ADDENDUM NUMBER THREE

Size: px
Start display at page:

Download "ADDENDUM NUMBER THREE"

Transcription

1 January 22, 2019 Runway 17R-35L Complex Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER THREE This Addendum Number Three supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge receipt of this addendum on Page 28 of the Bid Forms. Brent Nichols Project Manager

2 DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L COMPLEX PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER THREE Scope of this Addendum Addendum Number Three includes modifications to the following Contract Documents issued December 26, These modifications are deemed necessary by the City and County of Denver. PART I PROJECT REQUIREMENTS A. Notice of Invitation for Bids Page 1, Second Paragraph. Change the first sentence to read: SEALED BIDS will be due, and must be time stamped, no later than 2:00 PM Local Time, January 28, 2019, delivered in the triple wide trailer, located within the DEN South Campus at 7128 North Trussville Street, Unit A, Denver, CO (F.K.A E. 71st Ave, Unit #2). B. Section IB-33 Schedule Of Events Change the Bid opening date from January 24, 2019, 2:00PM to January 28, 2019, 2:00PM. C. Schedule of Prices and Quantities Remove the schedule of prices and quantities (Pages 1 thru 15) issued with Addendum #2 beginning after page 31. Replace with the attached schedule of prices and quantities (Pages 1 thru 15). PART II TECHNICAL SPECIFICATIONS A. Item P-150 Demolition Delete this specification in its entirety and replace with new specification P-105 Demolition,, Pages P through P attached to this addendum. Bold italic text denotes additions.

3 MODIFICATIONS TO CONTRACT DRAWINGS A. Sheet C0004. Replace this sheet in its entirety with the attached sheet C0004. B. Sheet C0005. Replace this sheet in its entirety with the attached sheet C0005. The total number of pages (including cover sheet) contained in this Addendum Number Three is twenty-nine (29). * * * * * * * End of Addendum Number Three

4 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension IB-31a Textura Fee AL 1 $32, $32, Thirty-two thousand five hundred dollars and zero cents ($32,500.00) per allowance a Construction As-Built Survey (BIM) LS a Mobilization (5%) LS a Maintain Lighted X's LS b Flaggers Hour 4,400 ($ ) per hour c Gate Guard Hour 3,450 ($ ) per hour d Traffic Control LS a Temporary Erosion Control LS 1 P-150a Remove Asphalt Shoulder Pavement Section (Full Depth) SY 7,750 P-150b Remove Portland Cement Concrete Pavement SY 46,800 P-150c Remove Partial Cement Treated Base Course SY 5,550 P-150d Remove Underdrain Cleanout EA 3 1 OF 15

5 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension P-150e Pavement Marking Removal SF 187,500 ($ ) per square foot P-150f Remove Underdrain, Complete LF 2,000 P-150g Remove Access Roads SY 350 P-150h Asphalt Milling SY 110 P-150i Remove Soil Cement Base SY 7,600 P-152a Unclassified Excavation, Embankment On-Site CY 1,700 ($ ) per cubic yard P-152b Excess Excavation, Deposit to DEN Stockpile CY 450 ($ ) per cubic yard P-152c Unsuitable Excavation CY 200 ($ ) per cubic yard P-152d DEN Upper Select Fill Borrow Embankment On-Site (18-Inch Depth) SY 2,500 P-152e Scarify And Recondition (8- Inch Depth) SY 3,200 P-159a CDOT Class 6 Aggregate Base Course TN 52,500 ($ ) per ton P-161a Geotextile Fabric SY 11,050 P-161b Bondbreaker Fabric SY 41,600 2 OF 15

6 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension P-301a Soil-Cement Base Course (8-inch) SY 2,500 P-301b Cement TN 52 ($ ) per ton P-304Ca 10" CDOT Crushed Aggregate Base Course SY 500 P-304Cb 6" CDOT Crushed Aggregate Base Course SY 250 P-401a Bituminous Surface/Base Course, Gradation 3 (PG 64-28) TN 4,400 ($ ) per ton P-401Ca CDOT Bituminous Surface/Base Course Grade S (PG-64-22) TN 150 ($ ) per ton P-404a Asphalt Treated Permeable Base Course, Variable Thickness (6-Inch Min.) SY 8,200 P-501a Portland Cement Concrete Pavement, Non-Reinforced SY 39,500 P-501b Portland Cement Concrete Pavement, Reinforced SY 2,150 P-501c Remove And Replace Epoxy Sealant Around Size B Light Can EA 41 P-501f Concrete Blockouts EA 2 P-501g Base Can Reinforcing Mat EA 63 3 OF 15

7 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension P-604Ba Polychloroprene Compression Joint Seals LF 59,800 P-605a Crack Repair And Sealing LF 10,650 P-605b Joint Sealing Filler LF 95,000 P-610a Cement Treated Base Repair SY 4,200 P-620a Pavement Markings, Paint (Reflective) SF 169,000 ($ ) per square foot P-620b Pavement Markings, Methacrylate (Reflective) SF 2,250 ($ ) per square foot P-620c Pavement Markings, Black Paint (Non-Reflective) SF 53,000 ($ ) per square foot P-620d Pavement Markings, Black Methacrylate (Non-Reflective) SF 1,900 ($ ) per square foot P-621a Concrete Saw-Cut Grooving SY 39,100 D-705a 6-inch Perforated Underdrain Pipe, Complete LF 2,100 D-705b 4-inch Non-Perforated PVC Pipe LF 440 D-751a Install Underdrain Cleanout, Complete EA 6 4 OF 15

8 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension D-751b Install Underdrain Connection to Storm Manhole EA 3 D-751c Install Electrical Manhole Drain Connection To Electrical Manhole EA 14 D-751d Install PVC Connection To Existing RCP Storm Drain EA 5 D-752a Outfall End Section, Complete EA 1 T-901a Seeding AC 7 ($ ) per acre T-905a Topsoil (Removed, Stockpiled, And Replaced) SY 26,650 T-905b Topsoil (Furnished from Offsite) SY 4,800 T-908a Hydraulic Mulching AC 7 ($ ) per acre L-107a New L-806 Secondary Windcone EA 1 L-107b New L-807 Primary Windcone EA 1 L-108a 1-1/C #8 L-824C AFL Cable LF 656,055 L-108b 1-1/C #4 awg, CU Shielded, MV105 5KV Cable LF 16,970 5 OF 15

9 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension L-108c 1-1/C #6 awg, CU Shielded, MV105 5KV Cable LF 33,100 L-110a 1W-2"C Conduit in New PCC LF 1,850 L-110b 1W-2"C in Non-Paved Earth LF 3,500 L-110c 1W-2"C in Existing Concrete LF 260 L-110d 1W-2"C in Existing Asphalt Shoulder LF 170 L-110e 1W-2"C in New Asphalt Shoulder LF 3,100 L-110f 1W-4"C Ductbank LF 135 L-110g 2W-4"C Ductbank LF 730 L-110h 4W-4"C Ductbank LF 250 L-115a 4' by 4' by 4' Handhole - Aircraft Rated EA 12 L-122Ba Miscellaneous Vault Electrical Work LS 1 L-122Ca Install 30KW CCR EA 1 6 OF 15

10 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension L-125a L-804 LED Elevated Runway Guard Light EA 24 L-125b L-862S LED Elevated Stop Bar Light EA 24 L-125c L-852G/S Runway Inpavement Guard/Stop Bar EA 145 L-125d L-850A LED Runway Centerline EA 238 L-125e L-850B LED Touchdown Zone Light EA 360 L-125f L-850C Runway Inpavement Edge light EA 31 L-125g L-862E Runway Elevated End/Threshold Light EA 16 L-125h L-862 Runway Elevated Edge Light EA 89 L-125i L-861T Taxiway Elevated Edge Light EA 257 L-125j L-852D LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) EA 2 L-125k L-852C LED Taxiway Bidirectional Centerline Light EA 4 L-125l L-852C LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) EA 6 7 OF 15

11 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension L-125m L-852D LED Taxiway Unidirectional Centerline Light EA 113 L-125n L-852C LED Taxiway Unidirectional Centerline Light EA 66 L-125o L-852K LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) EA 20 L-125p L-852K LED Taxiway Unidirectional Centerline Light EA 115 L-125q L-868B Cover Plate EA 132 L-125r L-867B Cover Plate EA 14 L-125s L-867B Base Can EA 40 L-125t L-867D Base Can w/ Cover Plate EA 18 L-125u L-868B Base Can in New Concrete or Asphalt Pavement EA 180 L-125v L-868B Base Can in Existing Pavement EA 10 L-128a Removal of Electrical Items LS 1 L-128b Miscellaneous Fiber Optic Work LS 1 8 OF 15

12 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension L-128c Temporary Airfield Electrical Work and Miscellaneous Airfield Electrical Work LS 1 L-132b RPU Equipment Rack and Foundation LS 1 L-132c Surface Scan Sensor Cable - Type V LF 15,820 L-132d Pavement Sensor and Temperature Probe LS 1 L-135a Remote I/O South Equipment Rack LS 1 L-135b Remote I/O North Equipment Rack LS 1 L-135c Induction Loop System LS 1 L-135d 24 Strand Single Mode Fiber LF 735 L-137a CCTV Camera Pole and Foundation LS 1 L-140a Photometeric Testing LS 1 L-858a L-858 LED Guidance Sign - 1 Mod EA 2 L-858b L-858 LED Guidance Sign - 2 Mod EA 11 9 OF 15

13 BID SCHEDULE 1: RUNWAY 17R-35L PAVEMENT AND ELECTRICAL REHABILITATION AND TAXIWAY M6 RECONSTRUCTION TO HOLD BAR Item No. Description and Price Unit Quantity Unit Price Extension L-858c L-858 LED Guidance Sign - 3 Mod EA 2 L-858d L-858 LED Guidance Sign - 4 Mod EA 10 L-858e LED Runway Distance Marker Sign EA 11 L-858f New Guidance Sign Foundation (any Size) EA 16 TOTAL FOR SCHEDULE 1 10 OF 15

14 BID SCHEDULE 2: CONNECTOR TAXIWAYS PAVEMENT AND ELECTRICAL REHABILITATION TO HOLD BARS Item No. Description and Price Unit Quantity Unit Price Extension a Mobilization (5%) LS 1 P-150a Remove Asphalt Shoulder Pavement Section (Full Depth) SY 325 P-150b Remove Portland Cement Concrete Pavement SY 6,900 P-150e Pavement Marking Removal SF 60,000 ($ ) per square foot P-159a CDOT Class 6 Aggregate Base Course TN 6,900 ($ ) per ton P-161a Geotextile Fabric SY 480 P-161b Bondbreaker Fabric SY 6,900 P-401a Bituminous Surface/Base Course, Gradation 3 (PG 64-28) TN 200 ($ ) per ton P-404a Asphalt Treated Permeable Base Course, Variable Thickness (6-Inch Min.) SY 325 P-501a Portland Cement Concrete Pavement, Non-Reinforced SY 5, OF 15

15 BID SCHEDULE 2: CONNECTOR TAXIWAYS PAVEMENT AND ELECTRICAL REHABILITATION TO HOLD BARS Item No. Description and Price Unit Quantity Unit Price Extension P-501b Portland Cement Concrete Pavement, Reinforced SY 1,400 P-501g Base Can Reinforcing Mat EA 13 P-604Aa Preformed Expansion Joint Compression Seals LF 3,900 P-605b Joint Sealing Filler LF 67,800 P-610a Cement Treated Base Repair SY 700 P-620a Pavement Markings, Paint (Reflective) SF 21,000 ($ ) per square foot P-620b Pavement Markings, Methacrylate (Reflective) SF 13,000 ($ ) per square foot P-620c Pavement Markings, Black Paint (Non-Reflective) SF 27,000 ($ ) per square foot P-620d Pavement Markings, Black Methacrylate (Non-Reflective) SF 11,500 ($ ) per square foot 12 OF 15

16 BID SCHEDULE 2: CONNECTOR TAXIWAYS PAVEMENT AND ELECTRICAL REHABILITATION TO HOLD BARS Item No. Description and Price Unit Quantity Unit Price Extension P-621a Concrete Saw-Cut Grooving SY 2,700 L-125u L-868B Base Can in New Concrete or Asphalt Pavement EA 61 TOTAL FOR SCHEDULE 2 13 OF 15

17 BID SCHEDULE 3: NON-FEDERAL ELECTRICAL WORK Item No. Description and Price Unit Quantity Unit Price Extension P-501d Spall Repair Around Light Can SF 35 ($ ) per square foot P-501e Spall Repair SF 900 ($ ) per square foot P-607a PCC Channel Repair LF 120 P-607b Runway Centerline Joint Repair LF 785 L-122Aa Furnish 30KW CCR w/internal ACE EA 1 $22, $22, Twenty-two thousand two hundred and thirty-seven dollars and eighty-six cents ($22,237.86) per each L-132a Furnishing RPU, Pavement Sensor, Temperature Probe and Associated Equipment and Commissioning (Manufacturer) LS Aa Airfield Lighting Control System (ALCS) Modifications LS 1 $76, $76, Seventy-six thousand one hundred and thirty-one dollars and fifty-six cents ($76,131.56) per lump sum 13410Ab Furnish BRITE Remotes for L-852G/S EA 145 $ $78, Five hundred and forty-three dollars and twenty-one cents ($543.21) per each 13410Ac Furnish BRITE Remotes for L-862S EA 24 $ $12, Five hundered and thirty-one dollars and forty-seven cents ($531.47) per each 13410Ad Furnishing ACE and Airfield Lighting Control System Equipment for Remote I/O Cabinets (North and South) Ninety-six thousand one hundred and fifty-two dollars and eighty-six cents ($96,152.86) per lump sum LS 1 $96, $96, TOTAL FOR SCHEDULE 3 14 OF 15

18 BID SCHEDULE SUMMARY Extension TOTAL FOR SCHEDULE 1 TOTAL FOR SCHEDULE 2 TOTAL FOR SCHEDULE 3 TOTAL FOR ALL SCHEDULES 15 OF 15

19 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO ITEM P-150 DEMOLITION ADDENDUM #3 21 JAN 2019 DESCRIPTION This item shall consist of removal of existing concrete slabs on grade, foundations, sheds and building foundations, fences, water wells, asphalt pavement, concrete pavement, corrugated metal and reinforced concrete pipe, existing headwalls and wingwalls, guardrail, drainage items, pavement markings, electrical items, and any other items within the Project Limits. The Contractor shall dispose of the material at a licensed disposal site or as directed by the DEN Project Manager. Material salvaged shall become the property of the Contractor. The Contractor shall notify all utility, oil, and gas facility owners and the DEN Project Manager in writing 30 days in advance of requiring work in areas currently occupied by oil and gas wells and buried pipelines BURIED PIPELINES. Contractor is responsible to contact the owner as to the status of the pipeline. If pipelines have been abandoned in-place by the pipeline owners, the pipelines may not have been purged or cleaned and may contain petroleum products. The contractor shall exercise extreme care in removing these facilities and is responsible for removing the pipe including any remaining contents, irrespective of the current pipe conditions. The Contractor should also expect to find other pipelines, etc. which have been abandoned by unknown owners during the 15 to 20-year life of the oil and gas fields. Contract documents indicate the general location of known pipelines and developed utilities. All pipelines shown on the drawings shall be located by Contractor by potholing to verify location, depth, and usage. The Contractor shall remove all utility pipes and lines included in the earthwork contract area in accordance with these specifications. All buried pipelines, utilities, buried tanks, and any other structures within the construction area of all runways, taxiways and aprons extending to 10 feet outside the limits of construction and not less than 15 feet below the finished grade level shall be removed. The Contractor shall notify oil and gas facility owners and the DEN Project Manager in writing 30 days in advance of requiring work in areas currently occupied by oil and gas wells and buried pipelines. Piping a minimum of 15 feet below finished grade elevations or plan excavation may be left in place or removed and salvaged at the discretion of the Contractor. The ends of any pipelines left in place shall have the ends capped prior to burial, according to applicable Federal Department of Transportation Regulations. Any piping which is left in place shall be surveyed and the coordinates of the ends of the abandoned pipe (or other items left in place) shall be provided to the DEN Project Manager and included on the "as-built" drawings ELECTRICAL. The Contractor shall remove all abandoned cable, cable identified to be removed, ductwork, base cans including concrete encasement and all light fixtures, signs and duct markers within the construction limits of taxiway and runway pavements to be removed, widened or constructed, or as shown on the Drawings. Protect existing airfield lighting fixtures and base plates from damage and deliver them to the Airport for storage as directed by the DEN Project Manager. Discard all base cans, conduit, transformers and cable off-site. The Electrical Contractor shall provide written documentation to the DEN Project Manager that electrical cable has been removed prior to slab sawcutting and demolition. RS&H P REVISION NO 01

20 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO FOUNDATIONS AND SLABS ON GRADE. All structures at or above grade and to a depth of not less than 15 feet below the final finished grade line and within 10 feet horizontally of the construction limits shall be removed WATER WELLS. There is a possibility that water wells are located in work areas. The wells are permitted by the State of Colorado and shall be abandoned in accordance with current Revised and Amended Rules and Regulations of the Board of Examiners of Water Well Construction and Pump Installation Contractors REMOVAL OF PAVEMENT MARKINGS OR CURING COMPOUND. All paint or concrete curing compound to be removed, as shown on the plans shall be completely removed from the surface of the existing pavement. Equipment, tools and machines used in the performance of the removal operation shall be safe and in satisfactory working condition at all times. The Contractor shall provide satisfactory evidence that the Contractor's equipment has been used in the performance of similar work. On asphalt pavements, water blasting will be allowed only if it can be demonstrated that no major damage to the asphalt pavement occurs, otherwise, grinding will be required. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. On concrete pavements, water blasting shall be used for all removals. The water blasting equipment shall be truck mounted and shall be capable of water pressures of 2,000 to 40,000 psi. The equipment shall be capable of adjusting the pressure to accomplish paint or cure removal without damaging the paving surface. The equipment shall be capable of following a straight line and be maneuverable to accommodate various pavement markings. The spray width needs to be able to accommodate lines 6 and wider. If water blasting is used to remove lines on active airfield pavements, a vacuum system will be provided to allow for timely repainting and the prevention of any debris being ingested into propellers or turbine engines once the water blasting equipment has exited the active pavements. If required on asphalt pavement, the grinding equipment shall be capable of adjusting the height to accomplish paint removal with only lightly scaring, but not damaging the paving surface. The equipment shall be capable of following a straight line and be maneuverable to accommodate various pavement markings. A vacuum truck shall be used to immediately clean up all debris created by the removal process. No material shall be deposited on the airfield pavement. All wastes shall be disposed of in areas indicated in this specification or shown on the plans EXISTING ROADWAYS. Roadway demolition shall consist of all portions of asphalt and concrete roadway within the project limits, including all existing haul roads and any alternate access road REMOVAL OF GUARDRAIL. Guardrail removal shall consist of the removal and disposal of the existing guardrail, cable road guard and guardrail posts EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. a. Removal Of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place the joint between the removal area and ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

21 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO adjoining pavement to stay in place shall first be cut full depth with a standard diamond-type concrete saw. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches from the joint and at least 12 inches from the end of any dowels. All pavements between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb. or less, or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2-inch and no gradual offset greater than 1 inch when tested in a horizontal direction with a 12 ft. straightedge. Sawcutting depth may vary nominally and no extra payment will be allotted for varying depths. The Contractor shall remove the remaining portion of concrete pavement slab by lifting and placing directly into haul trucks. The Contractor will not be allowed to use hydraulic rams on excavators that may damage the cement treated base below the pavement to be removed. An alternative removal method may be accepted by the DEN Project Manager if the Contractor can demonstrate to the DEN Project Manager successful removal without damage to adjacent concrete or base material below. If during subsequent removals it is found the method is causing damage to the adjacent panels or base material below, the Contractor s method shall be rejected by the DEN Project Manager and the DEN Project Manager shall direct the Contractor to begin using the method above. The Contractor s removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed. Any damage shall be repaired at the Contractor s expense. b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas which are damaged during construction shall be repaired at no cost to the Owner; repair of previously existing damage areas will be paid for as listed in the bid schedule. 1. Spall Repair. Spalls shall be repaired where indicated and where directed. Repair materials and procedures shall be completed as required in specification P Underbreak Repair. Any under breaking of slabs that are to remain in-place shall result in the entire slab removal and replacement at the Contractor s expense to the next joint. 3. Underlying Material. The underlying material adjacent to the edge of and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement which is to remain in place. Any material under the portion of the concrete pavement to remain in place which is disturbed or loses its compaction, t shall be carefully removed and replaced with concrete. The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. If the disturbed material causes under breaking of concrete panels that are to remain in-place, it shall result in the entire slab removal and replacement at the Contractor s expense to the next joint EXISTING ASPHALT CONCRETE PAVEMENT REMOVAL AND REPAIR BY MILLING. This item shall consist of milling existing bituminous concrete pavement to allow for placement of sufficient thickness of bituminous concrete overlay for pavement repairs or construction on the runway or taxiway shoulders. ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

22 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO The vertical edges of the milled surface shall be sawcut to expose a clean true vertical edge to pave against. All operations shall be carefully controlled to prevent damage to the asphalt pavement and to the underlying material to remain in place EXISTING FULL DEPTH ASPHALT CONCRETE PAVEMENT REMOVAL. This item shall consist of sawcutting and removal of existing bituminous concrete pavement (including Asphalt Treated Permeable Base (ATPB)) to allow for replacement of P-501 slabs along the edges adjacent to asphalt shoulders. A standard diamond-type concrete saw shall be used to make the sawcut the full depth of the asphalt pavement (including ATPB). The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. The edge of existing bituminous concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas which are damaged during construction shall be repaired at no cost to the Owner. All operations shall be carefully controlled to prevent damage to the asphalt pavement and to the underlying material to remain in place REMOVAL OF SIGNS AND DELINEATORS. Sign demolition shall consist of the removal and disposal of the all existing signs and delineators, including their foundations and posts, within the project limits along all existing haul roads and any alternate access road WASTE DISPOSAL. All removed asphalt and concrete pavements shall be delivered to the recycle yard in accordance with Section Construction Waste Management and Disposal. All other demolished materials shall be considered waste and disposed offsite at facilities approved for waste materials, unless specified otherwise. MATERIALS BURIED PIPELINE. Materials used to cap off pipelines remaining in the ground shall be of the size and type normally used for this operation EQUIPMENT. Excavation and Hauling Equipment: Provide equipment as necessary to remove underground pipelines and other demolished items. CONSTRUCTION METHODS GENERAL. Blasting will not be allowed on this project BURIED PIPELINE AND STORM SEWERS. a. Trenching. The removal of cover on top of and surrounding the abandoned pipelines shall be performed without damaging the pipeline. All trench sidewalls shall be properly sloped or benched and/or braced, shored or sheeted to afford safe working conditions, to protect adjacent pipelines, and to prevent caving. ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

23 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO b. Testing. The Contractor shall test the exposed trench excavation and the pipeline for dangerous or explosive gases and to positively determine that the line has been emptied, cleaned and/or purged prior to performing any further operations. c. Cutting of Pipeline and Storm Sewers. Extreme care shall be exercised whenever the pipeline or storm sewer to be removed is cut into, especially the first cut on the abandoned pipeline. The Contractor shall use a method to cut the pipeline into sections for removal which provides safety for workers and equipment. The initial cut shall not be made with a cutting torch. 1. BACKFILLING. If required, select embankment (1" maximum size), per Technical Specification P-152 Excavation and Embankment, or P-153 Controlled Low-Strength Material, to 12 inches over the top of the pipe shall be completed before backfilling operations are started. The Contractor shall take all necessary precautions to protect the pipe from any damage, movement or shifting. In general, backfilling shall be performed by pushing the material from the end of the trench into, along and directly over the pipe so that the material will be applied in the form of a rolling slope rather than by side filling which may damage the pipe. Backfilling from the sides of the trench will be permitted after sufficient material has first been carefully placed over the pipe to such a depth as to protect the pipe. Compaction equipment used above the pipe zone shall be of a type that does not damage the pipe. Provide for the proper maintenance of traffic flow and accessibility as may be necessary. Make adequate provisions for the safety of property and persons. Temporary cribbing, sheeting, or other timbering shall be removed unless specifically authorized in writing. Dewatering shall be continued until the trench is completely backfilled. Brush, stumps, logs, planking, disconnected drains, boulders, etc., shall be removed from the material to be used for backfilling the trench. 2. GENERAL COMPACTION REQUIREMENTS. Requirements of this section shall apply unless more stringent requirements are established by the local agency involved. Trench backfill shall be compacted to the requirements of Item P-152. option. 3. MECHANICAL COMPACTION. Method of compaction shall be at Contractor's The Contractor shall be responsible to provide the proper size and type of compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. In-place compaction tests shall be made. Contractor shall remove and re-compact material that does not meet specified requirements. d. Removal Of Water And Residual Petroleum Products From Pipelines. Any pipeline containing water or residual petroleum products after abandonment by the pipeline owner shall have the water or the residual products removed from the pipeline, by the Contractor, using a nitrogen purge, steam, or other approved means. The material removed from the pipeline shall be hauled away and disposed of properly. The Contractor shall assume that all pipelines to be removed contain significant amounts of residual products that must be disposed of offsite BURIED UTILITY LINES. The Contractor shall remove all abandoned electrical and telephone lines whether shown on the contract drawings or not. All known lines are shown, but there may be other unknown abandoned lines in the area. It shall be the Contractor's responsibility to ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

24 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO check the status of all abandoned lines. Care shall be taken to assure that all abandoned electric lines are not live and cannot be activated accidentally GROUND SURFACE REPAIR. The Contractor shall rough grade and compact areas affected by demolition to maintain site grades and contours. All holes remaining after demolition operations shall have sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Item P-152, Excavation and Embankment. The ground surface area repaired shall properly drain and that water will not pond WATER WELLS. The Contractor shall employ a licensed water well contractor to demolish and abandon existing water wells and provide necessary documentation to the State of Colorado Agencies and Boards as required INSPECTION POINTS. Upon completion of demolition work and prior to backfilling operations, the DEN Project Manager shall inspect the Contractor's work. After backfilling and grading operations, the Contractor's Quality Control Inspector shall perform inspection and final acceptance, per Division 1 General Requirements Section Contractor Quality Control and Section Contractor Quality Control Program - FAA MILLING. The construction operation shall be scheduled and proceed in a manner that produces a uniformly finished milled surface with a neat uniform right angle cut at the end of the milled section. The depth of the Asphalt Pavement Removal shall be as called for on the plans and/or full depth of the joining lift. The entire area designated on the plans shall be milled until the pavement surfaces result in pavement that conforms to the typical section and cross section requirements specified. The milling process shall produce a pavement surface that is true to grade with a uniform texture. The transverse slope of the pavement shall be uniform to a degree that no depressions or misalignment of slope greater than 1/2-inch in 16 feet are present when tested with a straightedge. Milling shall be performed with a power-operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under-laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed of in an approved waste site. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. The Contractor shall establish positive means for removal of milled residue. Solid residue shall be removed from pavement surfaces before it is blown by traffic action or wind. Residue shall not be permitted to flow into drainage facilities. The milled residue shall be disposed of legally off airport property. The millings generated shall be disposed of off-site. METHOD OF MEASUREMENT P-150A REMOVE ASPHALT SHOULDER PAVEMENT SECTION (FULL DEPTH). Measurement for payment of the removal of full depth asphalt shoulder pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

25 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO on the plans. Removal of pavement shall include all sawcutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal. P-150B REMOVE PORTLAND CEMENT CONCRETE PAVEMENT. Measurement for payment of the removal of portland cement concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all sawcutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal. P-150C REMOVE PARTIAL CEMENT TREATED BASE COURSE. Measurement for payment of the partial removal of cement treated base course shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all milling, sawcutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal. P-150D REMOVE UNDERDRAIN CLEANOUT. Measurement for payment for removal of existing underdrain cleanouts and associated pipe and fittings shall be made per each. Any pipe removed outside the preapproved limits of removal because the pipe was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The removal of underdrain cleanouts shall include concrete, reinforcing, and capping the end of the existing underdrain to remain. The remains shall be disposed of off-site. P-150E PAVEMENT MARKING REMOVAL. Measurement for payment of pavement marking removal shall be made per square foot based on the locations shown on the plans, regardless of the method or number of methods required to remove the markings, shall be in accordance with the specifications, and accepted by the DEN Project Manager. Multiple operations to remove the same marking will not be measured separately. P-150F REMOVE UNDERDRAIN, COMPLETE. Measurement for payment for removal of existing underdrain and associated fittings shall be made per linear foot. Any pipe removed outside the preapproved limits of removal because the pipe was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The removal of underdrains shall include concrete, reinforcing, and capping the end of the existing underdrain to remain. The remains shall be disposed of off site. P-150G REMOVE ACCESS ROADS. Measurement for payment of the removal of access roads to the depth indicated on the plans shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all sawcutting, excavation, hauling, and disposal (including disposal fees) of pavement necessary to facilitate removal. ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

26 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO P-150H ASPHALT MILLING. Measurement for payment of asphalt milling shall be made per square yard based on the area shown in the plans. Any asphalt milling outside of the preapproved limits of removal that is required because the pavement was damaged due to negligence from the Contractor shall not be included in the measurement for payment. Asphalt milling shall include all sawcutting, hauling and disposal (including any disposal fees) of pavement necessary to facilitate removal. P-150I REMOVE SOIL CEMENT BASE. Measurement for payment of the removal of soil cement base shall be made per square yard based on the area shown on the plans. Any soil cement removed outside the designed limits of removal because the soil cement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed is approximate only and the Contractor will not be reimbursed for areas that may be thicker than shown on the plans. Removal of pavement shall include all sawcutting, excavation, hauling, and disposal (including disposal fees) of soil cement necessary to facilitate removal. BASIS OF PAYMENT P-150A REMOVE ASPHALT SHOULDER PAVEMENT SECTION (FULL DEPTH). Payment shall be made at the contract unit price per square yard of pavement material removed and disposal of removed material off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150B REMOVE PORTLAND CEMENT CONCRETE PAVEMENT. Payment shall be made at the contract unit price per square yard of pavement material removed and disposal of removed material off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150C REMOVE PARTIAL CEMENT TREATED BASE COURSE. Payment shall be made at the contract unit price per square yard of cement treated base course removed and disposal of removed material off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150D REMOVE UNDERDRAIN CLEANOUT. Payment shall be made at the contract unit price per each for all underdrain cleanouts and associated pipe and materials removed and disposed of off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150E PAVEMENT MARKING REMOVAL. Payment shall be made at the contract unit price per square foot of pavement marking removal. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150F REMOVE UNDERDRAIN, COMPLETE. Payment shall be made at the contract unit price per linear foot for all pipe and associated materials, including but not limited to fittings, fabric and granular backfill, removed and disposed of off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

27 TECHNICAL SPECIFICATIONS DIVISION 2 AIRFIELD STANDARDS P-150 DEMOLITION DENVER INTERNATIONAL AIRPORT RUNWAY 17R-35L PAVEMENT REHABILITATION CONTRACT NO P-150G REMOVE ACCESS ROADS. Payment shall be made at the contract unit price per square yard of pavement material removed and disposal of removed material off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. P-150H ASPHALT MILLING. Payment shall be made at the contract unit price per square yard for pavement material removed by milling and disposed offsite. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools and incidentals necessary to complete the item. P-150I REMOVE SOIL CEMENT BASE. Payment shall be made at the contract unit price per square yard of soil cement base removed and disposal of removed material off-site. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-150a Item P-150b Item P-150c Item P-150d Item P-150e Item P-150f Item P-150g Item P-150h Item P-150i Remove Asphalt Shoulder Pavement Section (Full Depth) Per Square Yard Remove Portland Cement Concrete Pavement Per Square Yard Remove Partial Cement Treated Base Course Per Square Yard Remove Underdrain Cleanout - Each Pavement Marking Removal Per Square Foot Remove Underdrain, Complete Per Linear Foot Remove Access Roads Per Square Yard Asphalt Milling Per Square Yard Remove Soil Cement Base Per Square Yard END OF ITEM P-150 ADDENDUM #3 21 JAN 2019 RS&H P REVISION NO 01

28 CITY & COUNTY of DENVER Spec. No. Description IB-31a Textura Fee a Construction As-Built Survey (BIM) a Mobilization (5%) a Maintain Lighted X's b Flaggers c Gate Guard Quantity Unit 1 AL 4,400 Hour 3,450 Hour Spec. No. P-605b P-610a P-620a P-620b P-620c P-620d Description Joint Sealing Filler Cement Treated Base Repair Pavement Markings, Paint (Reflective) Pavement Markings, Methacrylate (Reflective) Pavement Markings, Black Paint (Non-Reflective) Pavement Markings, Black Methacrylate (Non-Reflective) Quantity Unit Spec. No. Description Quantity Unit 95,000 LF L-125f L-850C Runway Inpavement Edge light 31 EA 4,200 SY L-125g L-862E Runway Elevated End/Threshold Light 16 EA 169,000 SF L-125h L-862 Runway Elevated Edge Light 89 EA 2,250 SF L-125i L-861T Taxiway Elevated Edge Light 257 EA 53,000 SF L-125j L-852D LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) 2 EA 1,900 SF L-125k L-852C LED Taxiway Bidirectional Centerline Light 4 EA SCHEDULE I: RUNWAY 17R-35L PAVEMENT REHABILITATION AND TAXIWAY M6 RECONSTRUCTION. BLAST PADS REHABILITATION. ALL ELECTRICAL WORK EXCEPT FOR NEW BASE CANS ON CONNECTOR TAXIWAYS A, M2, EA, M4, M5, M6, M7, EC WEST OF 17R-35L, M9 AND M10. TAXIWAY EC HOLD BAR RELOCATION AND ASSOCIATED ELECTRICAL AND CIVIL. SCHEDULE II: TAXIWAYS A, M2, EA, M4, M5, M6, M7, EC WEST OF 17R-35L, M9 AND M10 PAVEMENT REHABILITATION AND BASE CAN REPLACEMENT. DENVER INTERNATIONAL AIRPORT AND CITY U SE TY N CO AL OF DENVER d Traffic Control P-621a Concrete Saw-Cut Grooving 39,100 SY L-125l L-852C LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) 6 EA SCHEDULE III: NON-FEDERAL ELECTRICAL WORK a Temporary Erosion Control D-705a 6-inch Perforated Underdrain Pipe, Complete 2,100 LF L-125m L-852D LED Taxiway Unidirectional Centerline Light 113 EA P-150a Remove Asphalt Shoulder Pavement Section (Full Depth) 7,750 SY D-705b 4-inch Non-Perforated PVC Pipe 440 LF L-125n L-852C LED Taxiway Unidirectional Centerline Light 66 EA P-150b Remove Portland Cement Concrete Pavement 46,800 SY D-751a Install Underdrain Cleanout, Complete 6 EA L-125o L-852K LED Taxiway Bidirectional Centerline Light (DUAL CIRCUIT) 20 EA P-150c Remove Partial Cement Treated Base Course 5,550 SY D-751b Install Underdrain Connection to Storm Manhole 3 EA L-125p L-852K LED Taxiway Unidirectional Centerline Light 115 EA P-150d Remove Underdrain Cleanout 3 EA D-751c Install Electrical Manhole Drain Connection to Electrical Manhole 14 EA L-125q L-868B Cover Plate 132 EA P-150e P-150f P-150g P-150h P-150i P-152a P-152b P-152c P-152d Pavement Marking Removal Remove Underdrain, Complete Remove Access Roads Asphalt Milling Remove Soil Cement Base Unclassified Excavation, Embankment On-Site Excess Excavation, Deposit to DEN Stockpile Unsuitable Excavation DEN Upper Select Fill Borrow Embankment On-Site (18-Inch Depth) 187,500 SF 2,000 LF 350 SY 110 SY 7,600 SY 1,700 CY 450 CY 200 CY 2,500 SY D-751d D-752a T-901a T-905a T-905b T-908a L-107a L-107b L-108a Install PVC Connection To Existing RCP Storm Drain Outfall End Section, Complete Seeding Topsoil (Removed, Stockpiled, And Replaced) Topsoil (Furnished from Offsite) Hydraulic Mulching New L-806 Secondary Windcone New L-807 Primary Windcone 1-1/C #8 L-824C AFL Cable 5 EA 1 EA 7 AC 26,650 SY 4,800 SY 7 AC 1 EA 1 EA 656,055 LF L-125r L-125s L-125t L-125u L-125v L-128a L-128b L-128c L-132b L-867B Cover Plate L-867B Base Can L-867D Base Can w/ Cover Plate L-868B Base Can in New Concrete or Asphalt Pavement L-868B Base Can in Existing Pavement Removal of Electrical Items Miscellaneous Fiber Optic Work Temporary Airfield Electrical Work and Miscellaneous Airfield Electrical Work RPU Equipment Rack and Foundation 14 EA 40 EA 18 EA 180 EA 10 EA RUNWAY 17R-35L COMPLEX PAVEMENT REHABILITATION PACKAGE 1 P-152e Scarify And Recondition (8- Inch Depth) 3,200 SY L-108b 1-1/C #4 awg, CU Shielded, MV105 Cable 16,970 LF L-132c Surface Scan Sensor Cable - Type V 15,820 LF ISSUE RECORD NO. BY PURPOSE DATE CKD P-159a CDOT Class 6 Aggregate Base Course 52,500 TN L-108c 1-1/C #6 awg, CU Shielded, MV105 Cable 33,100 LF L-132d Pavement Sensor and Temperature Probe 1 RSH 50% DESIGN 09/14/18 ARM 2 RSH 90% DESIGN 10/26/18 ARM P-161a Geotextile Fabric 11,050 SY L-110a 1W-2"C Conduit in New PCC 1,850 LF L-135a Remote I/O South Equipment Rack 3 RSH BID 12/20/18 ARM 4 RSH ADDENDUM 2 1/17/19 ARM 5 RSH ADDENDUM 3 1/21/19 ARM P-161b Bondbreaker Fabric 41,600 SY L-110b 1W-2"C in Non-Paved Earth 3,500 LF L-135b Remote I/O North Equipment Rack P-301a Soil-Cement Base Course (8-inch) 2,500 SY L-110c 1W-2"C in Existing Concrete 260 LF L-135c Induction Loop System P-301b Cement 52 TN L-110d 1W-2"C in Existing Asphalt Shoulder 170 LF L-135d 24 Strand Single Mode Fiber 735 LF P-304Ca 10" CDOT Crushed Aggregate Base Course 500 SY L-110e 1W-2"C in New Asphalt Shoulder 3,100 LF L-137a CCTV Camera Pole and Foundation SCALE AS INDICATED P-304Cb 6" CDOT Crushed Aggregate Base Course P-401a Bituminous Surface/Base Course, Gradation 3 (PG 64-28) P-401Ca CDOT Bituminous Surface/Base Course Grade S (PG-64-22) 250 SY 4,400 TN 150 TN L-110f L-110g L-110h 1W-4"C Ductbank 2W-4"C Ductbank 4W-4"C Ductbank 135 LF 730 LF 250 LF L-140a L-858a L-858b Photometeric Testing L-858 LED Guidance Sign - 1 Mod L-858 LED Guidance Sign - 2 Mod 2 EA 11 EA DATE DECEMBER 20, 2018 DRAWN BY: JAW CHECKED BY: ARM FAA AIP NO: P-404a Asphalt Treated Permeable Base Course, Variable Thickness (6-Inch Min.) 8,200 SY L-115a 4' by 4' by 4' Handhole - Aircraft Rated 12 EA L-858c L-858 LED Guidance Sign - 3 Mod 2 EA WORK BREAKDOWN NO. P-501a Portland Cement Concrete Pavement, Non-Reinforced 39,500 SY L-122Ba Miscellaneous Vault Electrical Work L-858d L-858 LED Guidance Sign - 4 Mod 10 EA DESIGN CONTRACT NO P-501b Portland Cement Concrete Pavement, Reinforced 2,150 SY L-122Ca Install 30KW CCR 1 EA L-858e LED Runway Distance Marker Sign 11 EA CONST. CONTRACT NO VOLUME NO. P-501c P-501f P-501g P-604Ba Remove And Replace Epoxy Sealant Around Size B Light Can Concrete Blockouts Base Can Reinforcing Mat Polychloroprene Compression Joint Seals 41 EA 2 EA 63 EA 59,800 LF L-125a L-125b L-125c L-125d L-804 LED Elevated Runway Guard Light L-862S LED Elevated Stop Bar Light L-852G/S Runway Inpavement Guard/Stop Bar L-850A LED Runway Centerline 24 EA 24 EA 145 EA 238 EA L-858f New Guidance Sign Foundation (any Size) 16 EA SHEET TITLE SUMMARY OF QUANTITIES (SHEET 1 OF 2) SHEET NO. C0004 P-605a Crack Repair And Sealing 10,650 LF L-125e L-850B LED Touchdown Zone Light 360 EA CADD FILE NO. _ B1CQTB-6004