAE GRADE 2 FLUORO- POLYMER SURFACE OF CONCRETE PAD #6 AWG, 5KV CABLES FROM BASE PLAN CERAMIC-METALLIC COATED BOLTS FRANGIBLE 2" COUPLING EDGE LIGHT CIRCUIT IN 2" A A W/ 2 PART LOCKING WASHERS TO (MORE THAN 4 MODULES) FASTEN BLANK COVER TO BASE AND ANCHOR BASE PVC SCH. 40 CONDUIT, FURNISHED WITH SIGN NOT TO SCALE CAN. CONCRETE ENCASED. BREAK AWAY DISCONNECT TRANSFORMER SECONDARY DETAIL -B WITH CABLE CLAMP (SEE CONNECTOR PLUG TO L-823 ELECTRICAL CONNECTION AIRFIELD GUIDANCE SIGN DETAIL-B FOR ELECTRICAL EXTENSION CORD FOR SIGN 30" 12" CONNECTION) BREAKAWAY DISCONNECT FRANGIBLE COUPLING AND POST WITH FINISHED GRADE " 8 TETHER (TYPICAL FOR EACH LEG). FINISHED GRADE 3/4" PVC SLEEVE FOR GROUND ANCHOR TO CONCRETE BASE PER WIRE TO GROUND ROD. INSTALL SEALANT AROUND OPENING MANUFACTURER'S RECOMMENDATION. E 3/4" DIA. X 10'-0" LONG E SPARE 2-INCH DIA. RGS MIN. STAINLESS STEEL CONDUIT STUB UP AND CAP 1 8" P.C.C. SIGN BASE "

GROUND ROD. BOND #6 BARE INCH ABOVE THE SIGN BASE FDN. 0

(P-610 CONCRETE) GROUND WIRE TO GROUND 3 6" MIN. FROST PROTECTION 1 ROD WITH EXOTHERMIC WELD. #4 @ 12" O.C. EACH WAY (TYP.) 6" MIN. COMPACTED CA-6 2-INCH RGS CONDUIT COURSE. CA-6 P-610 CONCRETE NEW SHEET SECTION A-A #6 AWG 5KV CABLES FROM (TYPICAL) EDGE LIGHT CIRCUIT IN L-867 BASE CAN 24" DEEP, CLASS 1A, SIZE B 2" PVC SCH. 40 CONDUIT (12" DIA.) (TYPICAL) NOT TO SCALE CONCRETE ENCASED 30"DIA. #4@12" O.C. HORIZONTAL & VERTICAL GUIDANCE SIGNS BASE NOTES: SEE DET. NO. 6-16-23 FOR PVC CONDUIT PENETRATION IN THE BASE CAN USING GROMMET D ISOLATION TRANSFORMER (SIZE AS REQUIRED) 1. FINISHED GRADE AROUND FOUNDATION SHALL SLOPE TO DRAIN AWAY FROM SIGN. 2" PVC SCH 80 DRAIN PIPE DETAIL -A SEATED ON NON-METALLIC CHAIR D (W/ CLIP-ON STAINLESS STEEL DRAIN COVER) 2. PCC SIGN BASE SHALL HAVE A 28 DAY STRENGTH OF 4000 PSI. A. IF CAN IS LOCATED WITHIN THE SHOULDER, DRAIN DIRECT TO THE FROST PROTECTION COURSE LAYER IN THE

3. CA-6 MATERIAL SHALL BE COMPACTED TO 95% MAXIMUM DENSITY PER ASTM D 1557. SHOULDER. B. IF CAN IS LOCATED AT OR CLOSE TO THE EDGE OF THE SHOULDER, EXTEND 2" PVC DRAIN PIPE TO THE 4. SIGNS SHALL BE ANCHORED TO CONCRETE BASE WITH BOLTS, NUTS, WASHERS AND SHOULDER FROST PROTECTION COURSE LAYER. CONCRETE ANCHORS. ALL MATERIAL SHALL BE MADE OF STAINLESS STEEL. C. IF CAN IS LOCATED IN THE GRASS AREA, EXTEND 2" PVC DRAIN PIPE TO A FRENCH DRAIN (REFER TO DETAIL 6-06-06R FOR FRENCH DRAIN ENVELOPE DETAILS). 5. COORDINATE INSTALLATION WORK WITH THE SIGNS MANUFACTURER AND COMPLY NOTES: WITH THEIR REQUIREMENTS AND RECOMMENDATIONS. 1. ALL LIGHTED SIGNS MUST BE EQUIPPED WITH A POWER INPUT DISCONNECT CABLE EXTENSION TERMINATED

6. ALL SIGN LAMPS MUST BE CAPABLE OF BEING SERVICED WITHOUT THE USE OF TOOLS. WITH A TYPE II PLUG PER THE REQUIREMENTS OF AC 150/5345-26, SPECIFICATION FOR L-823 PLUG AND APPROVED AS WORKING PLAN RECEPTACLE CABLE CONNECTORS. BY: 7. PROVIDE A SPARE 2-INCH RIGID GALVANIZED STEEL (RGS) CONDUIT FROM THE BASE CAN, 2. THE LENGTH OF POWER DISCONNECT CABLE EXTENSION MUST BE AT LEAST 6" LONGER THAN REQUIRED TO C STUB UP APPROXIMATELY TO THE MIDDLE OF THE SIGN MODULE. SEE DETAIL NO. 6-16-10 PERMIT THE PLUG END TO REACH THE TRANSFORMER SECONDARY PUG AND SIGN FRANGIBLE COUPLING. C FOR SECTION DETAILS. 3. A CABLE CLAMP OR SIMILAR RESTRAINING DEVICE MUST BE PROVIDED IN THE SIGN TO PREVENT STRAIN ON THE CABLE TERMINAL CONNECTIONS WHEN THE CABLE PLUG IS PULLED APART. 8. SOME SIGN MANUFACTURES REQUIRE SEPARATE GROUNDING FOR THE SIGN ITSELF. 4. POWER TO THE SIGN MUST BE PROVIDED THROUGH BREAKAWAY CABLE CONNECTORS INSTALLED AT THE REFER TO MANUFACTURER'S CATALOG.

n SIGN LEG FRANGIBLE CONNECTOR. g d

. 5. THERE MUST BE NO ABOVE GROUND ELECTRICAL CONNECTION BETWEEN SIGNS IN A SIGN ARRAY.

3 9. DISTANCE MUST BE 34.5 FEET FOR SIZE 2 GUIDANCE SIGN, 59.5 FEET FOR SIZE 3 GUIDANCE

A 6. DISTANCE MUST BE 34.5 FEET FOR SIZE 2 GUIDANCE SIGN, 59.5 FEET FOR SIZE 3 GUIDANCE SIGN, 74.5 FEET FOR _ SIGN, 74.5 FEET FOR SIZE 4 DISTANCE REMAINING SIGN; OTHERWISE ADOPT THE MAXIMUM L SIZE 4 DISTANCE REMAINING SIGN; OTHERWISE ADOPT THE MAXIMUM DISTANCE ALLOWED BY FAA AC 150/5340-18 1 03/07/17 ISSUED FOR ADDENDUM NO. 3 T DISTANCE ALLOWED BY FAA AC 150/5340-18 (LATEST REVISION) FOR JET BLAST PROTECTION. E (LATEST REVISION) FOR JET BLAST PROTECTION. D

I 12/23/16 ISSUED FOR BID U G - AIRFIELD GUIDANCE SIGN BASE PLAN DETAILS AIRFIELD GUIDANCE SIGN SECTION DETAILS REV DATE DESCRIPTION A 8 6

2 PROJECT NAME: -

A (MORE THAN 4 MODULES)

E (MORE THAN 4 MODULES) -

2 NOT TO SCALE 2 NOT TO SCALE O'HARE INTERNATIONAL AIRPORT 3 .

0 9/26/2014 0 B 9/26/2014 B 2

. RUNWAY 9C-27C 3 6-16-10.dgn 4 6-16-10A 1 6-16-09.dgn 6-16-09A 3 4 BID PACKAGE #1 6 H O - P C \ SHEET TITLE: 7 8 3 5 2

1 AIRFIELD GUIDANCE SIGN 0 d \

s AND BASE DETAILS e k a l _ t

a DESIGNED: DRAWN: CHECKED: e r g M

w SJM SJM EB p P \

y 4 h 5 : p r 5 PROJECT NO.:

u OH6143.200.322 4

: A A m 3 j s

\ DATE: 12/23/16 w p \ b i 7 l SHEET NO. REVISION 1 d 0 d 2 a / c 1 \ / : 3 c EA-268A

8 7 6 5 4 3 2 1