+ All Categories
Home > Documents > CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY...

CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY...

Date post: 10-Aug-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
45
ADDENDUM-2/Page 1 of 5 SPEC. NO. 143520 March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS NO. 143520 CDA Project Number M6107.15-00 For which Bids are scheduled to be opened in the office of the Chief Procurement Officer, Department of Procurement Services, Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL 60602 at 11:00 a.m., Central Time, on April 12, 2016. The following changes and/or revisions are incorporated into the Contract Documents as noted. All other provisions and requirements as originally set forth, except as amended by previous addenda, remain in force and are binding. Any additional work required by this Addendum must conform to the applicable provisions of the original Contract Documents. In accordance with Paragraph 13 of the “Requirements for Bidding and Instructions for Bidders” in Part One of Three of the Specifications, the deadline for questions has passed. No additional questions will be answered prior to bid opening except as the Chief Procurement Officer, in her sole discretion, deems to be in the best interest of the City. UPON SUBMITTING THE BID, THE BIDDER MUST ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE APPROPRIATE PLACE AT THE TOP OF THE SIGNATURE PAGE OF THE PROPOSAL FORM. REVISIONS TO CONTRACT DOCUMENTS NOTICE OF ADDITIONS/REVISIONS PART ONE OF THREE 1. Bid Opening Date is April 12, 2016, 11:00 a.m. Central time, per Addendum 1. 2. Replace in its entirety page S3-3 Schedule of Prices, with the attached revised page S3-3 of the Schedule of Prices. PART THREE OF THREE 1. Specification Section L-100 Replace Section L-100 in its entirety. Paragraphs 1.01, B.3 and 12; 4.01, K.; 5.05, A.5 have been revised. (See attached revised Section L- 100). 2. Specification Section 02410 Replace Section 02410 in its entirety. Paragraph 1.03, F. has been revised. (See attached revised Section 02410). DRAWINGS 1. G-02 Revised Index of Drawings. (See attached revised G-02, Index of Sheets) 2. G-03 Updated Pay Item # 26. (See attached revised G-03, Summary of Quantities) 3. E-01 Revised Notes 2 and 5 and removed Note 5 callouts from taxiway lights. (See attached revised E-01, Proposed RWY 4R-22LTWY D, K, V, Y, Z) 4. E-05 Revised Note 8. (See attached revised E-01, Proposed RWY 4R-22LTWY N, Q, R, S, Y Z)
Transcript
Page 1: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

ADDENDUM-2/Page 1 of 5 SPEC. NO. 143520

March 31, 2016

ADDENDUM NO. 2

For

CHICAGO MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

SPECIFICATIONS AND CONTRACT DOCUMENTS NO. 143520 CDA Project Number M6107.15-00

For which Bids are scheduled to be opened in the office of the Chief Procurement Officer, Department of Procurement Services, Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL 60602 at 11:00 a.m., Central Time, on April 12, 2016. The following changes and/or revisions are incorporated into the Contract Documents as noted. All other provisions and requirements as originally set forth, except as amended by previous addenda, remain in force and are binding. Any additional work required by this Addendum must conform to the applicable provisions of the original Contract Documents.

In accordance with Paragraph 13 of the “Requirements for Bidding and Instructions for Bidders” in Part One of Three of the Specifications, the deadline for questions has passed. No additional questions will be answered prior to bid opening except as the Chief Procurement Officer, in her sole discretion, deems to be in the best interest of the City. UPON SUBMITTING THE BID, THE BIDDER MUST ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE APPROPRIATE PLACE AT THE TOP OF THE SIGNATURE PAGE OF THE PROPOSAL FORM.

REVISIONS TO CONTRACT DOCUMENTS NOTICE OF ADDITIONS/REVISIONS

PART ONE OF THREE 1. Bid Opening Date is April 12, 2016, 11:00 a.m. Central time, per Addendum 1. 2. Replace in its entirety page S3-3 – Schedule of Prices, with the attached revised

page S3-3 of the Schedule of Prices. PART THREE OF THREE

1. Specification Section L-100

Replace Section L-100 in its entirety. Paragraphs 1.01, B.3 and 12; 4.01, K.; 5.05, A.5 have been revised. (See attached revised Section L-

100). 2. Specification

Section 02410 Replace Section 02410 in its entirety. Paragraph 1.03, F. has been revised. (See attached revised Section 02410).

DRAWINGS 1. G-02 Revised Index of Drawings. (See attached revised G-02, Index of Sheets)

2. G-03 Updated Pay Item # 26. (See attached revised G-03, Summary of Quantities)

3. E-01 Revised Notes 2 and 5 and removed Note 5 callouts from taxiway lights. (See attached revised E-01, Proposed RWY 4R-22LTWY D, K, V, Y, Z)

4. E-05 Revised Note 8. (See attached revised E-01, Proposed RWY 4R-22LTWY N, Q,

R, S, Y Z)

Page 2: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

ADDENDUM-2/Page 2 of 5 SPEC. NO. 143520

5. E-14 Replace E-14 in its entirety. (See attached revised E-14)

6. E-11 Added Details 1 and 2 (See attached revised E-11 for Details 1 and 2)

7. E-20 Revised details and removed notes. (See attached revised E-20 for revised

Details)

CLARIFICATIONS TO QUESTIONS

Question 1: The current distance between the start of runway 4R-22L and the threshold bars is 30’, the actual distance between should be 20’. Does the quantities provided in the bid documents include the gray out for markings to be pushed back 10’. This will also be based on how big of passes (500ft x width of runway or 25x1000) the paving contractor plans on doing per shift. So you can change the marking as the contractor paves, but you will have areas where old marking will have to be grayed out until the area is complete.

Response: The markings will be installed per the drawings and the layout and placement of the new markings must be coordinated with the paving operations.

Question 2: Taxiway “K” is being removed, does the quantities provided in the bid document include footage to reconfigure “ V “ @ “ K “ and remove taxiway centerlines leading to “K” and also add taxiway edgeline where “K” and “V” currently intersect. There is also removal on “K” at “D” of taxiway centerline leading across runway to the section of “K” that is being removed.

Response: The quantities are included in the Contract Documents.

Question 3:

Please provide complete cable schematic drawings with handhole/manhole/crossing information and circuit limits.

Response: This information will be field verified by the Contractor after Notice to Proceed.

Question 4:

Reference Sheet E-01. There are multiple Taxiway Elevated Edge Lights that are tagged with Note 5. Are Taxiway Elevated Edge Lights being replaced with new fixtures, transformers, etc? If so, how are they paid for?

Response: See revised Sheet E-01 (attached). The taxiway edge lights are not being replaced.

Question 5: Reference Sheet E-01, Note 15. Is Schedule 80 PVC required in all ductbanks?

Response: Yes.

Question 6: Reference Sheet E-05, Note 8. Is a new base can required for these Taxiway Centerline Lights? Or are we to re-use the existing cans and adjust them?

Response: See revised Sheet E-05 (attached). The taxiway centerline lights will be adjusted.

Question 7:

Reference Sheet E-20, Adjustment of Existing In-Pavement Light Base Can. Please provide details of existing Base Can. How deep is the existing top section? How deep will we have to core to remove the existing top section?

Response: See revised Sheet E-20 (attached). Details have been provided. The existing top section is expected to be between 3 inches and 4 inches deep, but may vary. You will need to drill to a sufficient depth to remove the existing extension ring.

Question 8:

Item 23, Runway Type Marker Light Base, Complete - Who is providing the fixture for this item?

Page 3: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

ADDENDUM-2/Page 3 of 5 SPEC. NO. 143520

Response: CDA provided – see L-100, 1.01, B., 5. (See attached revised Section L-100).

Question 9: Item 26, Remove and Reinstall In-pavement Guard Light - These lights appear to be in the overlay scope of work. Therefore, do the cans associated with this item need to be adjusted?

Response: See revised Specification Section L-100. Revised pay item L-100-05 is to include adjustment of base can.

Question 10: Please provide a guidance sign schedule in order to accurately purchase the correct panels.

Response: Contractor will field verify after Notice to Proceed.

Question 11:

Are new frames and covers required for the manhole and handhole adjustments? If so, are the frames and covers AC Rated or HS 20 Rated?

Response: Yes, the frames and covers must be new and aircraft rated.

Question 12:

Do the new electrical handholes have AC Rated or HS20 Rated frames and covers?

Response: Frames and covers must be aircraft rated per Section L-115.

Question 13: Regarding bid items 33, 34 and 35 for new L858 LED Guidance signs, Spec Section L-100, paragraph 1.01 B, sentence 11 includes “furnishing” in the scope of work. Plan Sheet E-01, Note 2 says “Install CDA Furnished sign…”. Please confirm that the signs are furnished by CDA.

Response: See revised Sheet E-01. Signs to be furnished by the Contractor.

Question 14:

Regarding bid item 40 for new retrofit kits for existing signs, Spec Section L-100, paragraph 1.01 B, sentence 12 includes “furnishing” in the scope of work. In the Bid Proposal, this item is described as “kit provided by CDA”. Please confirm that the kits are provided by CDA, and are not contractor furnished.

Response: See revised Specification Section L-100. Kits will be furnished by the CDA.

Question 15:

Spec Section L-100, paragraph 2.04, sentence I, when retrofitting existing signs, in addition to the retrofit kits, contractor “must supply any accessory parts to make the lights fully operational”. What accessory parts are required?

Response: None anticipated.

Question 16: Regarding bid item 41, replacement of transformers for existing guidance or distance remaining signs, as the bid item quantity of (63) is the same as bid item 40, (63) retrofit kits, I assume that the new transformers are to be installed with the signs that are retrofitted. Please confirm. What wattage L830 transformer is to be supplied for bid item 41 signs? Are the transformers on a 6.6A or 20A primary circuit?

Response: Confirmed – transformers are for the signs that receive the retrofit kits. Wattage will be field verified. The primary circuit is 6.6A.

Question 17:

Bid item 32, (175) new panels for existing signs, as the signs are Lumacurve signs, only Standard Sign Co. (manufacturer of Lumacurve signs) can provide new panels for existing signs, which make this a sole sourced item, which would not be permitted on an AIP funded project. Should these panels not be provided by CDA?

Response: As shown in the bid documents, the Contractor to provide sign panels.

Question 18:

Bid Item 23, in the Bid Proposal description, it is not specifically stated that the (3) L862-LED elevated edge lights are CDA furnished, whereas other bid items that

Page 4: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

ADDENDUM-2/Page 4 of 5 SPEC. NO. 143520

require new fixtures (bid items 27 and 29 for example) specifically state that fixtures are CDA provided. In addition, Spec Section L-100, paragraph 2.02 B states “The CDA will furnish the lighting fixtures to the contractor for this project”. Please confirm that the L862-LED fixtures for bid item 23 are furnished by CDA.

Response: Confirmed – the fixtures will be provided by the CDA.

Question 19: New L830 transformers are required for new and reinstalled lights for bid items 23 through 30. What wattage of L830 transformer is required for these bid items, and are the primary circuits 6.6A or 20A?

Response: Wattage to be field verified. The primary circuit is 6.6A.

Question 20:

Spec Section L-100, paragraph 2.02 C states “…the light base plate must be provided with a frangible fitting…”, but paragraph 2.01 D states that “Couplings will be furnished by CDA” please clarify.

Response: Couplings will be provided by the CDA as stated in the Contract Documents.

Question 21:

Bid item 43, (2) L806 windcone, please confirm that the windcones are CDA furnished.

Response: Confirmed – wind cones will be provided by the CDA as noted in the Contract Documents.

Question 22:

Spec Section L-100, paragraph 2.05 A, requires light bases to be Class 1A, metallic, which is a galvanized base , but there is also mention of “…16 inch bases cans for use by and in the jurisdiction of the FAA must be verified with FAA if they will be stainless steel Class 1B..”. Can you elaborate on where the FAA use and/or jurisdiction is located in this project?

Response: There is no FAA jurisdiction on this project.

Question 23: Plan sheet E-18 details temporary taxiway edge lights, but there is no bid item for temporary lights. What bid item will the temporary lights be paid under?

Response: Item No. 37 on the Schedule of Prices.

Question 24:

Plan sheet E-20 for adjustment of existing in-pavement light base can, the top piece is labeled both as “new L868B base extension” in the Proposed Overlay Condition Detail, but labeled as a “new L868B base top section” in the Detail A. A top section and extension are not exactly the same. The bottom flange of an L868 top section has a bolt circle diameter of 10.25” . The bottom flange of an L868 extension has a bolt circle diameter of 11.25”. Which is required? Also, what type of bolts are required for bolting the top section/extension to the existing base? Are they to be the same ceramic bolts as are required for installation of the fixture?

Response: See revised Sheet E-20. The detail has been clarified. See attached revised Sheet E-14 for locations of coated bolts.

Question 25:

There are several references to “temporary protective covering” for both in-pavement lights (as Note 2, plan sheet E-04) and elevated lights (as Note 3, plan sheet E-06). What type of cover is acceptable?

Response: ¾ inch steel for in pavement light bases and steel or wood for elevated bases with Commissioner’s approval.

Page 5: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

ADDENDUM-2/Page 5 of 5 SPEC. NO. 143520

Question 26: According to technical specification book, "Tunneled Pipe Construction Section 02410.1.03.F - Tunneling under runways, taxiways and major utilities must be arranged and completed nonstop and on around the clock basis" . Being that phase 1 and 1A have to be done before the continuous 56 hour closure, the phasing notes do not show a long enough closure to achieve these runs. Will there be a revision to the phasing plan to allow the contractor time to achieve this?

Response: See revised Specification Section 02410. The pits are located outside the Taxiway Safety Area. Work in the pits will be allowed during the evening when the runway is closed for construction. The pit may remain open during the day, but no piles or construction activity will be allowed during the day.

Question 27: According to phasing, there is no closure given to give the contractor round the clock access to the jack and bore pipe runs. Is the contractor going to be allowed to have two (2) launching pits and two (2) receiving pits inside the taxiway safety area while the taxiway is operational during the day?

Response: See revised Specification Section 02410. The pits are located outside the Taxiway Safety Area. Work in the pits will be allowed during the evening when the runway is closed for construction. The pit may remain open during the day, but no piles or construction activity will be allowed during the day.

Question 28:

Bid item 32, Lumacurve Replacement Panels. Bid Count is 175; My count is 240 (excluding blank panels). How shall I bid this?

Response: Bid per the Contract documents.

Question 29: On the Specification document page 355 it is stated, Backfill on Cathodically protected pipes. But I do not find any requirements for cathodic protection. I do not find any Requested Corrosion protection for any underground piping on any casings or pipes. Please define the cathodic protection /Corrosion protection on underground pipes.

Response: There are no cathodically protected pipes on this project.

END OF ADDENDUM NO. 2

CITY OF CHICAGO JAMIE L. RHEE DEPARTMENT OF PROCUREMENT SERVICES CHIEF PROCUREMENT OFFICER

Page 6: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

DPS Version 2/1/2016

Federally Funded Instructions and Execution Documents S3-3

Runway 4R-22L Rehabilitation Specification No.: 143520

ADDENDUM 2

March 31, 2016

ITEM

NO.

PAY ITEM

NO. DESCRIPTION UNIT

ESTIMATED

QUANTITY UNIT PRICE

TOTAL

PRICE

24 L-100-03

REMOVE AND REINSTALL LIGHTING - EXISTING RUNWAY IN PAVEMENT EDGE LIGHT TO BE RE-USED WITH NEW TRANSFORMER AND BASE ADJUSTMENT, COMPLETE EA 17

25 L-100-04

REMOVE AND REINSTALL LIGHTING - EXISTING RUNWAY ELEVATED EDGE, THRESHOLD AND END OF RUNWAY LIGHT TO BE RE-USED WITH NEW TRANSFORMER, COMPLETE EA 107

26 L-100-05

REMOVE AND REINSTALL LIGHTING - EXISTING RUNWAY IN PAVEMENT GUARD LIGHT TO BE RE-USED WITH NEW TRANSFORMER AND BASE ADJUSTMENT, COMPLETE EA 118

27 L-100-06

LIGHTING -TAXIWAY LIGHT BASE WITH L-852C/D-LED (L) IN PAVEMENT CENTERLINE LIGHT WITH CDA PROVIDED LIGHT FIXTURE, COMPLETE EA 23

28 L-100-07

REMOVE AND REINSTALL LIGHTING - EXISTING TAXIWAY IN PAVEMENT CENTERLINE LIGHT TO BE RE-USED WITH NEW TRANSFORMER AND BASE ADJUSTMENT, COMPLETE EA 17

29 L-100-08

LIGHTING -TAXIWAY TYPE 1 MARKER LIGHT BASE WITH L-861T-LED (L) ELEVATED EDGE LIGHT WITH CDA PROVIDED FIXTURE, COMPLETE EA 26

30 L-100-09

REMOVE AND REINSTALL LIGHTING - EXISTING RUNWAY IN PAVEMENT THRESHOLD LIGHT TO BE RE-USED WITH NEW TRANSFORMER AND BASE ADJUSTMENT, COMPLETE EA 32

31 L-100-10 LIGHTING SYSTEMS - REMOVE GUIDANCE SIGN & BASE, COMPLETE EA 5

32 L-100-11 LIGHTING SYSTEMS - NEW PANELS ON EXISTING SIGNS EA 175

33 L-100-12 LIGHTING SYSTEMS - NEW L-858 - LED (L) GUIDANCE SIGN WITH NEW BASE, 1 MODULE, SIZE 1, COMPLETE EA 1

34 L-100-13

LIGHTING SYSTEMS - NEW L-858 - LED (L) GUIDANCE SIGN WITH NEW BASE, 2 MODULES, SIZE 1, COMPLETE EA 2

Page 7: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-1

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 lights, runway guard lights, taxiway centerline lights, taxiway edge lights, light bases, weather sensors and guidance signs 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. Remove and replace and make operational existing runway and taxiway in-pavement centerline, threshold and edge light as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification, including, but not limited to, removal, safe storage of, and re-use of existing light fixture and installation of a new transformer, bolts (in accordance with 2.06), and base can extension, shims and other necessary items to provide a complete and fully operational light compliant with all FAA standards.

2. Remove and replace and make operational existing runway elevated edge, threshold and end of runway light as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification, including, but not limited to, removal, safe storage of, and re-use of existing light fixture and installation of a new transformer, bolts (in accordance with 2.06), and other necessary items to provide a complete and fully operational light compliant with all FAA standards.

3. Remove and replace and make operational existing elevated and in pavement runway guard light as noted on the Drawings complete with accessories as shown on the Drawings and as specified in this Specification, including, but not limited to, removal, safe storage of, and re-use of existing light fixture and installation of a new transformer, bolts (in accordance with 2.06), and base can extension, shims and other necessary items to provide a complete and fully operational light compliant with all FAA standards.

Page 8: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-2

4. Constructing, furnishing, installing, and making operational new and/or existing runway in-pavement edge light bases with L-850C– 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.

5. Constructing, furnishing, installing, and making operational new and/or existing Type 1 Marker Light Bases with L-862– LED (L) high intensity, runway elevated edge light fixture. L-862 E– LED (L) runway elevated threshold/end light fixture complete with accessories as shown on the Drawings and as specified in this Specification. The light fixture only will be provided to the Contractor by the CDA all other materials are to be furnished by the Contractor.

6. Constructing, furnishing, installing, and making operational new Type 1 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. The light fixture only will be provided to the Contractor by the CDA all other materials are to be furnished by the Contractor.

7. Constructing, furnishing, installing, and making operational new taxiway in-pavement centerline light bases with L-852C/D - 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. The light fixture only will be provided to the Contractor by the CDA all other materials are to be furnished by the Contractor.

8. Constructing, furnishing, installing, and making operational new and/or existing 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. The light fixture only will be provided to the Contractor by the CDA all other materials are to be furnished by the Contractor.

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

10. Installing new sign panels on existing guidance signs as shown on the Drawings.

11. Constructing, furnishing, 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.

12. Furnishing, iInstalling and making operational new LED retrofit kits, provided by CDA, on existing guidance signs on existing bases

Page 9: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-3

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

13. Furnishing, installing and making operational new transformers on existing guidance and runway distance remaining signs on existing bases complete with accessories as shown on the Drawings and as specified in this Specification.

14. Installing, and making operational new runway weather sensors that will replace the existing runway weather sensors. The locations of the existing sensors and sensor tie-in points must be surveyed by the Contractor prior to removal and the new sensors are to be installed in the same location as the existing.

15. 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.

16. 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.

17. All light base extensions and light fixtures (new and re-used) must be connected to base cans/extension rings with new bolts in accordance with section 2.06 of this specification. This includes all new lights and existing lights that are being re-used and including both elevated and in pavement lights.

18. Construct airfield lighting system modifications as requested by the Commissioner in order to maintain the existing airfield lighting systems during construction.

C. Accessories for marker light bases must include but not limited to: base cans, conduit hubs, isolation transformers, ground rods, miscellaneous fixture mounting and grounding hardware, elevated R/W or T/W fixtures, lamps, handhole frame and cover, concrete and reinforcement, drain hubs and pipes, French drains where needed, 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

Page 10: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-4

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 – LED (L) 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 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. Couplings will be furnished by the CDA.

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. The CDA will furnish the lighting fixtures to the Contractor for this project. The Contractor must install the light fixtures and furnish and install the transformers, all bolts for making connections to the light bases and all other necessary materials and equipment required to make the light fully operational and compliant with all FAA standards.

C. 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

Page 11: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-5

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.

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,". The isolation transformers must be approved for use by the FAA.

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 1, Style 2, Class 2, Mode 2, 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 Sch 40 conduit for the power cabling.

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.

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

D. All sign lamps must be LED.

E. Guidance Signs

1. Airfield guidance signs must be Lumacurve by Standard Signs, Inc.

Page 12: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-6

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

3. All guidance signs must have LED lighting system.

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 MDW the tolerance of +/- 10 feet (3m) that is listed in AC 150-5340-18, paragraph 14.e, regarding the positioning of taxiway mandatory hold signs relative to pavement holding position markings will NOT BE ALLOWED. Mandatory hold signs must be equipped with backup lamps.

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 must be installed with 2” interconnecting PVC duct, base plate and sign cord disconnect, to provide underground wiring required.

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

I. LED Retrofit kit will be furnished to the Contractor by the CDA. The existing signs to be retrofitted are Lumacurve signs. The Contractor must supply any accessory parts to make the light fully operational.

2.05 LIGHT BASE

A. Light bases must conform to the requirements of AC 150/5345-42G, “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 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 B, 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 Jaquith Industries, Inc., Olson Industries, Inc., Airport Lighting Equipment, and other certified manufacturers listed in the current AC 150/5345-53 (latest revision) addendum.

Page 13: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-7

2.06 BOLTS FOR BASE CAN AND ACCESSORIES

A. Fluoropolymer ceramic-metallic coated SAE Grade 2 bolts must be used to secure light fixtures to L-868 and L-867 light bases with 2 part locking washers in accordance with FAA Engineering Brief No. 83 “In-Pavement Light Fixture Bolts” issued June 28, 2010. The color of the outer coating of the Grade 2 bolts will be as determined by the Commissioner. Fluoropolymer ceramic-metallic coated bolts do not require the use of anti-seize compounds.

B. Installation and torquing 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 torquing bolts.

2.07 ELEVATED RUNWAY GUARD LIGHT FLASHER

A. The flasher system for the new elevated runway guard lights will be furnished to the Contractor by the CDA as part of the light fixture.

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 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.

Page 14: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-8

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.

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.

B. Anti-seize compound must not be used on fluoropolymer ceramic-metallic coated bolts.

Page 15: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-9

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.

B. Acceptable products are SSI Flexpatch by Silicone Specialties, Inc. (www.ssicm.com) and equivalent products conforming to 2.14 A above and meeting the approval of the Commissioner. Application and installation of the product must be in accordance with the manufacturer’s procedures and instructions.

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 Prime Conduit, Allied, or Cantex.

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 Drawings 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

Page 16: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-10

Commissioner may order in writing changes in dimensions or elevations of structure necessary to secure a satisfactory foundation.

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.

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.

Page 17: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-11

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.

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.

Page 18: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-12

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 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.

Page 19: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-13

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 light bases off site or as directed by the Commissioner.

B. Where shown on the Drawings, the Contractor must legally dispose of off-site these items cables, transformers, wire tags, etc., which are to be removed as part of this Project.

C. The Contractor shall return all light fixtures that are being removed to the CDA and to store them on the airfield as directed by the Commissioner.

3.09 PAINTING

A. 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 directed by the manufacturer. 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 Drawings.

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 Drawings.

Page 20: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-14

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

3.14 RUNWAY WEATHER SENSOR

A. The Contractor shall remove and replace the existing sensor and/or probe. New cable (pigtail) shall be installed and connected in the electrical handhole in the adjacent shoulder/infield.

B. Epoxy to be used on the pavement shall be applied per the manufacturer’s product data sheet with particular attention given to the application temperature restrictions.

C. Once the sensor and/or probe and cable are replaced, the Contractor shall contact the manufacture (Viasila) to calibrate the system. The Contractor shall coordinate with the manufacturer to ensure adequate time to complete the calibration is accounted for in the work schedule.

D. Contractor to submit system report to verify the sensor has been calibrated and is operating correctly.

3.15 TESTING

A. The Contractor must accomplish operational testing of the lighting fixtures and circuits after cable testing described in Specification Section L-108, paragraphs 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

Page 21: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-15

and equipment. All enclosures for conductors and equipment must be properly grounded.

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. Remove and Reinstall Lighting – Existing Runway In Pavement Centerline Light To Be Re-Used With New Transformer And Base Adjustment, 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, but is not limited to, an L-868 base can extension ring, isolation transformer, concrete, and hardware for the bi-directional 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.

B. Remove And Reinstall Lighting – Existing Runway In Pavement Edge Light To Be Re-Used With New Transformer And Base Adjustment, Complete: The quantity of light bases with FAA Spec. L-850C – LED (L) 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, but includes, but is not limited to, an L-868 base can extension ring, concrete, isolation transformer, and hardware for the bi-directional 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

Page 22: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-16

item.

C. Remove and Reinstall Lighting – Existing Runway In Pavement Threshold Light To Be Re-Used With New Transformer And Base Adjustment, Complete: The quantity of light bases with runway in-pavement threshold light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes, but is not limited to, a base can extension ring, isolation transformer, concrete, and hardware for the re-used light 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 Type 1 Marker Light Base With L-862-LED (L) 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, isolation transformer, concrete, handhole frame and cover, and hardware 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.

E. Remove And Reinstall Lighting – Existing Runway Elevated Edge, Threshold And End Of Runway Light To Be Re-Used With New Transformer: The quantity of removed and reinstalled 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, but is not limited to, a new isolation transformer and required hardware. 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, 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 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.

G. Lighting – Runway Elevated Guard Light With Type 1 Marker Light Base with L-804-LED (L)/ERGL-(L) Light With CDA Provided Light Fixture, 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, but is not limited to, an L-867 base can,

Page 23: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-17

excavation, conduit and drain hubs, drain pipe, ground rod, isolation transformer, concrete, handhole frame and cover, hardware, and unidirectional fixtures. 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.

H. Remove and Reinstall Lighting – Existing Elevated Runway Guard Light To Be Re-Used Light With New Transformer, Complete: The quantity of removed and reinstalled light bases with FAA Spec. L-804 – LED (L) runway elevated guard light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes the removal and reinstallation of an existing light fixture in an existing L-867 base can, isolation transformer and required hardware. 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. Lighting – Taxiway Light Base With L-852C/D-LED (L) In Pavement Centerline Light With CDA Provided Light Fixture, Complete: The quantity of light bases with FAA Spec. L-852C/D – LED (L) 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, isolation transformer, concrete, and hardware for the bi-directional 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.

J. Remove and Reinstall Lighting – Existing Taxiway In Pavement Centerline Light To Be Re-Used With New Transformer And Base Adjustment, Complete: The quantity of light bases with 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, but is not limited to, a base can extension ring, isolation transformer, concrete, and hardware for the bi-directional 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.

K. Remove And Reinstall Lighting – Existing Runway In Pavement Guard Light To Be Re-Used With New Transformer And Base Adjustment: The quantity of runway in-pavement guard light fixtures to be paid for will be the number complete, connected, tested, ready for operation, and accepted by the Commissioner. This item includes, but is not limited to, a base can extension ring, an isolation transformer, concrete, and hardware for the re-used light 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.

L. Lighting – Taxiway Type 1 Marker Light Base With L-861T-LED (L) Elevated Edge Light With CDA Provided Light Fixture, Complete: The quantity of Type 1 marker light bases with FAA Spec. L-861T – LED (L) taxiway elevated light fixtures

Page 24: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-18

to be paid for will be the number complete, connected, tested, ready for operation, and accepted. This item includes, but is not limited to, an L-867 base can, excavation, conduit and drain hubs, drain pipe, ground rod, isolation transformer, concrete, handhole frame and cover, and hardware 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.

4.02 GUIDANCE SIGN AND BASE

A. Remove Guidance Sign and Base, Complete: The quantity of Remove Guidance Sign and Base to be paid for will be the number of each sign and base removed, its conduit and wiring removed to the nearest light base while insuring the integrity of the remaining circuit, and the resulting hole backfilled and finished surface area restored in accordance with the Project Specifications and as directed by the Commissioner. The removed sign will be delivered to the Commissioner.

B. New Panels on Existing Signs: The quantity of New Panels on Existing Signs to be paid for will be the number of panels installed. This Item includes furnishing the new panels, their installation, and the removal of the existing panels which will be delivered to the Commissioner.

C. New L-858 Guidance Sign with New Base, 1 or 2 or 4 Module, Size 1, 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 one, two, or four Module, Size 1 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.

D. Lighting Systems – Install New LED Retrofit Kit For Existing Signs, Kit Provided By CDA: The quantity of New LED Retrofit Kits For Existing Signs to be paid for will be the number of retrofit kits installed, connected, tested, ready for operations, and accepted. This Item includes, but is not limited to furnishing any required hardware and the installation of the CDA furnished retrofit kit.

E. Lighting Systems – Remove And Replace Transformer For Existing Guidance Or Distance Remaining Sign: The quantity of remove and Replace Transformer For Existing Guidance Or Distance Remaining Sign to paid for will be the number of transformers installed, connected, tested, ready for operations, and accepted. This item

Page 25: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-19

includes, but is not limited to, isolation transformer and other hardware as required to make the light fully operational.

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 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.

4.04 RUNWAY WEATHER SENSOR

A. The removal and replacement of the runway weather sensor per the details shown on the Drawings will be measured per each. This shall include all wiring, calibration, testing to ensure the new weather sensors fully operational.

4.05 TEMPORARY AIRFIELD LIGHTING MODIFICATIONS

A. Temporary airfield lighting modifications will be paid for as an allowance. This item includes all wiring, conduit, connections, and testing to maintain the operation of the existing airfield lighting systems required during construction.

4.06 ITEMS REMOVED

A. Lighting Systems – Remove Elevated Edge Light & Base, Complete The quantity of Remove Elevated Edge Light & Base to be paid for will be the number of each light and base removed, its conduit and wiring removed to the nearest light base while insuring the integrity of the remaining circuit, and the resulting hole backfilled and finished surface area restored in accordance with the Project Specifications and as directed by the Commissioner.

B. Other items removed will not be measured separately and paid for separately, but are included in the pay items in this specification requiring their removal installation work.

PART 5 BASIS OF PAYMENT

5.01 BASES AND FIXTURES

A. Payment will be made at the Contract unit price for each new, removed and reinstalled 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

Page 26: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-20

necessary to complete these units as required by these Specifications, and/or as shown on the Drawings.

5.02 GUIDANCE SIGNS AND BASES

A. Payment will be made at the Contract unit price for each complete remove guidance sign and base, for each complete new panel on existing signs, for each remove and replace transformer, and for each complete new guidance sign with New Base, 1 or 2 or 4 Module, 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.

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 (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.

5.04 TEMPORARY AIRFIELD LIGHTING MODIFICATIONS

A. Payment for furnishing and installation of Commissioner directed modifications to the existing airfield lighting systems will be paid for as an Allowance. Any Work under this allowance must have prior approval by the Commissioner. Unused portions of this allowance will not be paid to the Contractor, but will be returned to the City in the form of an appropriate credit.

5.05 Pay Items

A. Payment will be made at the contract unit price under the following items:

1. L-100-01 Remove and Reinstall Lighting – Existing Runway In Pavement Centerline Light To Be Re-Used With New Transformer And Base Adjustment, Complete, per Each.

2. L-100-02 Lighting – Runway Type 1 Marker Light Base With L-862-LED (L) Elevated Edge Light, Complete, per Each.

3. L-100-03 Remove And Reinstall Lighting – Existing Runway In Pavement Edge Light To Be Re-Used With New Transformer And Base Adjustment, Complete, per Each.

Page 27: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-21

4. L-100-04 Remove And Reinstall Lighting – Existing Runway Elevated Edge, Threshold And End Of Runway Light To Be Re-Used With New Transformer, Complete, per Each.

5. L-100-05 Remove And Reinstall Lighting – Existing Runway In Pavement Guard Light To Be Re-Used With New Transformer and Base Adjustment, Complete, per Each.

6. L-100-06 Lighting – Taxiway Light Base With L-852C/D-LED (L) In Pavement Centerline Light With CDA Provided Light Fixture, Complete, per Each.

7. L-100-07 Remove and Reinstall Lighting – Existing Taxiway In Pavement Centerline Light To Be Re-Used With New Transformer And Base Adjustment, Complete, per Each.

8. L-100-08 Lighting – Taxiway Type 1 Marker Light Base With L-861T-LED (L) Elevated Edge Light With CDA Provided Light Fixture, Complete, per Each.

9. L-100-09 Remove and Reinstall Lighting – Existing Runway In Pavement Threshold Light To Be Re-Used With New Transformer And Base Adjustment, Complete, per Each.

10. L-100-10 Lighting Systems – Remove Guidance Sign & Base, Complete, per Each.

11. L-100-11 Lighting Systems – New Panels on Existing Signs, per Each.

12. L-100-12 Lighting Systems – New L-858 - LED (L) Guidance Sign with New Base, 1 Module, Size 1, Complete, per Each.

13. L-100-13 Lighting Systems – New L-858 - LED (L) Guidance Sign with New Base, 2 Modules, Size 1, Complete, per Each.

14. L-100-14 Lighting Systems – New L-858 - LED (L) Guidance Sign with New Base, 4 Module, Size 1, Complete, per Each.

15. L-100-15 Lighting Systems – Remove Elevated Edge Light & Base, Complete, per Each.

16. L-100-16 Lighting Systems - Temporary Airfield Lighting Modifications, per Allowance.

17. L-100-17 Lighting – Runway Elevated Guard Light With Type 1 Marker Light Base with L-804-LED (L)/ERGL-(L) Light With CDA Provided Light Fixture, Complete, per Each.

18. L-100-18 Remove and Reinstall Lighting – Existing Elevated Runway Guard Light To Be Re-Used Light With New Transformer, Complete, per Each.

19. L-100-19 Lighting Systems – Install New LED Retrofit Kit For Existing Signs, Kit Provided By CDA, per Each.

Page 28: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION MARKER LIGHT BASES, LIGHTING FIXTURES,

MIDWAY INTERNATIONAL AIRPORT AND GUIDANCE SIGNS

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

L-100-22

20. L-100-20 Lighting Systems – Remove And Replace Transformer For Existing Guidance Or Distance Remaining Sign, per Each.

21. L-100-21 Replace Existing Runway Weather Sensor With New Runway Sensor, per Each

END OF SECTION L-100

Page 29: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-1 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

TUNNELED PIPE CONSTRUCTION

SECTION 02410

PART 1 GENERAL

1.01 SUMMARY

A. The work specified in this Section includes tunnel excavation in soil using a tunnel boring machine (TBM), and final tunnel lining.

B. This Section includes Specifications for the installation of pipe(s) using tunneling technique and jacking technique as indicated on the Drawings. Pipe to be installed under this Section is described elsewhere in these Specifications.

C. Tunnel initial support system, shaft excavation, temporary earth retention system, ventilation, dewatering, contact grouting, structural portland cement concrete and monitoring requirements are described elsewhere in these Specifications.

1.02 RELATED WORK

A. Related Sections include the following:

1. Section D-701 – Pipe for Storm Drains

2. Section P-152 – Excavation and Embankment

3. Section 02428 – Concrete Pipe for Tunnel Construction

1.03 PERFORMANCE REQUIREMENTS

A. The Contractor must determine excavated diameter and size of tunnels, based on requirements for installing the permanent lining and subject to requirements shown on the Drawings.

B. The Contractor must expect to construct tunnels in glacial till material with confined and pressurized water bearing silt and sand layers and inclusion of cobbles and boulders as expected in glacial tills and as indicated in the boring logs. The subsurface data, including boring logs and tests results, are included on the Drawings. The Contractor must employ appropriate tunneling equipment and methodologies to successfully complete tunneling and the project. By submitting his Bid, the Contractor attests that he has satisfied himself as to the practicality and feasibility of the Contractor's selected tunneling method based on the available soil and subsurface data and/or any other investigations

Page 30: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-2 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

and analysis performed by the Contractor or others.

C. The Contractor may elect to use a one-pass tunneling and pipe jacking to provide both initial ground support and final lining; or may elect to use a two-pass conventional tunneling and install carrier pipe or cast-in-place concrete lining inside the initial ground support system. If a one-pass tunneling is elected, Contractor must provide means to prevent the collapse of pressurized silt and sand into the tunnel overcut area. If two-pass tunneling with the initial support system is elected, a layer of filter fabric must be used outside the initial support system preventing the silt and sand intrusion into the excavated tunnel.

D. For pipe-in-tunnel construction, initial ground support system inside diameter must be at least 12 inches larger than the carrier pipe outside diameter at the joint.

E. The porous silt and sand layers (aquifers) under piezometric pressure head that are going to be intercepted by tunneling excavation must be relieved by an appropriate dewatering system. A minimum dewatering requirement must consist of dewatering system to lower and maintain the groundwater 4-feet below the tunnel invert prior to and during construction.

F. Tunneling under runways, taxiways and major utilities must be arranged and completed nonstop and on around the clock basis.

G. Contractor is responsible for installation of any additional intermediate workshafts and any intermediate jacking stations that become necessary, without any additional cost to the Commissioner.

1.04 TOLERANCES

A. The Contractor must design and construct the construction shafts for jacking and must construct the tunnel in accordance with all applicable Federal, State, local, City of Chicago, and O’Hare Airport regulations.

B. Construct final tunnel lining to within 6 inches of established horizontal alignment and to within 2 inches of established grade. Make alignment corrections at a rate not to exceed 3 inches in 100 feet.

C. Construct tunnel to more stringent tolerances if necessary to complete the permanent structure as shown on the Drawings.

D. Construct jacked pipe tunnel to more stringent tolerances if necessary to avoid excessive joint deflection and overstress of the pipe or joint.

Page 31: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-3 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

E. Tolerance for ground surface settlement along centerline of tunnel at all locations is the amount of settlement which does not cause damage to existing underground or surface utilities, structures or other site objects; or, 1-1/2 inches, whichever is less.

F. Tolerance for ground settlement above the tunnel alignment under the roadways and taxiways and runway pavements induced by dewatering and jacking/tunneling operations is 0+ 1/4 inches.

1.05 SUBMITTALS

A. Prepare and submit all submittals in accordance with the Schedule and Submittal Section requirements.

B. Describe and submit the Tunneling Work Plan, including the following information:

1. Sequence of shaft and tunnel excavation, including number and duration of daily shifts.

2. Dimensions of tunnel excavations, including starter and back tunnels.

3. Tunnel break-in and break-out designs.

4. Methods of excavation, and equipment to be used.

5. Method of face support and preventing over mining and loss of ground.

6. Method of preventing the collapse of pressurized silt and sand into the tunnel overcut area.

7. Dewatering system and means to relieve the pressure from the pressurized silt and sand to be intercepted by the tunnel excavation.

8. Tunnel Boring Machine (TBM) and other tunneling apparatus to be used, including manufacturer, dimensions, face control capability, amount of overcut on the cutterhead radius, propulsion system, articulation provisions, means of installing initial ground support system, trailing gear, and seal between TBM and leading pipe.

9. Provisions for removing obstructions from in front of TBM or tunneling apparatus cutter head: Boulders larger than 3 ft. in diameter may be fragmented using a non-electric blasting cap and a binary explosive product upon approval from the Commissioner. The submittal for rock fragmentation using binary explosives must include the product specifications, blasting permit, and procedures for storage, handling, air

Page 32: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-4 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

monitoring, emergency response, safety, security, disposal and reporting, proof of insurance, and proof of a manufacturer’s license for use of these explosive components issued by the Bureau of Alcohol, Tobacco, Firearms and Explosives. This blasting method may not be used until this submittal has been approved. The Commissioner may reject the rock fragmentation submittal at any point during this contract.

10. Muck handling equipment and methods, including muck transfer from the heading, surface retention and processing, and disposal.

11. Provisions for controlling line and grade, and survey frequency with respect to progress of excavation.

C. Submit the Pipe Jacking Plan, including the following information:

1. Layout of launch shafts and reception shafts.

2. Jacking equipment and methods, including jack arrangement and capacity, and thrust ring design.

3. Thrust block design and capacity.

4. Intermediate jacking stations, including jack arrangement and capacity, jack interface with pipe, external shield design, and method of closure.

5. Lubricant composition, injection locations, and pump capacity (pressure and volume).

D. Contact grouting composition, equipment and procedure, including grout hole pattern. For pipe-in-tunnel construction and sliplining construction, describe procedures and equipment for installing carrier pipe, methods for placing pipe in the vertical alignment shown on the Drawings, and methods for maintaining carrier pipe in alignment during contact grouting. Also describe plan for repair and removal of unacceptable or damaged pipe sections and plan for patching and repair of pipe joints and non-smooth surfaces.

E. For cast-in-place concrete lining, describe concrete forms including diameter and length, methods of transporting concrete, methods of placing concrete behind forms, methods of vibrating concrete, and duration of curing before stripping forms. Also describe plan for repair or removal of unaccepted lining sections and plan for patching and repair of cold joints and non-smooth surfaces.

PART 2 PRODUCTS

Page 33: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-5 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

2.01 RCP PIPE FOR JACKING

A. Permanent (carrier) RCP pipe for jacking in single-pass tunnel construction must conform to requirements for Section 02428 Concrete Pipe for Tunnel Construction and ASCE 27-00 -Standard Practice for Direct Design of Precast Concrete Pipe for Jacking in Trenchless Construction.

2.02 RCP PIPE-IN-TUNNEL

A. Permanent (carrier) RCP pipe for installation inside a tunnel initial ground support system must conform to Section 02428 Concrete Pipe for Tunnel Construction and ASCE 27-00 -Standard Practice for Direct Design of Precast Concrete Pipe for Jacking in Trenchless Construction. In case of cast-in place concrete lining, refer to Section P-610 – Structural Portland Cement Concrete.

PART 3 EXECUTION

3.01 GENERAL TUNNELING REQUIREMENTS

A. Methods of tunnel excavation must fully support the face and control loss of soil during excavation as well as periods of shutdown.

B. Excavate tunnels in a uniform and controlled manner. Control loss of soil into the excavation as necessary to prevent damage, settlement, or loss of support to adjacent structures and utilities, to maintain stability of the excavation, and to preserve the original strength of soils surrounding the excavation.

C. At least once per shift as excavation progresses, examine the ground surface along the excavation for cracking, subsidence, or other signs of distress that may indicate potential failure of the initial ground support system, excessive lost ground, or excessive ground movement.

D. Where excavation is discontinued for a period longer than the standup time of the ground, secure and support the entire face of the excavation.

3.02 TBM REQUIREMENTS

A. The TBM must be equipped with the following features:

1. Full-face rotating cutterhead;

2. Articulated and steer-able to maintain line and grade within tolerances specified;

Page 34: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-6 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

3. Provision to limit and correct roll;

4. Provision to thrust off the ground support system without distorting or distressing the ground support system;

5. Hydraulically controlled doors (flood doors) in the face, capable of being partially to fully closed to control entry of flowing ground through the face;

B. A TBM used in combination with pipe jacking must be, at a minimum, equipped with the following features:

1. Overcut not to exceed 1 inch on the radius without approval by the Commissioner.

2. Seal between the TBM and the leading pipe to prevent infiltration of soil, groundwater, or lubricant into the tunnel; seal must be approved by the TBM manufacturer.

3. TBM cutter head must allow for removal of cobbles and boulders less than 3-feet in diameter. A non-electric blasting cap and a binary explosive product may be used in certain locations for splitting and removal of boulders larger than 3-feet in diameter upon approval from the Commissioner. Blasting may not be used near underground utilities, FAA Facilities and other locations in the airport as determined by the Commissioner.

4. Provisions for the injection of lubricant into the annular space between the leading pipe and the ground.

3.03 PIPE JACKING EQUIPMENT REQUIREMENTS

A. Jacking equipment must be capable of advancing the pipe in a controlled manner without overstressing the pipe. Jacking equipment must be equipped with the following features:

1. A device to measure applied jacking loads.

2. Means to prevent the main jacks from exceeding maximum allowable concentric jacking load for the pipe.

B. Mount main jacks in a jacking frame located in the launch shaft. Provide a thrust ring to ensure uniform load distribution across the face of the joint, so as not to damage the pipe.

C. Design thrust blocks to distribute jacking loads into the ground so that the shaft support system and surrounding ground are not loaded or deflected in a detrimental manner, and so that the jacking frame remains aligned. Thrust block capacity must be at least 50 percent

Page 35: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-7 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

greater than the anticipated maximum jacking load.

D. Accurately position the launch shaft guide rails with respect to line and grade, and firmly secure.

E. Mount the guidance system laser rigidly and independent of the thrust wall, so as not to be affected by jacking forces.

3.04 PIPE JACKING PROCEDURES

A. Minimize loss of lubricant, groundwater, and soil into the shaft at the pipe penetration, to prevent binding of the pipe and excessive ground settlement outside the shaft. Provide exit seals in launch shafts and entry seals in reception shafts as necessary. Supplement seals with ground modification measures as necessary to achieve desired results.

B. Minimize dewatering outside of shafts so as not to increase side friction on the pipe.

C. Examine jacking pipe for defects on arrival on site and just before laying. Remove defective pipe from the site and replace with a sound pipe.

D. Contractor must check pipe joints during jacking operation to be sure no crushing of joints is occurring.

E. Inject lubricant into the annular space between the pipe and the ground to minimize friction loads on the pipe. Lubricant must consist of water mixed with bentonite, polymers, or other lubricants having no deleterious effect on the pipe or groundwater.

F. Replace lubricant lost into the surrounding formation. Control injection pressure to minimize loss of lubricant into utility trench backfill or to the ground surface.

G. Avoid overstressing the pipe. During periods of shutdown take all necessary precautions to prevent the pipe from becoming bound in place. Where jacking loads on the pipe exceed 80 percent of the maximum allowable concentric jacking load for the pipe, threatening completion of the drive, continue the drive 24 hours per day until completed.

H. If the pipe "freezes" during pipejacking and the Contractor is unable to move it again, the location of any recovery shaft is subject to approval by the Commissioner. The Contractor must be solely responsible for

Page 36: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-8 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

costs associated with the recovery.

I. On completion of jacking run between consecutive launching and receiving shafts, perform contact grouting in conformance with these Specifications.

3.05 DRIVING RECORDS

A. During tunneling operations make the following records as a minimum, at least one record per pipe length:

1. Rate of advance.

2. Attitude of TBM or shield including line, level, square, plumb, and roll with respect to design line and grade.

3. TBM cutterhead torque, rpm, and direction.

4. TBM slurry chamber pressure (if used).

5. Jacking load exerted on pipe at each jacking station.

6. Lubricant injecting pressure.

7. Brief description of soils.

8. Significant groundwater ingress.

B. Make driving records available to the Commissioner on request.

3.06 PROTECTION OF ADJACENT STRUCTURES

A. In the event that systematic ground losses during tunnel excavation cause or threaten to cause structures (including pavements and utilities) to settle or move in excess of allowable limits, as indicated by settlement monitoring, cease tunnel excavation and modify equipment and methods of excavation to reduce ground movements to within allowable limits.

3.07 ILLUMINATION

A. Provide lighting for the entire length of tunnel whenever the tunnel is occupied. Lighting must be sufficient to ensure the safety of those entering the tunnel, and must conform to OSHA requirements as a minimum.

B. Provide temporary portable lighting in tunnel and shafts as necessary for Commissioner to evaluate conformance of permanent linings and structures with Contract requirements.

Page 37: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-9 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

3.08 EMERGENCY MEASURES

A. Provide emergency electric power supply that is independent of the primary electric power supply, and which is capable of powering the tunnel lighting, ventilation and dewatering systems.

B. Whenever there is a condition which is likely to endanger the stability of the excavation or adjacent work or structures, operate with a full crew for 24 hours per day including weekends and holidays without interruption until those conditions are mitigated.

3.09 SURVEYING

A. Maintain line and grade to provide for placement of final tunnel lining within specified tolerances.

B. As a minimum, survey tunnel line and grade for each 200 feet of advance since the previous survey, determining line and grade along tunnel invert at regular intervals not to exceed 25 feet.

C. Report to the Commissioner the actual line and grade with respect to design line and grade, within one working day of performing survey and prior to applying for progress payment for the respective length of tunnel.

D. Tunnel surveys must be sealed by a Professional Engineer or Land Surveyor registered in the State of Illinois.

3.10 PATCHING PIPE JOINTS

A. All pipe joints must be patched with a cement mortar from the tunnel inside after contact grouting is completed. The cement mortar must be non-shrinkable mortar with a compressive strength of higher than pipe or liner’s compressive strength. For joints wider than one inch, the joints must be filled and patched with a mix of approved fibers and mortars.

3.11 REMOVAL AND REPAIR OF DAMAGED PIPE OR LINER SECTION

A. Damaged pipe or liner sections and pipe or liner sections with damaged joints must be removed or repaired to the satisfaction of Commissioner with no additional cost to the project. Any pipe with structural damage, based on Commissioner’s opinion, must be jacked out (recycled) and replaced with a new pipe prior to contact grouting.

PART 4 METHOD OF MEASUREMENT

Page 38: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

CHICAGO DEPARTMENT OF AVIATION 02410-10 TUNNELED PIPE CONSTRUCTION

MIDWAY INTERNATIONAL AIRPORT

RUNWAY 4R-22L REHABILITATION

ADDENDUM 2

March 31, 2016

4.01 MEASUREMENTS

A. Measurement for Tunneled Pipe Construction will be the actual linear feet of pipe in place, measured along the centerline of the pipe from end or outside face of final structure in the launching shaft to the end or outside face of final structure in receiving shaft, whichever is applicable. Measurement will be based on surveys taken at the site as directed by the Commissioner.

B. The several installed pipe sizes must be measured separately.

PART 5 BASIS OF PAYMENT

5.01 PAYMENT

Payment for Tunneled Pipe Construction will be made at the Contract unit price per lineal foot of tunneled pipe for each sewer size designated. The price must be full compensation for furnishing all materials and for all preparation, submittals, excavation, construction of jacking and receiving pits and workshafts/support system, construction of any additional intermediate workshaft, installation and utilization of any intermediate jacking station, dewatering, disposal of excavation, ground improvement at tunnel eye, contact grouting, joint patching, liner and pipe repair, instrument monitoring; and for all labor, equipment, tools, monitoring, testing, and incidentals necessary to complete the item.

5.02 BASIS OF PAYMENT

A. Payment will be made under the following Item:

1. Item 02410-01 – Reinforced Concrete Pipe, 30”; Tunneled in Place, per lineal foot

2. Item 02410-02 – Reinforced Concrete Pipe, 36”; Tunneled in Place, per lineal foot

END OF SECTION 02410

Page 39: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

G-02

MAP MAP SRL

INDEX OF SHEETS

2

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

$FIL

E$

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

$D

AT

E$

$TIM

E$

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

03/02/2016

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

01 03/02/16

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

PATRICK ENGINEERING INC.

55 EAST MONROE STREET

SUITE 3450

CHICAGO, IL 60603

patrickengineering.com

M6107.15-00

ISSUED FOR BID

03/31/1602 ADDENDUM 2

Page 40: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

G-03

MAP MAP SRL

SUMMARY OF QUANTITIES

2

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

$FIL

E$

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

$D

AT

E$

$TIM

E$

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

03/02/2016

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

01 03/02/16

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

PATRICK ENGINEERING INC.

55 EAST MONROE STREET

SUITE 3450

CHICAGO, IL 60603

patrickengineering.com

M6107.15-00

ISSUED FOR BID

03/31/1602 ADDENDUM 2

Page 41: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

4

8" (REC)

(REC)30" RCP

30" RCP

24"

RCP

24"

RC

P

18" VCP

15" VCP

15" VCP

15"

VCP

12"

VCP

15" VCP

(REC)

12" VCP

12" VCP (REC)

18"

VCP

(REC)

12" ST

(REC)

12" ST 2

4"

RC

P

REC MH

(REC)

8 VCP

15" ST

15" ST

IH (REC)

IH (REC)

(R

EC)

8"

VC

P

4R-22L 4R-22L

4R-22L

4R-22L

4R-22L4R-22L

22L-4R22L-4R 22L-4R

22L-4R22L-4R

C RC R C R C R C R C R C R C R C R C C C R C C C R C C

4R

-02

5

RCRB

RBRBRBRBRBRBRBRBRB

4R

-02

4

4R

-02

3

4R

-02

2

4R

-02

1

4R

-02

0

4R

-01

9

4R

-01

8

4R

-01

7

4R

-01

6

4R

-01

5

4R

-01

4

4R

-01

3

4R

-01

2

4R

-011

4R

-00

9

4R

-00

8

4R

-00

7

4R

-00

6

4R

-00

5

4R

-00

4

4R

-00

3

4R

-00

2

4R

-00

1

22L-4RV

Z22L-4R

Z

4R

YR

YC

YR R YR Y

R Y

R YC Y

C YC Y

C Y YC

YRYR

C Y C YYC

YC

4R-024R-03

4R-04

4R-05 4R-064R-07

4R-08 4R-09

4R-844R-85

4R-864R-87

4R-884R-894R-90

4R-

5

D4R-2

2L

Y

4R

Z

22L-4RZ

V

Y 4R-22L

4R-22LVV 4R-22L

YV

V

YV

G/O

G/Y

G/GR/R

R/R

R/R

R/R

R/R

R/RR/R

R/R

G/O

G/O

G/O

G/O

G/O

C/Y

G/G

G/G

G/O

G/G

G/G

G/G

G/G

G/G

G/G

G/G

G/G

G/G

G/Y

4R-01

4RTR-09

4RTR-10

4RTR-12

4RTR-11

4RTR-13

4RTR-14

4RTR-15

4RTR-16

4RTR-17

4RTR-18

4RTR- 19

4RTR-24

4RTR-25

4RTR-26

4RTR-27

4RTR-28

4RTR-29

4RTR-30

4RTR-01

4RTR-02

4RTR-03

4RTR-04

4RTR-05

4RTR-064RTR-07

4RTR-08 VOL-11

VOL-09

VOL-08

VOL-07

VOL-06

VOL-05

VOL-15

VOL-14

VOL-16

VOL-13

VOL-17

VOL-18

VOL-19

-23

VOL-22

VOL-21

VOL

-20

VOL

-01

VOL -02

VOL-03

VOL -04

VOL

4R-010

4RTR-21

4RTR-22

4RTR- 20

4RTR-23

GL-01 GL-02

60

56

57

50

52

53

41

39A

G

Y

DC

L-1

8

Y

O

DC

L-1

9

G

O

DC

L-2

0

Y

O

DC

L-2

1

G

O DC

L-2

2

YO D

CL

-23

VO

L-1

0

VO

L-1

2

51

10+00

15+00

20+00

25

+00

30

+00

60+0

0

10

+00

15

+00

10

+00

15

+00

20+00

25+00

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

M:\

4810 D

OA

Runw

ay 4

R-2

2L

Rehab M

idw

ay\0

4 -

CA

DD

Fil

es\0

4 -

Sheet

Fil

es\M

6107.1

5-E

-01-L

GT

PL

.dgn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

3/2

8/2

016

11:4

7:0

3 A

M

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

31L613.62

31R608.99

XX

XX

XX

XX

XX

patrickengineering.com

CHICAGO, IL 60603

SUITE 3450

55 EAST MONROE STREET

PATRICK ENGINEERING INC.

M6107.15-00

03/02/2016

RWY 4R-22L

MA

TC

HL

INE

SE

E S

HE

ET

E-0

2

E-01

0 25 50

TW

Y Z

TWY Y

TW

Y V

ICS HR DD

TWY

D

TWY D, K, V, Y, Z

PROPOSED RWY 4R-22L

NOTE 13

NOTE 13NOTE 15

NOTE 15

NOTE 14

NOTE 12

NOTE 12

NOTE 12

NOTE 12

NOTE 12

NOTE 12

NOTE 12

NOTE 2

NOTE 2

NOTE 2

NOTE 15 (TYP.)

NOTE 2

NOTE 15 (TYP.)

NOTE 13

NOTE 13

NOTE 10 (TYP.) NOTE 10 (TYP.)

NOTE 2

NOTE 2

NOTE 2

NOTE 5NOTE 9

NOTE 7

NOTE 5 (TYP.)

9,15

NOTES

(TYP.)

NOTE 6

NOTE 3 (TYP.)NOTE 4 (TYP.)

(TYP.)

NOTE 6

NOTE 6

NOTE 9

(TYP.)

NOTE 6

NOTE 5 (TYP.)

MATCHLINE SEE SHEET E-06

NOTES:

5.

4.

3.

2.

1.

9.

8.

7.

6.

NOTE 10

NOTE 8

NOTE 8

NOTE 8

NOTE 15 NOTE 15

NOTE 12

NOTE 16

NOTE 6 (TYP.)

COMMISSIONER.

NEW FOUNDATION INCLUDING ALL WIRING AS DIRECTED BY THE

INSTALL NEW CDA PROVIDED GUARD LIGHT. PROVIDE AND INSTALL

NEW WEATHER SENSOR.

REMOVE EXISTING WEATHER SENSOR (WS). PROVIDE AND INSTALL

BANK WITH 2-1/C #6 AWG WIRE.

AND NEW 2 WAY, 3" SCHEDULE 80 PVC CONCRETE ENCASED DUCT

PROVIDE AND INSTALL NEW DUCT BANK, CONDUIT, WIRING, TAGS,

REMOVE EXISTING DUCT BANK, CONDUIT, AND WIRING.

INTERCEPT EXISTING DUCT BANK.

PROVIDE AND INSTALL NEW PANEL ON EXISTING SIGN.

FOR DEMOLITION WORK, SEE SHEETS CD-01 THROUGH CD-09.

WIRING, AND TAGS.

PROVIDE AND INSTALL NEW BASE, TRANSFORMER, CONDUIT,

INSTALL NEW CDA PROVIDED ELEVATED EDGE LIGHT FIXTURE.

17.

16.

15.

14.

13.

12.

11.

10.

17,18

NOTES

TRANSFORMER, WIRING, AND TAGS.

COVERING DURING CONSTRUCTION. PROVIDE AND INSTALL NEW

TAGS, AND WIRING ON BASE. PROVIDE TEMPORARY PROTECTIVE

REMOVE EXISTING RWY ELEVATED EDGE LIGHT, TRANSFORMER,

EXISTING DUCTBANK.

INSTALL NEW WIRING (SAME SIZE, TYPE, AND QUANTITY) IN

REMOVE WIRING FROM EXISTING DUCTBANK. PROVIDE AND

WIRING, AND TAGS.

CONSTRUCTION. PROVIDE AND INSTALL NEW TRANSFORMER,

PROVIDE TEMPORARY PROTECTIVE COVERING DURING

TRANSFORMER, TAGS, AND ALL WIRING FROM EXISTING CAN.

REMOVE EXISTING IN PAVEMENT CENTERLINE LIGHT FIXTURE,

TRANSFORMER, CONDUIT, WIRING, AND TAGS.

INSTALL NEW SIGN. PROVIDE AND INSTALL NEW BASE,

DURING CONSTRUCTION.

PROTECT ALL EXISTING BASES, CANS, CONDUIT AND WIRING

TRANSFORMER, BASE, CONDUIT, WIRING AND TAGS.

REMOVE EXISTING ELEVATED EDGE LIGHT FIXTURE,

CLOSEST IN PAVEMENT LIGHT FIXTURES IN BOTH DIRECTIONS.

PROVIDE AND INSTALL NEW WIRING ANDTAGS BETWEEN

AND CONNECT TO EXISTING DUCT BANK IN BOTH DIRECTIONS.

LIGHT FIXTURE IN BOTH DIRECTIONS. PROVIDE NEW DUCT BANK

EXISTING CONDUIT, WIRING AND TAGS TO CLOSEST IN PAVEMENT

INCLUDING IN PAVEMENT CAN AND TRANSFORMER. REMOVE

REMOVE EXISTING IN PAVEMENT EDGE LIGHT ASSEMBLY

AND INSTALL NEW TRANSFORMER, WIRING, AND TAGS.

AND TAGS. INSTALL NEW CDA PROVIDED WIND CONE. PROVIDE

REMOVE EXISTING WIND CONE INCLUDING TRANSFORMER, WIRING,

PROVIDE AND INSTALL NEW TRANSFORMERS, WIRING, AND TAGS.

TEMPORARY PROTECTIVE COVERING DURING CONSTRUCTION.

LIGHTS, TRANSFORMERS, TAGS, AND WIRING. PROVIDE

REMOVE EXISTING ELEVATED AND IN PAVEMENT THRESHOLD

21.

20.

19.

18.

NOTE 21

EXISTING HOLD BAR TO REMAIN.

SIGNS.

SYMBOL 60 REFERS TO SIGN NUMBER 60. TYPICAL SYMBOL FOR

STORE, AND PROTECT FROM DAMAGE WHILE OUT OF SERVICE.

IN PAVEMENT CENTERLINE THROUGHOUT, CONTRACTOR SHALL

FOR RE-USING EXISTING LIGHT FIXTURES - EDGE, THRESHOLD,

PROVIDE AND INSTALL 2-1/C #6 AWG WIRE BACK TO ALCV.

02 03/31/16 ADDENDUM 2

01 03/02/16 ISSUED FOR BID

2

2

2

2

Page 42: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

QM01

QM01

T

T

T

W

30"

W

V

V

V

V

V

V

V

V

V

V

V

V

V

V

V

V

V

V

R BR BR BR BR BR BR BR BR B

R B

R CR CR CR CR CR CC CR CC C4

R-1

04

N22L-4R

R

22

L

22L-4R Q

N Q22

L

Q

S

Q

22L

Q

N

S1

5

S 4R-22L

22L

Y

4R-22L

N

Y4R-22L

N4R-22L4R-22LQ

Q 4R-22L4R-22LS

R C C C

R C

R BR B

4R

-12

8

4R

-12

7

4R

-12

6

4R

-12

5

4R

-12

3

4R

-12

2

4R

-12

1

4R

-12

0

4R

-119

4R

-118

4R

-12

4

4R-117

4R

-115

4R

-113

4R

-114

4R

-112

4R

-111

4R

-110

4R

-10

9

4R

-10

7

4R

-10

8

4R

-10

6

Y R

22L-50Y R

22L-49Y R

22L-48

Y R

22L-45

Y C

22L-42

CY

22L-43

RY

22L-44

RY

22L-46

Y C

22L-54Y C

22L-53RY RY

CY

22L-4R R

R

4R

-10

5

SC

L-0

5

SC

L-0

4

SC

L-0

3

SC

L-0

2

SC

L-0

1

SC

L-0

6

SC

L-0

7S

CL

-08

SC

L-0

9

SC

L-1

3

SC

L-1

2

SC

L-1

1SC

L-1

0

5

6

7

8

9

10

11

12

13

14

15

16

17

18

O/G

Y/G

O/G

O/G

O/G

O/G

O/O

O/O

O/G

O/G

O/G

O/G

O/G

O/G

O/G

O/G

O/G

R/R

R/R

R/R

R/R

R/R

R/R

R/R

R/R

CYCY

RY

RY

22L-55

22L-4022L-41

22LTR-09

22LTR-13

22L-47

22L-5122L-52

O/G

22LTR-10

22LTR-11

22LTR-12

22LTR-13

22LTR-14

22LTR-15

22LTR-16

22LTR-17

22LTR-08

22LTR-07

22LTR-06

22LTR-05

22LTR-04

22LTR-03

22LTR-02

22LTR-01

22LTR-3022LTR-2922LTR-2822LTR-27

O/GO/G

Y/G

22LTR-26

22LTR-25

22LTR-24

22LTR-23

22LTR-22

22LTR-21

22LTR-20

22LTR-1822LTR-19

4R-116R C

309

161

310 154

307

181

151

149

147146

145

142

142A

143

144

152

159

153

160

Y4R-22L

80+00

85

+00

40

+00

45

+00

10

+00

65+00

70+00

75+00

70+00

75+00

80

+00

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

M:\

4810 D

OA

Runw

ay 4

R-2

2L

Rehab M

idw

ay\0

4 -

CA

DD

Fil

es\0

4 -

Sheet

Fil

es\M

6107.1

5-E

-05-L

GT

PL

.dgn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

3/2

8/2

016

11:5

1:5

2 A

M

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

31L613.62

31R608.99

XX

XX

XX

XX

XX

patrickengineering.com

CHICAGO, IL 60603

SUITE 3450

55 EAST MONROE STREET

PATRICK ENGINEERING INC.

M6107.15-00

03/02/2016

4R-22L 4R-22L 4R-22L4R-22L 4R-22L

4R-22L4R-22L

4R-22L

4R-22L

22L-4R

22L-4R

22L-4R

4R-22L4R-22L

22L-4R

4R-22L 4R-22L22L-4R

22L-4R

4R-22L

MA

TC

HL

INE

SE

E S

HE

ET

E-0

4

RWY 4R-22L

E-050 25 50

TW

Y R

TW

Y N

TWY Y

TW

Y N

TW

Y Q

TW

Y S

TW

Y Q

ICS HR DD

TWY N, Q, R, S, Y

PROPOSED RWY 4R-22L

NOTES:

NOTE 6

NOTE 6

NOTE 6

NOTE 4

NOTE 6

NOTE 6

NOTE 4

NOTE 7

NOTE 6

NOTE 2 (TYP.)

NOTE 1 (TYP.) NOTE 3 (TYP)

NOTE 6

NOTE 6

NOTE 6

NOTE 6

NOTE 6NOTE 6 NOTE 6

NOTE 6

NOTE 6

NOTE 6

NOTE 6NOTE 6

NOTE 9

NOTE 9NOTE 9

NOTE 9

(TYP.)

NOTE 8

(TYP.)

NOTE 10

NOTE 4

NOTE 4NOTE 10

NOTE 10

10

NOTE

NOTE 10

NOTE 10

12.

11.

10.

9.

8.

7.

6.

5.

4.

3.

2.

1.

NOTE 6

SIGNS.

SYMBOL 60 REFERS TO SIGN NUMBER 60. TYPICAL SYMBOL FOR

STORE, AND PROTECT FROM DAMAGE WHILE OUT OF SERVICE.

IN PAVEMENT CENTERLINE THROUGHOUT, CONTRACTOR SHALL

FOR RE-USING EXISTING LIGHT FIXTURES - EDGE, THRESHOLD,

PROVIDE AND INSTALL NEW TRANSFORMER, WIRING, AND TAGS.

WIRING. PROVIDE TEMPORARY PROTECTIVE COVERING DURING CONSTRUCTION.

REMOVE EXISTING IN PAVEMENT EDGE LIGHTS, TRANSFORMERS, TAGS, AND

AND TAGS.

PROVIDE AND INSTALL NEW TRANSFORMERS IN EXISTING CANS, WIRING

WIRING, AND TAGS.

DURING CONSTRUCTION. PROVIDE AND INSTALL NEW TRANSFORMER,

TAGS, AND WIRING. PROVIDE TEMPORARY PROTECTIVE COVERING

REMOVE EXISTING IN PAVEMENT CENTERLINE LIGHTS, TRANSFORMERS,

WIRING, AND TAGS.

CONE ON EXISTING FOUNDATION. PROVIDE AND INSTALL NEW TRANSFORMER,

TAGS FROM EXISTING FOUNDATION. INSTALL NEW CDA PROVIDED WIND

REMOVE EXISTING WIND CONE INCLUDING TRANSFORMER, WIRING, AND

PROVIDE AND INSTALL NEW PANELS ON EXISTING SIGN.

CONSTRUCTION.

PROTECT ALL EXISTING BASES, CANS, CONDUITS, AND WIRING DURING

TRANSFORMERS, WIRING, AND TAGS.

COVERING DURING CONSTRUCTION. PROVIDE AND INSTALL NEW

TRANSFORMERS, TAGS, AND WIRING. PROVIDE TEMPORARY PROTECTIVE

REMOVE EXISTING ELEVATED AND IN PAVEMENT THRESHOLD LIGHTS,

WIRING (SAME SIZE, TYPE, AND QUANTITY) IN EXISTING DUCT BANK.

REMOVE WIRING FROM EXISTING DUCTBANK. PROVIDE AND INSTALL NEW

TRANSFORMER, WIRING, AND TAGS.

AND TAGS FROM EXISTING BASE. PROVIDE AND INSTALL NEW

REMOVE EXISTING ELEVATED EDGE LIGHT, TRANSFORMER, WIRING,

WIRING, AND TAGS.

DURING CONSTRUCTION. PROVIDE AND INSTALL NEW TRANSFORMER,

TAGS, AND WIRING. PROVIDE TEMPORARY PROTECTIVE COVERING

REMOVE EXISTING IN PAVEMENT CENTERLINE LIGHTS, TRANSFORMERS,

01 03/02/16 ISSUED FOR BID

02 03/31/16 ADDENDUM 2

2

Page 43: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

E-14

ELECTRICAL DETAILS

ICS HR DD

01 03/02/16 ISSUED FOR BID

02 03/31/16 ADDENDUM 2

2

STEP 2

STEP 1

STEP 4

SEALANT

FINAL GRADE

NEW 2" CND

**

TO LOCATE CENTER

FIRST CORE 4" DIA.

TOP SECTION

IN PREPARATION FOR

SECOND CORE 16" DIA.

STEP 3

*

TOP SECTION

L-868B BASE

*

TOP SECTION

L-868B BASE

TRANSFORMER LEAD

SECONDARY

L-823 CONNECTOR (TYP)

NOMINAL SIZE 4"x8"x2"

NEW RED CLAY BRICK

*

CEMENT CONCRETE

P-610 PORTLAND

CEMENT CONCRETE

P-610 PORTLAND

CEMENT CONCRETE

P-610 PORTLAND

CEMENT CONCRETE

P-610 PORTLAND

3' SLACK (TYP)

SEE DETAIL A

2" PVC DRAIN PIPE (TYP.)

NEW SHOULDERS

BOTTOM SECTION FOR

L-868B BASE 18" DEEP

PROTECTION COURSE

P-154 FROST

PROTECTION COURSE

P-154 FROST

PROTECTION COURSE

P-154 FROST

NEW SHOULDERS

BOTTOM SECTION FOR

L-868B BASE 18" DEEP

NEW SHOULDERS

BOTTOM SECTION FOR

L-868B BASE 18" DEEP

COURSE)(P-405 BITUMINOUS SURFACEFOR NEW SHOULDERS3" PAVEMENT THICKNESS

LIGHT FIXTURE (CDA PROVIDED)

LIGHT FIXTURE (CDA PROVIDED)

1

E-14

REINFORCING STEEL (REBAR CAGE)SCALE: NTS

BIT. PAVEMENT

BIT. PAVEMENT

BASE COURSE

TOP OF P-405 BITUMINOUS

SEE PHASING PLANS.

RE-OPENED AT THE END OF THE WORKSHIFT. FOR ADDITIONAL INFORMATION

WHEN WORKING ADJACENT TO PAVEMENTS THAT ARE REQUIRED TO BE

THE CONTRACTOR SHALL USE P-610 RAPID SETTING CEMENT CONCRETE

BULLSEYE PLATE

(L-852C/D/G) IN BITUMINOUS PAVEMENT

NOTES FOR INSTALLATION OF NEW IN-PAVEMENT LIGHTS

O-RING GASKET

IN-PAVEMENT LIGHT FIXTURE. SEE NOTE 4.

L-868 BASE CAN

L-868 EXTENSION RING

FINISH GRADE (TOP OF PAVEMENT)

SEE NOTE 5.

(WHERE REQUIRED),

LEVEL CORRECTION

RING FOR FINAL

TAPERED SPACER

RING.

SEALANT ALL AROUND CORED ANNULAR

MORTAR EPOXY MATERIAL OR APPROVED

COURSE

PROTECTION

P-154 FROST

NEW SHOULDERS

SECTION FOR

BOTTOM DEEP

L-868B BASE 18"

DETAIL A6.

5.

4.

3.

2.

1.

AND PROCEDURE ADOPTED BY THE CONTRACTOR.

THE HEIGHT OF THE EXTENSION RING MAY BE ALTERED DEPENDING ON THE PAVING METHOD

RINGS.

RINGS MAY BE STACKED TOGETHER. USE THE THINNER AND THE LEAST NUMBER OF SPACER

PRESERVE THE BASE INTEGRITY AND PROPER BOLT TORQUE, A MAXIMUM OF THREE SPACER

MUST BE USED FOR HEIGHT CORRECTIONS OF 1/16" TO 1 15/16" INCREMENTS. IN ORDER TO

RINGS MUST BE IN ACCORDANCE WITH FAA AC 150/5345-42, LATEST EDITION. SPACER RINGS

SET BASE SUCH THAT USE OF SPACER RINGS IS MINIMIZED. USE AND INSTALLATION OF SPACER

FIXTURE BY SNOW PLOW.

THE FINISH GRADE (TOP OF PAVEMENT) IN ALL DIRECTIONS, TO PREVENT DAMAGE OF THE

AT FINAL INSTALLATION, THE EDGE RIM OF THE IN-PAVEMENT FIXTURE MUST BE FLUSH WITH

SHALL PROVIDE A MINIMUM 3/4" THREAD REVEAL WHERE THE BOLT PROTRUDES.

ENGINEERING BRIEF NO. 83. LENGTH OF BOLT TO BE DETERMINED IN THE FIELD, BUT

USE TWO PART LOCKING WASHERS WITH BOLTS. TORQUE BOLTS IN ACCORDANCE WITH FAA

LATEST EDITION AND FAA ENGINEERING BRIEF NO. 83.

INSTALL IN-PAVEMENT FIXTURES AND ACCESSORIES IN ACCORDANCE WITH FAA AC 150/5345-42,

RINGS, REFER TO THE APPROVED MANUFACTURER'S MATERIAL SUBMITTAL.

FOR ACTUAL DIMENSIONS OF IN-PAVEMENT FIXTURES, FLANGE RINGS, SPACER AND EXTENSION

FIXTURE)

GRADE AND EDGE RIM OF THE IN-PAVEMENT

OF DAM RING 1/8" BELOW THE PAVEMENT FINISH

FLANGE WITH PROTECTIVE DAM RING (SET TOP

1/8"

CATALOG)

MANUFACTURER'S

(OR AS PER

PROTECTIVE DAM RING

1 3/8" FLANGE WITH

DETAIL A NOTES:

SEE DETAIL A NOTE 5.

SEE DETAIL A NOTE 3.

WITH 2 PART LOCKING WASHERS (TYP),

METALLIC COATED BOLTS (NO ANTI-SEIZE),

SAE GRADE 2 FLUORO-POLYMER CERAMIC-

LOCKING WASHERS, SEE DETAIL A NOTE 3.

METALLIC COATED BOLTS WITH 2 PART

SAE GRADE 2 FLUORO-POLYMER CERAMIC-

SEE DETAIL A NOTE 5.

ADJUSTMENT WHERE REQUIRED,

FLAT SPACER RING(S) FOR HEIGHTRING, SEE DETAIL A NOTE 6

3 1/2" MIN. EXTENSION

AND PROPER BOLT TORQUE, A MAXIMUM OF THREE SPACER RINGS MAY BE STACKED TOGETHER.

LIGHTING FIXTURES UP TO THE CORRECT ELEVATION. IN ORDER TO PRESERVE THE BASE INTEGRITY

IF MORE THAN 3#4 INCH (19 MM) IS LEFT, FLAT SPACER RINGS CAN BE USED TO BRING THE

IF LESS THAN THAT REMAINS AFTER PAVING, THE LIGHTING FIXTURE WILL BE UNACCEPTABLY HIGH.

OF TYPICAL PAVING TOLERANCES OF |1/2 INCH (13 MM) BELOW THE PAVEMENT FINISHED SURFACE.

LIGHT BASE TOP FLANGE BE AT LEAST THE THICKNESS OF THE LIGHT FITTING PLUS THE THICKNESS

PARAMETERS THAT MUST BE MET. IT IS ABSOLUTELY NECESSARY THAT THE ELEVATION OF THE

TO THE RUNWAY SURFACE AND AZIMUTH WITH RESPECT TO THE CENTERLINE ARE TWO

ACCORDANCE WITH AC 150/5340-30, PARAGRAPH 11.2 ELEVATION OF THE BASE WITH RESPECT

12. THE CAN SHALL BE INSTALLED IN SUCH A MANNER THAT THE MOUNTING HEIGHT SHALL BE IN

THE PAVEMENT TOP.

BE LEVEL, AND THE TOP OF THE FIXTURE EDGE MUST BE BETWEEN +0 INCH AND -1/16 INCH FROM

IN THE LIGHTING SYSTEM MANUAL WITH A TOLERANCE OF|1/2 DEGREE. THE LIGHTING FIXTURE MUST

DESCRIBED PER AC 150/5340-30, PARAGRAPH 11.1. THE LIGHT BEAM MUST BE ALIGNED AS DESCRIBED

11. THE CAN SHALL BE INSTALLED SUCH THAT THE LIGHT BEAM (CENTER OF LIGHT BASE) IS ALIGNED AS

EPOXY CONCRETE.

JIG NOR LIGHT BASE ALIGNMENT IS DISTURBED (TYP.). FOR EXPEDIENCY, CONTRACTOR MAY USE

10. CONCRETE AROUND BASE CAN AND CONDUIT. PLACE CONCRETE ANCHOR USING CARE THAT NEITHER

LEVEL: SNOW PLOW RING LEVEL WITH ADJACENT PAVEMENT.

BASE ORIENTATION: PARALLEL TO R/W CENTERLINE +/-1/2 DEGREE.

TRANSVERSE: +/-1/4" TRANSVERSE FROM LINE OF R/W EDGE LIGHTS.

LONGITUDINAL: +/-2' FROM STATIONING OR EXISTING LIGHT BASE BEING REPLACED.

9. LIGHT POSITION TOLERANCES:

ANTI-SEIZE COMPOUND (GREASE) IS NOT ALLOWED WITH THE CERAMIC BOLTS.

INSTALLATION. USE TWO PIECE LOCKWASHERS AND TORQUE PER MANUFACTURER'S INSTRUCTIONS.

8. DO NOT USE SHIPPING BOLTS. USE CERAMIC COATED STEEL BOLTS INTENDED FOR LIGHT FIXTURE

CIRCUIT WITH NEW CABLE AT ADJACENT LIGHTS, AS SHOWN TO COMPLETE INSTALLATION.

7. INSTALL ISOLATION TRANSFORMER AND CDA-PROVIDED FIXTURE AND THEN CONNECT TO PRIMARY

ADJACENT PAVEMENT.

ADJUSTED SO THAT FIXTURE HEIGHT IS UNIFORM AND WITHIN TOLERANCE ALL AROUND WITH

AND INSTALL LIGHT ASSEMBLY OR TEMPORARY 3/4" STEEL PLATE. 2-PIECE BEVEL RING SHALL BE

ON THE FIXTURE BASE. REMOVE THE BULLSEYE PLATE, ADD EXTENSION AND RINGS AS REQUIRED,

(LEAVING SMALL ANNULAR SPACE BETWEEN LIGHT BASE AND SURROUNDING PAVEMENT), CENTERED

HOLE TO LOCATE CENTER OF THE BULLSEYE PLATE. CORE APPROXIMATELY 16" DIAMETER HOLE

6. AFTER AC PAVEMENT HAS BEEN COMPLETED AT THE FIXTURE LOCATION, CORE 4" DIAMETER PILOT

BASE.

HAS INITIAL SET, CHECK LIGHT BASE FOR PROPER ALIGNMENT. AFFIX BULLSEYE PLATE TO LIGHT

5. PLACE CONCRETE TO APPROXIMATELY TOP OF LIGHT BASE BOTTOM SECTION. AFTER CONCRETE

GROUND ROD CONNECTIONS AS SHOWN ON SHEET ES-28.

AND AROUND CONDUIT AS SHOWN BY DETAILS. INSTALL AND CONNECT COUNTERPOISE WIRE AND

OR CONDUIT. ENSURE CONCRETE ENCASEMENT IS 9" MIN. AROUND AND 6" MIN. BELOW LIGHT BASE,

CONCRETE. TIGHT CONNECTIONS MUST BE ASSURED TO PREVENT CONCRETE FROM ENTERING BASE

TO DESIGN CRITERIA. ALL CONDUIT SHALL BE PROPERLY SECURED IN PLACE BEFORE PLACING

CONCRETE. ANY BASE INSTALLED INCORRECTLY SHALL BE REMOVED AND REINSTALLED ACCORDING

4. ALL LIGHT BASES SHALL BE PROPERLY POSITIONED, ALIGNED, AND INSPECTED PRIOR TO PLACING

ENCASEMENT.

ALIGNING NEW L-868 BASES. SECURE SETTING JIG TO PREVENT MOVEMENT DURING CONCRETE

3. USE MANUFACTURER'S SETTING JIG (OR OTHER DEVICE APPROVED BY CDA) FOR PROPERLY

IN THE PROXIMITY OF THE LIGHT.

BOTTOM OF LIGHT BASE. ADDITIONAL EXCAVATION MAY BE REQUIRED BY PAVEMENT RECONSTRUCTION

2. EXCAVATE MINIMUM 30" DIAMETER TO A DEPTH ALLOWING MINIMUM OF 6" ENCASEMENT UNDER

PROVIDE NEW LIGHT BASE EXTENSION AND REINSTALL PER DETAILS AFTER PAVING IS COMPLETE.

COORDINATE INSTALLATION OF LIGHT BASE AND TOP SECTION HEIGHTS WITH PAVING OPERATIONS.

1. NEW LIGHT BASE SHALL BE L-868B, 2-PIECE, WITH BOTTOM SECTION AS NOTED AND TOP SECTION.

ISOLATION TRANSFORMER

COVER

MIN. 3" CONCRETE

2" PVC CONDUIT

SPACED AT 8"+/- O.C.

(3) #4 REBAR RINGS

L-868B BASE

3" MIN. CLEAR

WELDED TO RING (INSIDE)

EQUAL SPACING (72 DEG),

(5) #4, 16" LONG REBAR

DISPLACE THE REBAR CAGE

CONCRETE SO AS NOT TO

NOTE: USE CAUTION WHEN PLACING

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

M:\

4810 D

OA

Runw

ay 4

R-2

2L

Rehab M

idw

ay\0

4 -

CA

DD

Fil

es\0

4 -

Sheet

Fil

es\M

6107.1

5-E

-14-D

TL

SH

.dgn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

3/2

8/2

016

11:4

9:1

5 A

M

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

31L613.62

31R608.99

XX

XX

XX

XX

XX

patrickengineering.com

CHICAGO, IL 60603

SUITE 3450

55 EAST MONROE STREET

PATRICK ENGINEERING INC.

M6107.15-00

03/02/2016

Page 44: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

E-11

ICS HR DD

DUCTBANK DETAILS

COUNTERPOISE WIRE

LOCATION OF

LEGEND:

(TYPI

CAL)A

A

A

A

NOTES:

CONCRETE ENCASEMENT

TOP OF DUCTBANK

COUNTERPOISE WIRE

LENGTH OF THE DUCTBANK

TAPE RUNNING THE ENTIRE

6" WIDE RED PLASTIC WARNING

AREA FINISHED GRADE

PAVEMENT SUBGRADE OR UNPAVED

MIN

.

4"

30

"M

IN

6"-1

2"

COUNTERPOISE & GROUND ROD LAYOUT

(LIGHTNING PROTECTION)

NTS

THE LOCATION OF THE MH.

GROUND ROD MAY NOT NECESSARILY COINCIDE WITH

CABLE (PER FAA STD-019e). THE LOCATION OF THE

FOR DUCTBANKS THAT CONTAIN FAA COPPER

A= BARE #1/0 WIRE TO GROUND ROD @ EVERY 90' MAX.

OR CITY SERVICE COPPER CABLE (PER AC 150/5340-30A)

FOR DUCTBANKS THAT CONTAIN AIRFIELD LIGHTING

A= BARE #6 WIRE TO GROUND ROD @ EVERY 500' MAX.

(LIGHTNING PROTECTION)NOT TO SCALE

COUNTERPOISE INSTALLATION.

3. REFER TO THE CURRENT VERSIONS OF FAA AC 150/5340-30 AND AC 150/5370-10 FOR MORE DETAILS ON

EACH SIDE OF VERTICAL.

DEGREES21 ADEQUATE TO PROVIDE A COMPLETE ZONE OF PROTECTION MEASURED 22

NUMBER AND LOCATION OF COUNTERPOISE WIRES ABOVE THE CONDUITS SHALL BE

AND/OR DUCTBANKS FOR AIRFIELD CABLE ARE INSTALLED IN THE SAME TRENCH THE

CONE OF PROTECTION OVER THE AIRFIELD LIGHTING CABLES. WHEN MULTIPLE CONDUITS

FOR AIRFIELD LIGHTING CABLES, WITH THE INTENT BEING TO PROVIDE A COMPLETE

2. COUNTERPOISE WIRES MUST BE INSTALLED ABOVE MULTIPLE CONDUITS/ DUCTBANKS

OF PROTECTION BELOW THE COUNTERPOISE.

1. THE HEIGHT ABOVE THE CABLE AND/OR CONDUIT IS CALCULATED TO ENSURE

MH OR HH

STEEL GROUND ROD

"ØX 10' STAINLESS 43

DUCTBANK

INSTALLED ABOVE

COUNTERPOISE WIRE

AIRFIELD ELECTRICAL DUCTBANK (DETAIL NO.: 6-04-04)

TYPICAL COUNTERPOISE INSTALLATION FOR

01 03/02/16 ISSUED FOR BID

02 03/31/16 ADDENDUM 2

FINISHED GRADE

(MIN

.)

24"

WARNING TAPEEARTH BURIAL YELLOW DIRECT

(#6 BARE)COUNTERPOISE

4" (MIN)

3" MIN.

3" MIN.

CEMENT CONCRETEP-610 PORTLAND

8"

SCALE: NTSE-11PRIOR TO PLACING PAVEMENT.ENCASEMENT TO CURE MIN. 24 HOURSCONCRETE/AC INTERFACE. ALLOW AND MARKING TAPE AT THEPAVEMENT STRUCTURE, WITH COUNTERPOISE THE BOTTOM OF THE BITUMINOUSAND RUNWAY PAVEMENT, USE CONCRETE TO FOR FULL-STRENGTH TAXIWAYCONCRETE MAY BE USED TO THE AC INTERFACE. THE BITUMINOUS LAYER ORP-209 MAY BE USED TO CONTINUE BACKFILL TO BOTTOM, 3" EITHER SIDE OF CONDUIT.PROVIDE MIN. 3" OF CONCRETE TOP AND

NOTE:

1.

FOR DIMENSIONTYPICAL SECTION PLANSCOURSE - REFER TO BITUMINOUS SURFACE

FOR DIMENSIONTYPICAL SECTION PLANSCOURSE - REFER TOBITUMINOUS CONCRETE BASE

DIMENSIONSECTIONS PLANS FORCOURSE - REFER TO TYPICALP-154 FROST PROTECTION

PAVEMENT TYPICAL SECTION2" CONDUIT - NEW BITUMINOUS

1

CONDUIT2" PVC SCH 80

PROPOSED GRADE

27"

(MIN

.)

DIMENSIONSECTION PLANS FOR REFER TO TYPICAL SURFACE COURSE - NEW BITUMINOUS

WARNING TAPEEARTH BURIAL YELLOW DIRECT

(#6 BARE)COUNTERPOISE

4" (MIN)3"3"

3"

3"

(TY

P.)

4" HEAVY DUTY POLYETHYLENE BARRIER

CEMENT CONCRETEP-610 PORTLAND

NOT BE MEASURED SEPARATELY.IN THE QUANTITY AND PRICE FOR BITUMINOUS MILL AND OVERLAY AND WILL OVERLAY. MILL AND OVERLAY OF CLSM OR FLOWABLE FILL WILL BE INCLUDED BOND BREAKER OVER MILLED P-153 MATERIAL PRIOR TO PLACING BITUMINOUS BACKFILL WILL BE INCLUDED IN QUANTITY AND PRICE FOR DUCTBANK. INSTALL WITH CLSM OR FLOWABLE FILL TO TOP OF EXISTING BITUMINOUS PAVEMENT. BACKFILL PROPOSED CONDUIT TRENCH IN EXISTING SHOULDER PAVEMENT

NOTE:

1.

SCALE: NTSE-11

2 DUCTBANK (NEW BITUMINOUS OVERLAY)CONCRETE ENCASED

ON THE DRAWINGSTYPE, AND FORMATION AS SPECIFIED SCHED. 80 PVC CONDUIT (TYP.), SIZE,

BITUMINOUS OVERLAYGRADE PRIOR TO NEWCLSM (P-153) TO MEET

COURSE CONCRETE BASE EXISTING BITUMINOUS

PROTECTION COURSE EXISTING P-154 FROST

2

2

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

M:\

48

10

DO

A R

un

way

4R

-22

L R

eh

ab

Mid

way

\04

- C

AD

D F

iles\0

4 -

Sh

eet

Fil

es\M

61

07

.15

-E-1

1-D

TL

SH

.dg

n

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

3/2

8/2

016

11:4

8:2

9 A

M

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

31L613.62

31R608.99

XX

XX

XX

XX

XX

patrickengineering.com

CHICAGO, IL 60603

SUITE 3450

55 EAST MONROE STREET

PATRICK ENGINEERING INC.

M6107.15-00

03/02/2016

Page 45: CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY ......March 31, 2016 ADDENDUM NO. 2 For CHICAGO MIDWAY INTERNATIONAL AIRPORT RUNWAY 4R-22L REHABILITATION SPECIFICATIONS AND CONTRACT DOCUMENTS

E-20

ICS HR DD

ADJUSTMENT STEPS

LIGHT FIXTURE

IN-PAVEMENT

SCALE:NTS

SURFACE COURSE

EXISTING

CEMENT CONCRETE

PORTLAND

EXISTING

BASE COURSE

TOP OF EXISTING

EXISTING 2" CONDUIT

CAN

EXISTING L-868B BASE

ON SHEET E-14

(L-120). SEE DETAIL "A"

RAPID SET CONCRETE

SEALANT

EXTENSION

NEW L-868B BASE

3" SLACK (TYP.)

TRANSFORMER LEAD

SECONDARY

L-823 CONNECTOR (TYP.)

EXTENSION

NEW L-868B BASE

ON SHEET E-14

SEE DETAIL "A"

BIT. PAVEMENT

LIGHT FIXTURE

NEW L-850A LED LIGHT FIXTURE

BITUMINOUS PAVEMENT (L-868) AND INSTALLATION OF

ADJUSTMENT OF EXISTING IN-PAVEMENT LIGHT BASE CAN IN

LIGHT FIXTURE

SEE CIVIL SHEETS FOR DETAILS

PROPOSED BITUMINOUS OVERLAY

TRANSFORMER AND OTHER INTERNAL COMPONENTS

INSTALLATION OF ISOLATION

NEW ISOLATION TRANSFORMER

EXISTING IN-PAVEMENT LIGHT CANS

PROPOSED OVERLAY CONDITION FOR

02 03/31/16 ADDENDUM 2

01 03/02/16 ISSUED FOR BID

2

22

2

2

2

22

MAYOR

REV

1

DATE:

SHEET NO.

2345678

12345678

M:\

4810 D

OA

Runw

ay 4

R-2

2L

Rehab M

idw

ay\0

4 -

CA

DD

Fil

es\0

4 -

Sheet

Fil

es\M

6107.1

5-E

-20-D

TL

SH

.dgn

H

G

F

E

D

C

B

A A

B

C

D

E

F

G

H

PROJECT NO.:

DESIGNED:

3/2

8/2

016

11:4

9:5

7 A

M

RAHM EMANUEL

GINGER S. EVANS

COMMISSIONER

REVISION

DESCRIPTIONDATEREV

PROJECT NAME:

BY:

APPROVED AS WORKING PLAN

DRAWN: CHECKED:

SHEET TITLE:

MIDWAY INTERNATIONAL AIRPORT

REHABILITATION

RUNWAY 4R-22L

CITY OF CHICAGO

MIDWAY INTERNATIONAL AIRPORT

CHICAGO DEPARTMENT OF AVIATION

31L613.62

31R608.99

XX

XX

XX

XX

XX

patrickengineering.com

CHICAGO, IL 60603

SUITE 3450

55 EAST MONROE STREET

PATRICK ENGINEERING INC.

M6107.15-00

03/02/2016


Recommended