76

PLANS FOR IMPROVEMENTS TO DENVER INTERNATIONAL …business.flydenver.com/bizpdf/DIAAD_832.pdf · Bidder Name: $ $ $ $ $ BID PROPOSAL SUMMARY Total Bid RUNWAY 7-25 COMPLEX PAVEMENT

Embed Size (px)

Citation preview

Addendum No. 2 January 23, 2014

To: Bid Forms, Project Requirements,

Technical Specifications and Plans Runway 7-25 Complex Pavement Rehabilitation

Construction Contract No. 201314357 Dated: December 31, 2013

Page 1 of 2

ADDENDUM NO. 2 TO

PLANS FOR IMPROVEMENTS TO DENVER INTERNATIONAL AIRPORT

DENVER, COLORADO RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION

CONSTRUCTION CONTRACT NO. 201314357

Bidders are informed that the above referenced Plans are modified as follows as of January 23, 2014.

1. BID FORMS

See Part I Project Requirements below.

2. PART I PROJECT REQUIREMENTS

Bid Forms

Delete Bid Forms (10 sheets) located behind sheet number 30 “Schedule of Prices and Quantities” and replace with attached Bid Forms (10 sheets). Pay Items have been added and some quantities have been changed. See Sheet C0003 attached to this addendum for specific changes to the pay items and pay item quantities

3. PART II TECHNICAL SPECIFICATIONS

Project Manual Table of Contents

Replace the Project Manual Table of Contents (page TOC-1) with the attached revised Table of Contents. Reference to Appendix P was changed to Appendix A.

Division 1 General Requirements

Section 1050 Layout of Work and Surveys

Replace page 15 of this section with the attached revised page 15. Part 6 – Measurement and Part 7 – Payment has been changed.

Section 1566 Environmental Controls

Replace pages 11 and 12 of this section with the attached revised pages 11 and 12. Part 4, section 4.01 – Method of Measurement and Part 5 – Payment has been changed.

Addendum No. 2 January 23, 2014

To: Bid Forms, Project Requirements,

Technical Specifications and Plans Runway 7-25 Complex Pavement Rehabilitation

Construction Contract No. 201314357 Dated: December 31, 2013

Page 2 of 2

Section 1575 Electrical Phasing

Replace pages 2 through 4 of this section with the attached revised pages 2 through 4. Part 4 – Measurement and Part 5 – Payment has been changed.

Section 1576 Traffic Control

Replace pages 3 and 4 of this section with the attached revised pages 3 and 4. Part 4 – Measurement and Part 5 – Payment has been changed.

Division 2 Airfield Standards

Item P-401C CDOT Plant Mix Pavements For VSR Widening only

This specification has been replaced in its entirety. The changes to this specification have been shown in “Blue” so the modifications can be easily tracked.

Appendix P

Delete Appendix P and replace with the attached Appendix A.

4. PLANS

Sheet C0003

Replace this sheet in its entirety with attached sheet C0003

Summary of Changes:

Added new bid items L-125t, L-125u. Revised Note 6

** END OF ADDENDUM NO. 2 **

Bidder Name:

$

$

$

$

$

BID PROPOSAL SUMMARY

Total Bid

RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION

CONTRACT NO. 201314357

Schedule I Total

Schedule II Total

Schedule III Total

Schedule IV Total

Addendum 2

Item No. Units Est. Qty

01505a Mobilization

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

01575aCover Guidance Signs

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 14 $ $

01575b Maintain Lighted X's

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

01576a Haul Route Monitor

at the unit price of: ________________________________________________________________dollars and ______________________________cents. HR 11,880 $ $

01576b Gate Guard

at the unit price of: ________________________________________________________________dollars and ______________________________cents. HR 4,750 $ $

01576cGate Guard Shack (Temporary)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

01576d Traffic Control

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

P-150a

Remove 17-Inch Reinforced Concrete Pavement

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 100 $ $

P-150b

Remove 17-Inch Non-Reinforced Concrete Pavement

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 15,000 $ $

P-150c

Remove L-868 Base Can with Light or Blank Cover

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 98 $ $

P-150d

Remove Asphalt Pavement (Full Depth)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 72 $ $

P-161a Bondbreaker Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 15,000 $ $

P-161b Geotextile Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 72 $ $

Runway 7-25 Complex Pavement Rehabilitation - SCHEDULE I (Federal)Description Unit Price Total

Addendum 2 Schedule I

Item No. Units Est. QtyRunway 7-25 Complex Pavement Rehabilitation - SCHEDULE I (Federal)

Description Unit Price Total

P-401aBituminous Surface Course (3-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 12 $ $

P-401bBituminous Base Course (7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 29 $ $

P-403a

Asphalt Treated Permeable Base (5 -7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 72 $ $

P-501a

17-inch Portland Cement Concrete Pavement, Plain - (HP)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 15,000 $ $

P-501b

17-inch Portland Cement Concrete Pavement, Reinforced

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 100 $ $

P-501c Concrete Grooving

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 9,400 $ $

P-610aCement Treated Base Repair

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 150 $ $

L-108a

Remove and Install #8 L824 Type B or C Wire

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LF 12,825 $ $

L-110a

2" Sch. 40 PVC Conduit (Concrete Encased)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LF 100

L-125a

Install New L-868B 3/4" Thick Blank Steel cover

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 12 $ $

L-125b

Install Temporary Blank Plywood Covers

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 50 $ $

L-125c

Install New L-850A Semi-Flush Runway Centerline Light, Bidirectional, with Quartz Lamps, Red/Clear Lenses

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 12 $ $

L-125d

Install New L-850A Semi-Flush Runway Centerline Light, Bidirectional, with Quartz Lamps, Clear Lenses

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 17 $ $

Addendum 2 Schedule I

Item No. Units Est. QtyRunway 7-25 Complex Pavement Rehabilitation - SCHEDULE I (Federal)

Description Unit Price Total

L-125e

Install New L-850B Semi-Flush Runway Touchdown Zone Light, Unidirectional, with Quartz Lamp, Clear Lens

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 6 $ $

L-125g

Install New L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, with Quartz Lamps, Green/Green Lenses, 2-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 3 $ $

L-125h

Install New L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, with Quartz Lamps, Yellow/Yellow Lenses, 2-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 3 $ $

L-125i

Install New L-852D Semi-Flush Taxiway Centerline Light, Unidirectional, Wide Beam, with Quartz Lamps, Green Lens

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 11 $ $

L-125j

Install new L-852D Semi-Flush Taxiway Centerline Light, Unidirectional, Wide Beam, Quartz Lamp, Yellow Lens

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 5 $ $

L-125k

Install New L-852C Semi-Flush Taxiway Centerline Light, Unidirectional, Narrow Beam, Quartz Lamp, Green Lens

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 6 $ $

L-125l

Install New L-852C Semi-Flush Taxiway Centerline Light, Unidirectional, Narrow Beam, Quartz Lamp, Yellow Lens

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

Addendum 2 Schedule I

Item No. Units Est. QtyRunway 7-25 Complex Pavement Rehabilitation - SCHEDULE I (Federal)

Description Unit Price Total

L-125m

Install New L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, Quartz Lamps, Green/Green Lenses, 1-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 18 $ $

L-125n

Install New L-852C Semi-Flush Taxiway Centerline Light, Bidirectional, Narrow Beam, Quartz Lamp, Green/Green Lenses, 1-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

L-125o

Remove and Install New 65W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 36 $ $

L-125p

Remove and Install New 100W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 32 $ $

L-125r

Install New 22" Deep L-868B Light Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 92

L-125s

Install New 26" Deep L-868B Light Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 6

L-125t

Procure New 22" Deep L-868B Light Base

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 100

L-125u

Procure New 26" Deep L-868B Light Base

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 8

L-132a

Remove and Install New Loop Detector Cable

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 2 $ $

L-132bSaw Cut Concrete for Loop Detector

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LF 100 $ $

T-901a Seeding

at the unit price of: ________________________________________________________________dollars and ______________________________cents. AC 6 $ $

T-908a Hydromulch

at the unit price of: ________________________________________________________________dollars and ______________________________cents. AC 6 $ $

Schedule I

Addendum 2 Schedule I

Item No. Units Est. Qty

01505a Mobilization

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

P-150b

Remove 17-Inch Non-Reinforced Concrete Pavement

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 2,300 $ $

P-150c

Remove L-868 Base Can with Light or Blank Cover

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 5 $ $

P-150d

Remove Asphalt Pavement (Full Depth)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 385 $ $

P-161a Bondbreaker Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 2,300 $ $

P-161b Geotextile Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 385 $ $

P-401aBituminous Surface Course (3-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 66 $ $

P-401bBituminous Base Course (7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 145 $ $

P-403a

Asphalt Treated Permeable Base (5 -7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 385 $ $

P-501a

17-inch Portland Cement Concrete Pavement, Plain - (HP)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 2,300 $ $

P-610aCement Treated Base Repair

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 23 $ $

L-108a

Remove and Install #8 L824 Type B or C Wire

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LF 720 $ $

L-125b

Install Temporary Blank Plywood Covers

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 7 $ $

Runway 7-25 Complex Pavement Rehabilitation - SCHEDULE II (Federal)Description Unit Price Total

Addendum 2 Schedule II

Item No. Units Est. QtyRunway 7-25 Complex Pavement Rehabilitation - SCHEDULE II (Federal)

Description Unit Price Total

L-125n

Install New L-852C Semi-Flush Taxiway Centerline Light, Bidirectional, Narrow Beam, Quartz Lamp, Green/Green Lenses, 1-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 5 $ $

L-125o

Remove and Install New 65W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 2 $ $

L-125r

Install New 22" Deep L-868B Light Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 5 $ $

L-125t

Procure New 22" Deep L-868B Light Base

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 5

Schedule II

Addendum 2 Schedule II

Item No. Units Est. Qty

01505a Mobilization

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

P-150b

Remove 17-Inch Non-Reinforced Concrete Pavement

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 3,210 $ $

P-150c

Remove L-868 Base Can with Light or Blank Cover

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 18 $ $

P-150d

Remove Asphalt Pavement (Full Depth)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 95 $ $

P-161a Bondbreaker Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 3,210 $ $

P-161b Geotextile Fabric

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 95 $ $

P-401aBituminous Surface Course (3-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 17 $ $

P-401bBituminous Base Course (7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. TON 40 $ $

P-403a

Asphalt Treated Permeable Base (5 -7-Inches)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 95 $ $

P-501a

17-inch Portland Cement Concrete Pavement, Plain - (HP)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 3,210 $ $

P-610aCement Treated Base Repair

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SY 32 $ $

L-108a

Remove and Install #8 L824 Type B or C Wire

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LF 1,150 $ $

L-125a

Install New L-868B 3/4" Thick Blank Steel Cover

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

Runway 7-25 Complex Pavement Rehabilitation - SCHEDULE III (Federal)Description Unit Price Total

Addendum 2 Schedule III

Item No. Units Est. QtyRunway 7-25 Complex Pavement Rehabilitation - SCHEDULE III (Federal)

Description Unit Price Total

L-125b

Install Temporary Blank Plywood Covers

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 10 $ $

L-125f

Remove and Reinstall L-852G/S Semi-Flush Runway Stop Bar and Runway Guard Light, Unidirectional, with Quartz Lamps

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 2 $ $

L-125m

Install New L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, Quartz Lamps, Green/Green Lenses, 1-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 14 $ $

L-125n

Install New L-852C Semi-Flush Taxiway Centerline Light, Bidirectional, Narrow Beam, Quartz Lamp, Green/Green Lenses, 1-Circuit Fixture

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

L-125o

Remove and Install New 65W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 13 $ $

L-125p

Remove and Install New 100W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

L-125q

Remove and Install New 150W L-830 Isolation Transformer

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

L-125r

Install New 22" Deep L-868B Light Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 16 $ $

L-125s

Install New 26" Deep L-868B Light Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 2 $ $

L-125t

Procure New 22" Deep L-868B Light Base

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 16

L-125u

Procure New 26" Deep L-868B Light Base

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 2

Schedule III

Addendum 2 Schedule III

Item No. Units Est. Qty

01505a Mobilization

at the unit price of: ________________________________________________________________dollars and ______________________________cents. LS 1 $ $

P-150e

Remove Wind Cone and Concrete Base (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

P-501d Spall Repair

at the unit price of: ________________________________________________________________dollars and ______________________________cents. SF 220 $ $

L-127a

Install New L-806 Wind Cone (Complete)

at the unit price of: ________________________________________________________________dollars and ______________________________cents. EA 1 $ $

Schedule IV

Runway 7-25 Complex Pavement Rehabilitation - SCHEDULE IV (Non-Federal)Description Unit Price Total

Addendum 2 Schedule IV

VOLUME 2 DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION TABLE OF CONTENTS CONSTRUCTION CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 REVISED (0) TOC-1

PROJECT MANUAL TABLE OF CONTENTS PART II – TECHNICAL SPECIFICATIONS

DIVISION 1 – GENERAL REQUIREMENTS DIVISION 2 – AIRFIELD STANDARDS APPENDIX A – PAY ITEMS

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01050 01 32 23 – LAYOUT OF WORK AND SURVEYS CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 2012 01050 01 32 23 - 15

B. The tolerances generally applicable in setting survey stakes shall be as set forth below. Such tolerances shall not supersede stricter tolerances required by the Drawings or Specifications, and shall not otherwise relieve the Contractor of responsibility for measurements in compliance therewith. Tolerances in setting survey stakes shall be as follows:

1. Tolerance on Error in Line, Kind of Survey Stake or Mark Distance Tangent, Markers on hubs and monuments, curves, on centerline and offset centerlines: 1:20,000, 0.01 ft, 10 sec.

2. Intermediate stakes or marks on centerline and offset centerlines: 1:5,000, 0.05 ft, 1 min.

3. Grade Stakes or Marks for: Excavation and backfill; slope stakes +/-0.10 ft

4. Steel reinforcement and formed concrete ACI and AISC specified tolerance. If none described then the tolerance is +/- 0.02 ft.

PART 6 - MEASUREMENT

6.01 METHOD OF MEASUREMENT

A. No separate measurement shall be made for work under this Section

PART 7 - PAYMENT

7.01 METHOD OF PAYMENT

A. No separate payment will be made for work under this Section. The cost of the work described in this Section shall be included in the applicable work request bid item.

END OF SECTION

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT i.DIVISION 1 GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION

SECTION 01566 – ENVIRONMENTAL CONTROLS CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 2012 01566-11

4.01 METHOD OF MEASUREMENT

A. There shall be no direct measurement or payment for erosion controls. The work under this item shall be considered subsidiary to other items of work.

PART 5 - PAYMENT

5.01 METHOD OF PAYMENT

A. Erosion control permitting and best management practices (BMPs) associated with the project and necessary to stay compliant with all local, state, and federal regulations shall be considered incidental to the project. No payment shall be made for erosion control BMPs.

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT i.DIVISION 1 GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION

SECTION 01566 – ENVIRONMENTAL CONTROLS CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 2012 01566-12

EXHIBIT A

END OF SECTION 01566

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01575 - ELECTRICAL PHASING CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 0 01575 - 2

“Megger” with an output of at least 1,000V dc.

Caution: The series lighting circuit must always be complete. Normal circuit voltage is less than 5,000 volts; open circuit voltage can be more than 10,000 volts. All personnel shall be instructed to protect the integrity of the lighting circuit. Turn off the regulator at the vault before opening the circuit.

B. The Contractor shall bypass semi-flush centerline lights that are located on a closed taxiway. The Contractor shall do one of the following two things as shown on the Plans.

1. Remove and disconnect the semi-flush fixture from the secondary of the isolation transformer. Install a shorting plug on the secondary of the isolation transformer and reinstall the fixture. The connection shall be waterproofed by taping the connectors 1-1/2 inches on both sides of the joint with rubber tape and a layer of vinyl tape. The fixture plug shall be wrapped with vinyl tape to protect it from moisture.

2. The Contractor shall remove heat shrink tubing by lightly scoring the surface with a sharp knife and then heating with a torch equipped with a flame spreader. If the Contractor causes any damage to the connector, cable, or transformer, all damaged material shall be replaced at no additional cost to DIA.

Install a #8, 5,000V, L-824 jumper cable above grade routed through orange HDPE or PVC conduit that is either impregnated with orange or using orange tape to complete the temporary circuit. The jumper cable can be existing cable removed from an area that is part of demolition. If the existing cable is damaged or of inadequate length, the Contractor shall supply additional cable as part of this item.

Continuity of the circuit shall be checked before the regulator is reconnected and energized. Temporary cable used for bypassing of circuits will not be allowed to be installed as part of the permanent construction.

C. Elevated taxiway edge lights that remain connected to an energized circuit shall be covered using corrugated PVC full length as shown in the Plans. The globe will be covered thus blocking any light that may be visible to a pilot.

D. Taxiway exit signs will be modified to correspond to the construction limits as shown on the Plans. Black geotextile fabric shall cover the faces so that the numerals are not recognizable during daylight or nighttime operations for those signs that require covering. Once construction is complete, the fabric shall be removed and the signs restored for normal operations. Fastening of the fabric to the signs shall be secure so that it does not become dislodged by the wind. Nothing will be allowed to be fastened directly to the sign (ie duct tape) frame itself.

E. When construction is complete, the Contractor shall turn the regulator off at the airfield lighting vault. The temporary cable and/or the shorting plugs shall be removed and all lights reconnected. The connectors shall be waterproofed per Specification L-108. The circuit shall be tested for continuity and the insulation resistance shall be tested and compared to the original value. If the insulation resistance has decreased, the Contractor shall be responsible for correcting the problem. When all work is complete, check continuity, reenergize the regulator and check for proper operation.

PART 4 - MEASUREMENT

4.01 METHOD OF MEASUREMENT

A. Installation of covering of sign panels on guidance signs shall be measured per each item completed and accepted as satisfactory. The measurement of this item shall be per guidance sign covered, regardless of the number of panels that require covering in that

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01575 - ELECTRICAL PHASING CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 0 01575 - 3

guidance sign. The per each measurement shall include providing, installation, maintenance and removal upon completion of each item.

B. Maintenance of Lighted X’s shall be measured per lump sum to include replacement of bulbs, refueling, servicing and repositioning as required for both lighted X’s required for this project.

PART 5 - PAYMENT

5.01 METHOD OF PAYMENT

A. Payment will be made at the contract unit price per each guidance sign cover installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

B. Payment for Maintenance of the Lighted X’s shall be made at the contract unit price per lump sum. Payment will be made in increments equal to the construction completion progress. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

END OF SECTION 01575

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01575 - ELECTRICAL PHASING CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 0 01575 - 4

INTENTIONALLY LEFT BLANK

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01576 - TRAFFIC CONTROL CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 2012 01576 - 3

B. Furnish and install any necessary advance detour or guidance signing.

C. Authorize, modify and install regulatory parking controls and vehicle turn restrictions.

D. Implement those traffic control modifications outside of the traffic control zone which are necessary to manage diverted traffic.

PART 4 - MEASUREMENT

4.01 METHOD OF MEASUREMENT

A. Haul Route Monitor shall be measured per hour. This shall include all associated costs with providing the haul route monitors.

B. Gate Guards shall be measured per hour. This shall include all associated costs with providing the gate guards.

C. Gate Guard Shack (Temporary) shall be measured per lump sum. This price shall include a 10’ x 12’ portable building at the access gate for gate guards use with a portable toilet, post mounted convex mirror, portable generator and light plant for night use.

D. Traffic Control shall be measured per lump sum. This item shall include obtaining low profile barricades and delineators from DIA, placing, maintaining, re-positioning (as required by phase or the DIA Project Manager) and removal upon completion. This item shall also include temporary haul route signage, and any other item associated with providing traffic control for the project.

PART 5 - PAYMENT

5.01 METHOD OF PAYMENT

A. Payment for Haul Route Monitors shall be made at the contract unit price per hour. This shall include all associated costs with providing the haul route monitors.

B. Payment for Gate Guards shall be made at the contract unit price per hour. This shall include all associated costs with providing the gate guards.

C. Payment for Gate Guard Shack (Temporary) shall be made at the contract unit price per lump sum. This price shall include a 10’ x 12’ portable building at the access gate for gate guards use with a portable toilet, post mounted convex mirror, portable generator and light plant for night use.

D. Payment for Traffic Control shall be made at the contract unit price per lump sum. This item shall include obtaining low profile barricades and delineators from DIA, placing, maintaining, re-positioning (as required by phase or the DIA Project Manager) and removal upon completion. This item shall also include temporary haul route signage, and any other item associated with providing traffic control for the project.

END OF SECTION 01576

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 1 – GENERAL REQUIREMENTS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION SECTION 01576 - TRAFFIC CONTROL CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Revision No. 2012 01576 - 4

INTENTIONALLY LEFT BLANK

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-1

1 ITEM P-401C 2

3 CDOT PLANT MIX PAVEMENTS 4

For VSR Widening only 5 6

PART 1 GENERAL 7 8

1.01 DESCRIPTION This item consists of constructing hot mix asphalt (HMA) pavement on a 9 prepared base in accordance with these Specifications, and in conformity with the lines, grades, 10 thicknesses, and typical cross sections show on the Plans. 11

12 PART 2 MATERIALS 13 14 2.01 COMPOSITION OF MIXTURE The bituminous plant mix shall be composed of a mixture of 15

aggregate, filler or additives if required and approved, asphalt cement, and reclaimed material if 16 permitted and used. 17

18 A. Mix Design. The Contractor shall submit the following to the Engineer: 19

20 1) A proposed hot mix asphalt design prepared in accordance with Colorado 21

Procedure 52 @ 100 Ndes, which shall be wholly within the Master Range Table 22 of Table 2 before the tolerances shown in Table 1 are applied. The weight of 23 lime shall be included in the total weight of the material passing the No. 200 24 sieve. 25 26

2) The name of the refinery supplying the asphalt cement and the source of the 27 anti-stripping additive. 28

29 3) The job mix formula shall establish a single percentage of aggregate passing 30

each required sieve size, a single percentage of asphalt cement to be added to 31 the aggregate, and a single temperature for the mixture at the discharge point of 32 the plant. 33

34 B. Mixtures Furnished to the Project. After the job mix formula is established, all mixtures 35

furnished for the project shall conform thereto within the ranges of tolerances listed in 36 Table 1. 37

38

Table 1 PROJECT TOLERANCES

Asphalt Content ±0.3%

Asphalt Recycling Agent ±0.2%

Temperature of Mixture When Discharged from Mixer

±20 °F

Hot Mix Asphalt

Passing the 3/8-inch and larger sieves ±6%

Passing the No. 4 and No. 8 sieves ±5%

Passing the No. 30 sieve ±4%

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-2

Table 1 PROJECT TOLERANCES

Passing the No. 200 sieve ±2% 1When 100% passing is designated, there shall be no tolerance. When 90—100% passing is designated, 90% shall be the minimum; no tolerance shall be used. 2These tolerances apply to the Contractor’s Quality Control Testing.

39 C. Should a change in sources of materials be made, a new job mix formula shall be 40

established before the new material is used. This new job mix formula shall be in effect 41 until modified by the Engineer. Requests made in writing by the Contractor for changes 42 in the job mix formula will be considered. The job mix formula may be changed by the 43 Engineer if the change will produce a mixture of equal or better quality and will: 44 45

1) Permit better utilization of available material, or 46 47

2) Result in a saving in cost to the Sponsor through an adjustment in unit price. 48 49

D. Tests for cleanliness, abrasion loss, and percent of fractured faces will be made on 50 representative samples of aggregate taken during production or from the stockpiles. 51

52 2.02 AGGREGATES All sieve sizes and designations described in this section refer to laboratory 53

sieves having square openings and conforming to ASTM E 11. 54 55

A. Aggregates for hot plant mix bituminous pavement (HMA) shall be of uniform quality, 56 composed of clean, hard, durable particles of crushed stone, crushed gravel, natural 57 gravel, or crushed slag. Excess of fine material shall be wasted before crushing. A 58 percentage of the aggregate retained on the No. 4 sieve shall have at least two 59 mechanically induced fractured faces when tested in accordance with Colorado 60 Procedure 45. The angularity of the fine aggregate shall be a minimum of 45.0% when 61 determined according to AASHTO T 304. Aggregate samples representing each 62 aggregate stockpile shall be non-plastic if the percent of aggregate passing the No. 8 63 sieve is greater that, or equal to, 10% by weight of the individual aggregate sample. 64 Plasticity will be determined in accordance with AASHTO T 90. The material shall not 65 contain clay balls, vegetable matter, or other deleterious substances. 66 67

B. The aggregates shall have a percentage of wear of 45 or less when tested in accordance 68 with AASHTO T 96. 69

70

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-3

Table 2 MASTER RANGE TABLE FOR HOT MIX ASPHALT

Sieve Size

Percent by Weight Passing Square Mesh Sieves

Grade S

1-1/2

1 100

3/4 100

1/2” *

3/8” *

#4 *

#8 23—49

#16

#30 *

#50

#100

#200 2—8 71

2.03 FILTER MATERIAL Filter material shall consist of free draining sand, grave, slag, or crushed 72 stone. The grading requirements are set forth in Table 3. 73

74

Table 3 GRADATION SPECIFICATIONS FOR FILTER MATERIAL

Sieve Size Mass Percent Passing Square Mesh Sieves

Class B

3”

1-1/2” 100

3/4”

No. 4 20—60

No. 16 10—30

No. 50 0—10

No. 100

No. 200 0—3 75 2.04 MINERAL FILLER Mineral filler shall conform to the requirements of AASHTO M 17 and shall 76

consist of rock, dust, slag dust, hydrated lime, hydraulic cement, fly ash, or other suitable mineral 77 matter. It shall be free of organic impurities and agglomerations. When used, it shall be dry 78 enough to flow freely. Mineral filler shall have a plasticity index of not greater than four excluding 79 hydrated lime and hydraulic cement. Mineral filler shall be graded within the following limits: 80

81

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-4

Sieve Size Mass percent passing

No. 30 100

No. 50 95-100

No. 200 70-100 82 2.05 HYDRATED LIME Hydrated lime for aggregate pretreatment shall conform to the requirements 83

of ASTM C 207, Type N. In addition, the residue retained on a No. 200 sieve shall not exceed 84 10% when determined in accordance with ASTM C 110. (Drying of the residue in an atmosphere 85 free from carbon dioxide will not be required.) 86

87 2.06 ASPHALT CEMENT Superpave Performance Graded Binders shall conform to the requirements 88

listed in Table 4. (Taken from the AASHTO Provisional Standard MP1) 89 90

A. Asphalt cement shall not be acid modified or alkaline modified. 91 92

B. Asphalt cement shall not contain any used oils that have not been rerefined. Modifiers 93 that do not comply with environmental rules and regulations including 40 CFR Part 94 261.6(a)(3)(IV), and part 266/Subpart C shall not be added. Modifiers shall not be 95 carcinogenic. 96

97 C. The supplier of PG binder shall be certified in accordance with CP 11. 98

99

Table 4 SUPERPAVE PERFORMANCE GRADED BINDERS

ORIGINAL BINDER PROPERTIES

PG BINDER AASHTO

Test No. 64-22

Flash Point Temp., °C, minimum 230 T 48

Viscosity at 135 °C, Pa●s, maximum 3 TP 48

Dynamic Shear, Temp. °C, where G*/Sin δ @ 10 rad/s ≥ 1.00 kPa

64 TP 5

Ductility, 4 °C (5 cm/min.), cm minimum - T 51

Toughness, joules (inch-lbs) - CP L-2210

Tenacity, joules (inch-lbs) - CP L-2210

Acid or Alkali Modification (pass-fail) CP L-2214

RTFO Residue Properties CP L 2215

Mass Loss, percent maximum 1.00 CP L 2215

Dynamic Shear, Temp. °C, where G*/Sin δ @ 10 rad/s ≥ 2.20 kPa

64 TP 5

Elastic Recovery, 25 °C, percent min. - CP L-2211Method A

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-5

Table 4 SUPERPAVE PERFORMANCE GRADED BINDERS

ORIGINAL BINDER PROPERTIES

PG BINDER AASHTO

Test No. 64-22

Ductility, 4 °C (5 cm/min.), cm minimum - T 51

PAV Residue Properties, Aging Temperature 100 °C PP 1

Dynamic Shear, Temp. °C, where G*●Sin δ @ 10 rad/s ≤ 5000 kPa

25 TP 5

Creep Stiffness, @ 60 s, Test Temperature in °C -12

S, maximum, Mpa 300 TP 1

m-value, minimum 0.300 TP 1

**Direct Tension, Temperature in °C, @ 1 mm/min., where failure strain ≥ 1.0 %

-12 TP 3

**Direct tension measurements are required when needed to show conformance to AASHTO MP 1.

100 2.07 RECYCLING AGENTS Asphalt recycling agents shall conform to the physical and chemical 101

requirements of Table 5. 102 103

Table 5 ASPHALT RECYCLING AGENT

Property Test Method Requirement

Viscosity @ 60 °C (140 °F), mm2/s (cSt) ASTM D2170 200-800 (200-800)

Specific Gravity ASTM D 70 Report

Flash Point C.O.C., °C (°F) min. ASTM D 92 204 (400)

Oven Weight Change, 5 hrs. @ 163 °C (325 °F), % max.

ASTM D1754 4

*Viscosity Ratio, % max. ASTM D2170 3

Saturates, % max. ASTM D4124 30

*Viscosity Ratio = Viscosity after oven wt. change test, measured @ 60 °C (77°F) Original Viscosity @ 60 °C (77 °F)

104 PART 3 CONSTRUCTION REQUIREMENTS 105 106 3.01 WEATHER LIMITATIONS AND PLACEMENT TEMPERATURES Hot mix asphalt shall be 107

placed only on properly prepared, unfrozen surfaces which are free of water, snow, and ice. The 108 hot mix asphalt shall be placed only when both the air and surface temperatures equal or exceed 109

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-6

the temperatures specified in Table 6 and the Engineer determines that the weather conditions 110 permit the pavement to be properly placed and compacted. If the temperature falls below the 111 minimum air or surface temperatures, paving shall stop. 112

113

Table 6 PLACEMENT TEMPERATURE LIMITATIONS IN ºF

Compacted Layer Thickness in Inches

Minimum Surface and Air Temperature ºF

Top Layer Layers Below Top Layer

<1-1/2 60 50

1-1/2 - <3 50 40

3 or more 45 35

Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the new pavement is to be placed.

114 3.02 BITUMINOUS MIXING PLANT The bituminous mixing plant shall be capable of producing a 115

uniform material, have adequate capacity, and be maintained in good mechanical condition. 116 Defective parts shall be replaced or repaired immediately if they adversely affect the proper 117 functioning of the plant or plant units, or adversely affect the quality of the hot bituminous plant 118 mix. 119

120 A. Acceptable safety equipment shall be provided by the Contractor to accommodate 121

sampling and testing. 122 123

B. Hot bituminous plant mix shall not be stored longer than nine hours, unless additional 124 protective measures are used and approved. 125

126 C. When hot bituminous plant mix is obtained from a commercial plant, the Contractor shall 127

make arrangements for approved laboratory facilities at the plant site for testing hot 128 bituminous paving mixtures. 129

130 3.03 HAULING EQUIPMENT Trucks used for hauling bituminous mixtures shall have tight, clean, 131

smooth metal beds thinly coated with a minimum amount of paraffin oil, lime solution, or other 132 approved release agent. Petroleum distillates such as kerosene or fuel oil will not be permitted. 133 Each truck shall have a cover of canvas or other suitable material to protect the mixture from the 134 weather. 135

136 3.04 BITUMINOUS PAVERS Self-propelled bituminous pavers shall be provided and equipped with 137

an activated screed assembly, heated if necessary, capable of spreading and finishing the 138 bituminous plan mix material in lane widths applicable to the typical section and thickness shown 139 in the Plans. 140

141 A. The paver’s receiving hopper shall have sufficient capacity for a uniform spreading 142

operation and shall have an automatic distribution system that will place the mixture 143 uniformly in front of the screed. 144 145

B. The screed or strike-off assembly shall produce the specified finished surface without 146 tearing, shoving, or gouging the mixture. 147 148

C. The paver shall be capable of operating at forward speeds consistent with uniform and 149 continuous laying of the mixture. Stop and go operations of the paver shall be avoided. 150

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-7

151 D. The bituminous paver shall be equipped with a means of preventing the segregation of 152

the coarse aggregate particles from the remainder of the bituminous plant mix when that 153 mix is carried from the paver hopper back to the paver augers. The means and methods 154 used shall be approved by the paver manufacturer and may consist of chain curtains, 155 deflector plates, or other such devices and any combination of these. 156

157 E. The Contractor shall supply a Certificate of Compliance that verifies that the approved 158

means and methods used to prevent bituminous paver segregation have been 159 implemented on all pavers used on the project. 160

161 F. The controls shall be capable of maintaining the screed at the specified transverse slope 162

within plus or minus 0.1%. Manual operation will be permitted. 163 164

G. If the automatic controls fail or malfunction the equipment may be operated manually for 165 the remainder of the normal working day, provided specified results are obtained. 166

167 H. If the Contractor fails to obtain and maintain the specified surface tolerances, the paving 168

operations shall be suspended until satisfactory corrections, repairs, or equipment 169 replacements are made. 170

171 3.05 SURFACE CONDITIONING Irregularities in the existing pavement or base shall be brought to 172

uniform grade and cross section. 173 174 3.06 PREPARATION OF ASPHALT CEMENT The asphalt cement shall be heated to the specified 175

temperature without local overheating and shall be continuously supplied to the mixer at a 176 uniform temperature within the specified range. 177

178 3.07 PREPARATION OF AGGREGATES Heating and drying of the aggregates shall be 179

accomplished without damaging the aggregate 180 181

A. When hydrated lime is used, it shall be added to the aggregate in accordance with one of 182 the following methods: 183

184 1) Lime Slurry Added to Aggregate. The hydrated lime shall be added to the 185

aggregate in the form of a slurry and then thoroughly mixed in an approved 186 pugmill. The slurry shall contain a minimum of 70% water by weight. 187 188

2) Dry Lime Added to Wet Aggregate. The dry hydrated lime shall be added to 189 aggregate wetted with a minimum 2% above the surface saturated dry condition 190 (SSD) of the blended aggregate as shown on CDOT Form 43, and then 191 thoroughly mixed in an approved pugmill. The Engineer will not require the 192 Contractor to go above 5% total moisture, although the Contractor may elect to 193 do so if the added water is necessary to meet the minimum Lottman 194 specification. 195

196 The lime-aggregate mixture may be fed directly into the hot plant after mixing or it 197 may be stockpiled for not more than 90 days before introduction into the plant for 198 mixing with the asphalt cement. The hydrated lime may be added to different 199 sized aggregates and stockpiled, by adding 75% of the lime to the aggregate 200 passing the No. 4 sieve and 25% to the aggregate retained on the No. 4 sieve. 201 202 In order to ensure the required lime and water quantities are introduced, lime and 203 water feed for lime operation shall have control systems that change introduction 204 rates in conjunction with changes in plant mix production. The control systems 205 shall be documented in the Contractor’s Quality Control Plan. 206

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-8

207 When a test for aggregate percent moisture falls below the required minimum, 208 the Contractor will receive a warning. When two consecutive tests for aggregate 209 percent moisture fall below the required minimum, a follow up test will 210 immediately be performed. A failure on the follow up test will result in suspension 211 of work. Production will remain suspended until the source of the problem is 212 identified and corrected. Each time production is suspended corrective actions 213 shall be proposed in writing by the Contractor and approved in writing by the 214 Engineer before production may resume. 215

216 3.08 MIXING The dried aggregates and asphalt shall be combined in the mixer in the quantities 217

required to meet the job mix formula. 218 219

A. The materials shall be mixed until the aggregate is completely and uniformly coated, and 220 the asphalt is uniformly distributed throughout the aggregate. 221 222

B. The minimum temperature of the mixture when discharged from the mixer and when 223 delivered for use shall be as shown in Table 7: 224

225

Table 7

Asphalt Grade Minimum Mix Discharge

Temperature, ºF* Minimum Delivered Mix

Temperature, ºF**

PG 64-22 290 235

*The maximum mix discharge temperature shall not exceed the minimum discharge temperature by more than 30 ºF.

**Delivered mix temperature shall be measured behind the paver screed. 226

C. Hot-mix asphalt mixture shall be produced at the lowest temperature within the specified 227 temperature range that produces a workable mix and provides for uniform coating of 228 aggregates (95% minimum in accordance with AASHTO T 195), and that allows the 229 required compaction to be achieved. 230 231

D. Storing or holding of asphalt mixture will be permitted provided the characteristics of the 232 mixture are not altered. If storing or holding of the mixture causes segregation, excessive 233 heat loss, or adversely affects the quality of the finished product, corrective action shall 234 be taken. Unsuitable mixtures shall be disposed of at the Contractor’s expense. 235

236 3.09 SPREADING AND FINISHING Bituminous pavers shall be used to distribute the mixture to the 237

established grade and required thickness over the entire width or partial width as practicable. 238 239

A. The longitudinal joint in both a new pavement and an overlay pavement layer shall offset 240 the joint in the layer immediately below by 6 inches. In every pavement layer, the joints 241 shall not be constructed in the wheel paths. The Contractor shall use a continuous string 242 line to delineate every longitudinal joint during paving operations. All exposed string line 243 shall be picked up and disposed of at the end of each day’s paving. 244 245

B. On areas where the use of mechanical spreading and finishing equipment is 246 impracticable, the mixture shall be dumped, spread, raked, screeded, and luted by hand 247 tools to the required compacted thickness and grades. 248

249 C. The bituminous mixture shall be transported and placed without segregation. All 250

segregated areas behind the paver shall be removed immediately upon discovery. The 251

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-9

segregated material shall be replaced with specification material before the initial rolling 252 has taken place. 253

254 D. If at any time, the Engineer observes segregated areas of pavement, they will notify the 255

Contractor immediately. 256 257

E. After rolling, segregated areas will be delineated by the Engineer and evaluated as 258 follows: 259

260 1) The Engineer will delineate the segregated areas to be evaluated and inform the 261

Contractor of the location and extent of these areas within 2 calendar days, 262 excluding weekends and holidays, of placement. 263 264

2) In each segregated area or group of areas to be evaluated, the Contractor shall 265 take five 10-inch cores at random locations designated by the Engineer. In 266 accordance with CP 75, the Contractor shall also take five 10-inch cores at 267 random locations designated by the Engineer in non-segregated pavement 268 adjacent to the segregated area. These cores shall be within the boundary of the 269 segregated area and in the newly placed pavement. The coring shall be in the 270 presence of the Engineer and the Engineer will take immediate possession of the 271 cores. The Contractor may take additional cores at the Contractor’s expense. 272

273 3) Gradation of the aggregate of the cores will be determined by the Sponsor in 274

accordance with CP 46. 275 276

4) The core aggregate gradations from the segregated area will be compared to the 277 core aggregate gradations of the corresponding non-segregated area. 278

279 5) Two key sieves of the core gradations from the segregated area will be 280

compared to the core gradations from the corresponding non-segregated area to 281 determine the difference. If differences for both key sieves exceed the allowable 282 difference specified in the table below, the area is segregated. 283

284

Table for Segregation Determination

Mix Grading

Key Sieves

Allowable Difference, %

S #8, #4

9

285 6) Segregated areas in the top lift shall be removed and replaced, full lane width, at 286

the Contractor’s expense. The Engineer may approve a method equivalent to 287 remove and replace that results in a non-segregated top lift. 288

289 3.10 COMPACTION The hot mix asphalt shall be compacted by rolling. Both steel wheel and 290

pneumatic tire rollers will be required. The number, weight and type of rollers furnished shall be 291 sufficient to obtain the required density while the mixture is in a workable condition. Compaction 292 shall begin immediately after the mixture is placed and be continuous until the required density is 293 obtained. When the mixture contains unmodified asphalt cement (PG 64-22) and the surface 294 temperature falls below 185 degrees F, further compaction effort shall not be applied unless 295 approved. 296

297 A. All roller marks shall be removed with the finish rolling. Use of vibratory rollers with the 298

vibrator on will not be permitted during surface course final. 299

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-10

300 B. Pavement shall be compacted to a density of 92 to 96% of the maximum theoretical 301

density, determined according to CP 51. If more than one theoretical maximum specific 302 gravity is taken in a day, the average of the theoretical maximum specific gravity results 303 will be used to determine the percent compaction. Field density determinations will be 304 made in accordance with CP 44 or 81. 305

306 C. The longitudinal joints shall be compacted to a target density of 92% of the theoretical 307

maximum specific gravity. The tolerance shall be ± 4%. The theoretical maximum 308 specific gravity used to determine the joint density will be the average of the daily 309 theoretical maximum specific gravities for the material that was placed on either side of 310 the joint. Density (percent relative compaction) will be determined in accordance with CP 311 44. 312

313 D. The Contractor shall obtain one 6-inch diameter core at a random location within each 314

longitudinal joint sampling section for determination of the joint density. The Contractor 315 shall mark and drill the cores at the location directed by the Engineer and in the presence 316 of the Engineer. The Engineer will take possession of the cores for testing. The 317 Contractor may take additional cores at his own expense. . Coring locations shall be 318 centered on the visible line where the joint between the two adjacent lifts abut the 319 surface. The center of all joint cores shall be within 1 inch of this visible joint line. Core 320 holes shall be repaired by the Contractor using materials and methods approved by the 321 Engineer. QC and QA joint coring shall be completed within five calendar days of joint 322 construction. 323

324 E. Longitudinal joint coring applies to all pavement lifts. When constructing joints in an 325

echelon paving process, the joints shall be clearly marked to ensure consistent coring 326 location. In small areas, such as intersections, where the Engineer prescribes paving and 327 phasing methods, the Engineer may temporarily waive the requirement for joint density 328 testing. 329

330 F. The Contractor may take additional cores at the expense of the Contractor. Coring 331

locations shall be centered on the line where the joint between the two adjacent lifts abut 332 at the surface. Core holes shall be repaired by the Contractor using materials and 333 methods approved by the Engineer. 334

335 G. Along any places not accessible to the rollers, the mixture shall be thoroughly compacted 336

with mechanical tampers. 337 338

H. Any mixture that becomes loose and broken, mixed with dirt, or is in any way defective, 339 shall be immediately removed and replaced with fresh hot mixture, and compacted to 340 conform to the surrounding area. 341 342

3.11 JOINTS Placing of the HMA shall be continuous, and rollers shall not pass over the unprotected 343 end of a freshly laid mixture. Transverse joints shall be formed by cutting back on the previous 344 run to expose the full depth of the course. A coat of asphalt cement shall be applied to contact 345 surfaces of all joints just before additional mixture is placed against the previously compacted 346 material. 347

348 3.12 PAVEMENT SAMPLES The Engineer may take samples of the compacted pavement at random 349

locations on the project for testing. Where samples have been taken, new material shall be 350 placed and compacted by the contractor to conform with the surrounding area. 351

352 3.13 TESTING: All testing to be performed per the CDOT, Colorado Highway Specifications, latest 353

edition, Table 106-1 and applicable notes for Contractor’s ITA and DIA QA Lab. 354 355

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-11

356 PART 4 METHOD OF MEASUREMENT 357 358 4.01 Refer to Appendix A for Method of Measurement. 359 360 361 PART 5 BASIS OF PAYMENT 362 363 5.01 Refer to Appendix A for Basis of Payment. 364 365 PART 6 TESTING REQUIREMENTS 366 367 CDOT Procedure 45 Standard Test Method for Determining Percent of Particles with Two or 368

More Fractured Faces 369 370 AASHTO T 48 Standard Test Method for Flash and Fire Points by Cleveland Open Cup 371 372 AASHTO T 90 Standard Test Method for Determining the Plastic Limit and Plasticity 373

Index of Soils 374 375 AASHTO T 96 Standard Test Method for Resistance to Degradation of Small-Size 376

Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 377 378 AASHTO T 195 Standard Method of Test for Determining Degree of Particle Coating of 379

Bituminous-Aggregate Mixtures 380 381 AASHTO T 304 Standard Method of Test for Uncompacted Void Content of Fine 382

Aggregate 383 384 ASTM C 110 Standard Test Methods for Physical Testing of Quicklime, Hydrated 385

Lime, and Limestone 386 387 ASTM D 1754 Standard Test Method for Effect of Heat and Air on Asphaltic Materials 388 389 ASTM D 2170 Standard Test Method for Kinematic Viscosity of Asphalts 390 391 ASTM D 4124 Standard Test Method for Separation of Asphalt into Four Fractions 392 393 ASTM D 70 Standard Test Method for Density of Semi-Solid Bituminous Materials 394 395 ASTM D 92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup 396

Tester 397 398 399 PART 7 MATERIAL REQUIREMENTS 400 401 ASTM E 11 Test Sieves 402 403 AASHTO M 17 Standard Specification for Mineral Filler for Bituminous Paving Mixtures 404 405 ASTM C 207 Standard Specification for Hydrated Lime for Masonry Purposes 406 407 408

END OF ITEM P-401C 409 410 411

VOLUME 1 TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 AIRFIELD STANDARDS RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION ITEM P-401C – CDOT PLANT MIX PAVEMENT CONTRACT NO. 201314357

ISSUED FOR BID (Addendum 2): DECEMBER 2013 Non-Airfield Standard P-401-12

412 413 414

INTENTIONALLY LEFT BLANK 415

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 1

APPENDIX A

MEASUREMENT AND PAYMENT

01050 – LAYOUT OF WORK AND SURVEYS

METHOD OF MEASUREMENT AND PAYMENT

There shall be no direct measurement or payment for work within this specification. The work shall be considered subsidiary to other items of work.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 2

APPENDIX A

MEASUREMENT AND PAYMENT

01505 – MOBILIZATION

METHOD OF MEASUREMENT AND PAYMENT

Item 01505a Mobilization

Method of Measurement

A. The Contractor shall submit to the DIA Project Manager for approval 15 days prior to the first mobilization billing a detailed breakdown of all items, including subcontractor mobilization items that are proposed to be invoiced under Mobilization as part of the Schedule of Values (reference Technical Specifications Section 01370). This breakdown shall be labeled MOBILIZATION SCHEDULE. This schedule will be reviewed by the Project Manager to inform the Contractor what exact types of costs will be approved and paid under Mobilization.

B. All requests for payment for mobilization shall include a detailed Mobilization Schedule which shall identify the nature of each expense item, its delivery date, setup and startup date and the actual invoice amounts inclusive of acquisition, taxes, transportation assembly, and installation less all discounts.

C. The Contractor shall identify a line item in the Mobilization Schedule as "Demobilization" and shall establish the value for this line item, at a minimum, of fifteen percent (15%) of the pay item for mobilization.

D. The initial approved Mobilization Schedule shall determine the basis for all future mobilization payments.

Basis of Payment

A. Payment will be made only for substantiated Mobilization costs in accordance with the approved Mobilization Schedule, and only to the limit of the contract lump sum amount for the pay item Mobilization. In no case will the City pay Mobilization in excess of five percent (5%) of the total Contract amount.

B. Payment for the Contractor's bonds may be included in the Mobilization Schedule to the limits of the actual amount.

C. Payment amounts for personnel involved in mobilization and listed on the approved Mobilization Schedule shall be limited to the Contractor's certified payroll amounts.

D. Payment amounts for materials, supplies and transportation involved in mobilization and listed on the approved Mobilization Schedule shall be for the actual amounts paid as shown on invoices marked paid. No payment will be made under mobilization for the cost of permanent materials to be installed for this contract. See Section 01370 for Stored Materials.

E. No payment under mobilization will be made for rented or leased equipment other than

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 3

actual transportation cost.

F. No separate payment will be made as part of the Mobilization Schedule for the maintenance and/or use of personnel, equipment, supplies and incidentals after project setup except for demobilization. These costs are to be incorporated in the remaining items of work in the Schedule of Values by multiplier or work request.

G. For any mobilization payment amounts requested by the Contractor that are unsubstantiated or exceed the allowable limit of five percent of the total Contract amount, the Project Manager, may in its sole discretion reallocate any, all, or none of those amounts to other work items in the Schedule of Values for lump sum contracts or to be disbursed on a prorated basis as determined by the Project Manager for unit price contracts. Any unsubstantiated mobilization payment amounts not reallocated by the Project Manager will not be paid.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 4

APPENDIX A

MEASUREMENT AND PAYMENT

01566 – ENVIRONMENTAL CONTROLS

METHOD OF MEASUREMENT AND PAYMENT

There shall be no direct measurement or payment for erosion controls. The work under this item shall be considered subsidiary to other items of work.

Erosion control permitting and best management practices (BMPs) associated with the project and necessary to stay compliant with all local, state, and federal regulations shall be considered incidental to the project. No payment shall be made for erosion control BMPs.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 5

APPENDIX A

MEASUREMENT AND PAYMENT

01575 – ELECTRICAL PHASING

METHOD OF MEASUREMENT AND PAYMENT

Item 01575a Cover Sign Panels on Guidance Signs

Installation of covering of sign panels on guidance signs shall be measured per each item completed and accepted as satisfactory. The measurement of this item shall be per guidance sign covered, regardless of the number of panels that require covering in that guidance sign. The per each measurement shall include providing, installation, maintenance and removal upon completion of each item.

Payment will be made at the contract unit price per each guidance sign cover installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item 01575b Maintain Lighted X’s

Maintenance of Lighted X’s shall be measured per lump sum to include replacement of bulbs, refueling, servicing and repositioning as required for both lighted X’s required for this project.

Payment for Maintenance of the Lighted X’s shall be made at the contract unit price per lump sum. Payment will be made in increments equal to the construction completion progress. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 6

APPENDIX A

MEASUREMENT AND PAYMENT

01576 - TRAFFIC CONTROL

METHOD OF MEASUREMENT AND PAYMENT

Item 01576a Haul Route Monitor

Haul Route Monitor shall be measured per hour. This shall include all associated costs with providing the haul route monitors.

Payment for Haul Route Monitors shall be made at the contract unit price per hour. This shall include all associated costs with providing the haul route monitors.

Item 01576b Gate Guards

Gate Guards shall be measured per hour. This shall include all associated costs with providing the gate guards.

Payment for Gate Guards shall be made at the contract unit price per hour. This shall include all associated costs with providing the gate guards.

The Contractor shall request gate guards from DIA a minimum of 48 hours prior to requiring gate guards. Cancellation of gate guards must be made by the Contractor to DIA a minimum of 24 hours prior to date requested or the Contractor will pay for the full day.

Item 01576c Gate Guard Shack (Temporary)

Gate Guard Shack (Temporary) shall be measured per lump sum. This price shall include a 10’ x 12’ portable building at the access gate for gate guards use with a portable toilet, post mounted convex mirror, portable generator and light plant for night use.

Payment for Gate Guard Shack (Temporary) shall be made at the contract unit price per lump sum. This price shall include a 10’ x 12’ portable building at the access gate for gate guards use with a portable toilet, post mounted convex mirror, portable generator and light plant for night use.

Item 01576d Traffic Control

Traffic Control shall be measured per lump sum. This item shall include obtaining low profile barricades and delineators from DIA, placing, maintaining, re-positioning (as required by phase or the DIA Project Manager) and removal upon completion. This item shall also include temporary haul route signage, and any other item associated with providing traffic control for the project.

Payment for Traffic Control shall be made at the contract unit price per lump sum. This item shall include obtaining low profile barricades and delineators from DIA, placing, maintaining, re-positioning (as required by phase or the DIA Project Manager) and removal upon completion. This item shall also include temporary haul route signage, and any other item associated with providing traffic control for the project.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 7

APPENDIX A

MEASUREMENT AND PAYMENT

P-150 – DEMOLITION

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item P-150a Remove 17-inch Reinforced Concrete Pavement

Measurement for payment of Removal of 17-inch reinforced concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed 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 proper disposal (including disposal fees) of pavement necessary to facilitate removal.

Payment shall be made at the contract unit price per square yard of pavement material removed and proper 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.

Item P-150b Remove 17-inch Non-Reinforced Concrete Pavement

Measurement for payment of Removal of 17-inch non-reinforced concrete pavement shall be made per square yard based on the area shown on the plans. Any pavement removed outside the designed limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. The thickness of the existing material to be removed 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 proper disposal (including disposal fees) of pavement necessary to facilitate removal.

Payment shall be made at the contract unit price per square yard of pavement material removed and proper 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.

Item P-150c Remove L-868 Base Can with Light or Blank Cover

Measurement for payment of removal of base cans with light or blank cover shall be made per each. This item includes removal of fixture or blank steel cover, base can, concrete anchor, rebar, and conduit. The fixture shall be salvaged to a location on DIA property as directed by the DIA Project Manager. The isolation transformer, base can, spacer rings, and concrete shall be disposed of off-site.

Payment shall be made at the contract unit price per each light and foundation removed. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 8

Item P-150d Remove Asphalt Pavement (Full Depth)

Measurement for payment of removal of asphalt pavement shall be made per square yard based on the area approved for removal by DIA and actually removed during construction. Any pavement removed outside the preapproved 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 proper disposal (including disposal fees) of pavement, including asphalt treated permeable base, necessary to facilitate removal.

Payment shall be made at the contract unit price per square yard for 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.

Item P-150e Remove Wind Cone and Concrete Base (Complete)

Measurement for payment of removal of wind cones shall be made per each. The removal of wind cones includes removal of wind cone, concrete foundation and pavement, and restoration of wind cone site. Restoration shall include the backfill of excavation left from foundation removal, grading of wind cone site, and seeding.

Payment shall be made at the contract unit price per each wind cone removed. This price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 9

APPENDIX A

MEASUREMENT AND PAYMENT

P-151– CLEARING AND GRUBBING

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for clearing and grubbing. The work under this item shall be considered subsidiary to other items of work.

Clearing and Grubbing associated with the staging area, batch plant, or access roads shall be considered incidental to the project. No payment shall be made for clearing and grubbing.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 10

APPENDIX A

MEASUREMENT AND PAYMENT

P-152 – EXCAVATION AND EMBANKMENT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for work within this specification. The work shall be considered subsidiary to other items of work.

Excavation and Embankment associated with the staging area, batch plant, or access roads shall be considered incidental to the project. No payment shall be made for excavation and embankment.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 11

APPENDIX A

MEASUREMENT AND PAYMENT

P-153 – WATERING

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for work within this specification. The work shall be considered subsidiary to other items of work.

Watering associated with the staging excavation and embankment or dust control shall be considered incidental to the project. No payment shall be made for watering.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 12

APPENDIX A

MEASUREMENT AND PAYMENT

P-161 – GEOTEXTILE

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item P-161a Bondbreaker Fabric

Bondbreaker fabric used in conjunction with pavement construction shall be measured by the number of square yards in-place based on the areas approved by the DIA Project Manager and measured in the field. No allowance will be made for materials in laps, seams, or for waste trimmed.

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

Item P-161b Geotextile Fabric

Where the geotextile fabric is used in conjunction with pavement construction, the quantity of geotextile shall be measured by the number of square yards in-place based on areas approved by the DIA Project Manager and measured in the field. No allowance will be made for materials in laps, seams, or for waste trimmed.

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

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 13

APPENDIX A

MEASUREMENT AND PAYMENT

P-162 – CONTROLLED LOW-STRENGTH MATERIAL

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for work within this specification. The work shall be considered subsidiary to other items of work.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 14

APPENDIX A

MEASUREMENT AND PAYMENT

P-301 – SOIL-CEMENT BASE COURSE

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

It is not anticipated that soil-cement base course will be used on this project, therefore, there shall be no direct measurement or payment for soil-cement base course.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 15

APPENDIX A

MEASUREMENT AND PAYMENT

P-304 – CEMENT-TREATED BASE COURSE

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

It is not anticipated that cement-treated base course will be used on this project, therefore, there shall be no direct measurement or payment for cement-treated base course.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 16

APPENDIX A

MEASUREMENT AND PAYMENT

P-304C – CDOT AGGREGATE BASE COURSE (FOR ACCESS ROADS ONLY)

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for CDOT aggregate base course. The work under this item shall be considered subsidiary to other items of work.

CDOT aggregate base course associated with the staging area, batch plant, access roads, or repair of haul roads shall be considered incidental to the project. No payment shall be made for CDOT aggregate base course.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 17

APPENDIX A

MEASUREMENT AND PAYMENT

P-401 – PLANT MIX BITUMINOUS PAVEMENT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item P-401a Bituminous Surface Course (3-Inch)

Item P-401b Bituminous Base Course (7-Inch)

Plant mix bituminous pavement shall be measured per ton per the specified depth of bituminous mixture to be used in the accepted work. Recorded batch weights or truck scale weight will be used to determine the bases for the tonnage. Any waste leaving the project site in trucks will be deducted from the total measured tonnage. The Contractor and DIA Project Manager will agree on the amount of waste to be deducted.

Payment for accepted plant mix bituminous pavement shall be made at the contract unit price per ton adjusted in accordance with paragraph 401-8.01.A. Aggregate, asphalt cement, additives, hydrated lime, water, mixing, placing of these materials, and for all labor, equipment, tools, and incidentals required to complete the work will not be paid for separately and shall be included in the work.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 18

APPENDIX A

MEASUREMENT AND PAYMENT

P-401C – CDOT PLANT MIX PAVEMENTS FOR VSR WIDENING ONLY

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for CDOT plant mix pavement. The work under this item shall be considered subsidiary to other items of work.

CDOT plant mix pavements associated with the staging area, batch plant, or access roads shall be considered incidental to the project. No payment shall be made for CDOT plant mix pavements.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 19

APPENDIX A

MEASUREMENT AND PAYMENT

P-403 – ASPHALT-TREATED PERMEABLE BASE

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item P-403a Asphalt Treated Permeable Base Course (5-7 Inches)

Asphalt Treated Permeable Base (ATPB) shall be measured by the number of square yards as specified in-place, complete and accepted by the DIA Project Manager.

Payment for an accepted Asphalt Treated Permeable Base (ATPB) shall be made at the full or adjusted contract unit price per square yard. This price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item as identified in the specification.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 20

APPENDIX A

MEASUREMENT AND PAYMENT

P-501 – PORTLAND CEMENT CONCRETE PAVEMENT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Method of Measurement Item P-501a 17-inch Portland Cement Concrete Pavement, Plain – (HP)

17-inch Portland Cement Concrete Pavement, Plain – shall be measured by the number of square yards of plain pavement, as specified in-place, completed and accepted by the DIA Project Manager. Portland cement concrete pavement transition areas from 17” to 21” shall be measured as 17” Portland cement concrete pavement, either plain or reinforced. No additional measurement or compensation will be made for the thickened edge transition areas.

Saw cutting for joints, dowel and tie-bar placement and sealants as detailed in the drawings and specifications, shall be considered incidental, and shall not be measured separately.

Item P-501b 17-inch Portland Cement Concrete Pavement, Reinforced

17-inch Portland Cement Concrete Pavement, Reinforced - shall be measured by the number of square yards of reinforced pavement, as specified in-place, completed and accepted by the DIA Project Manager. Portland cement concrete pavement transition areas from 17” to 21” shall be measured as 17” Portland cement concrete pavement, either plain or reinforced. No additional measurement or compensation will be made for the thickened edge transition areas.

Saw cutting for joints, dowel and tie-bar placement, steel reinforcement and sealants as detailed in the drawings and specifications, shall be considered incidental, and shall not be measured separately.

Item P-501c Concrete Grooving

Concrete Saw-Cut Grooving shall be measured by the number of square yards completed and accepted. The measurement shall not include sawing for joints or saw-cutting for demolition.

Item P-501d Spall Repair

Spall Repair shall be measured per square foot, as specified in-place, completed and accepted by the DIA Project Manager. Saw-cutting, removal of existing pavement including chipping, sandblasting, rebar, and sealants as detailed in the drawings and specifications, shall be considered incidental, and shall not be measured separately.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 21

Basis of Payment

8.01 GENERAL. Payment for accepted concrete pavement (P-501a and P-501b) shall be made at the contract unit price per square yard adjusted in accordance with paragraph 501-8.01A, subject to the limitation that:

The total project payment for concrete pavement shall not exceed 100 percent of the product of

the contract unit price and the total number of cubic yards (cubic meters) of concrete pavement used in the accepted work (See Note 2 under Table 3).

Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings, except for saw-cut grooving.

A. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in

accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent.

TABLE 3. PRICE ADJUSTMENT SCHEDULE 1

Percentage of Material Within Specification Limits (PWL)

Lot Pay Factor (Percent of Contract Unit Price)

96 – 100 106

90 – 95 PWL + 10

75 – 89 0.5PWL + 55

55 – 74 1.4PWL – 12

Below 55 Reject 2

1 ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 8.01. 2 The lot shall be removed and replaced. However, the Project Manager may decide to allow the rejected lot to remain. In that case, if the Project Manager and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 8.01. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 22

pay factor less than 100 percent. B. Basis of adjusted payment for Smoothness. Price adjustment for pavement smoothness

will be made in accordance with the following. The adjustment will apply to the total area of concrete within a section of pavement and shall be applied with the following equation:

(Total payment, from 8.01A) x (smoothness pay factor) = total lot payment

Table 4

Average Profile Index Inches per mile per 1/10 mile pavement strength rating

over 30,000 lb

30,000 lb. or less

Short Sections

Smoothness Pay Factor(%)

0 - 7 0 - 10 0 - 15 100 7.1 - 9 10. - 11 15.1 - 16 98 9.1 - 11 11.1 - 12 16.1 - 17 96 11.1 - 13 12.1 - 13 17.1 - 18 94 13.1 - 14 13.1 - 14 18.1 - 20 92 14.1 - 15 14.1 - 15 20.1 - 22 90 15.1 & up 15.1 & up 22.1 & up corrective

work required 8.02 Payment for P-501c Concrete Grooving shall be made at the contract unit price per square yard.

This price shall be full compensation for furnishing all materials, for all preparation, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

8.03 Payment for P-501d Spall Repair shall be made at the contract unit price per square foot. This

price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 23

APPENDIX A

MEASUREMENT AND PAYMENT

P-603 – BITUMINUOUS TACK COAT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for tack coat. The work under this item shall be considered subsidiary to other items of work.

Bituminous tack coat shall be considered incidental to the project. No payment shall be made for bituminous tack coat.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 24

APPENDIX A

MEASUREMENT AND PAYMENT

P-604A – PREFORMED EXPANSION JOINT COMPRESSION SEALS

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for preformed expansion joint compression seals associated with new pavement construction. The work under this item shall be considered subsidiary to other items of work.

Preformed expansion joint compression seals associated with new pavement construction shall be considered incidental to the project. No payment shall be made for preformed expansion joint compression seals.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 25

APPENDIX A

MEASUREMENT AND PAYMENT

P-604B – POLYCHLOROPRENE COMPRESSION JOINT SEALS FOR CONCRETE PAVEMENT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for polychloroprene compression joint seals associated with new pavement construction. The work under this item shall be considered subsidiary to other items of work.

Polychloroprene compression joint seals associated with new pavement construction shall be considered incidental to the project. No payment shall be made for polychloroprene compression joint seals.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 26

APPENDIX A

MEASUREMENT AND PAYMENT

P-605 – JOINT SEALING FILLER

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement or payment for joint sealing filler. The work under this item shall be considered subsidiary to other items of work.

Joint sealing filler shall be considered incidental to the project. No payment shall be made for joint sealing filler.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 27

APPENDIX A

MEASUREMENT AND PAYMENT

P-606 – ADHESIVE COMPOUNDS, TWO-COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

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

Adhesive shall be considered incidental to the project. No payment shall be made for adhesive.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 28

APPENDIX A

MEASUREMENT AND PAYMENT

P-610 – STRUCTURAL PORTLAND CEMENT CONCRETE

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item P-610a Cement Treated Base Repair

Cement treated base repair shall be measured by the number of square yards of cement treated base repair as specified in-place, complete and accepted by the DIA Project Manager.

Payment for accepted concrete pavement shall be made at the contract unit price per square yard of the cement treated base repair specified in-place and complete.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 29

APPENDIX A

MEASUREMENT AND PAYMENT

L-100 – LIGHTING AND ELECTRICAL WORK

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no separate measurement made for items in L-100.

All work required by Item L-100 shall be included in the prices for installation of the respective electrical items. Each pay item listed in other sections of these specifications lists the major components of work and material to be installed. In no way shall the omission of any reference to work or material implied by the drawings or specifications release the Contractor from performing or providing a complete and functional installation for the contract price as agreed upon at the time of contract award.

If the Contractor can identify work not included as part of other pay items, payment in L-100 shall be made under the following conditions. The work identified must not be described or shown on the plans, not listed as part of other pay items as identified in these specifications, and must be required to complete the work and provide a complete and functional installation. If this pay item is submitted upon, the contractor shall submit a list clearly identifying and describing each item claimed not to be part of the other pay items. This list shall be reviewing by the DIA Project Manager for approval.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 30

APPENDIX A

MEASUREMENT AND PAYMENT

L-108 – UNDERGROUND POWER CABLE FOR AIRPORTS

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Counterpoise wire and all exothermic welds shall be incidental to either each base can installed or the linear feet of conduit installed.

Item L-108a Remove and Install #8 L824 Type B or C Wire

Cable installed in conduit shall be measured by the number of linear feet of cable installed in conduit, including L-823 connector kits, vinyl electrical tape, rubber electrical tape, and cable tags in place, completed, ready for operation, and accepted as satisfactory.

Payment will be made at the contract unit price per linear foot of cable installed in conduit measured from center-to-center of lights or splice cans along the conduit path including cable slack and loops as measured and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Also included in this item shall be the removal of existing wire from existing conduits. No measurement will be made of removed wire.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 31

APPENDIX A

MEASUREMENT AND PAYMENT

L-110 – AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item L-110a 2” Sch. 40 PVC Conduit (Concrete Encased)

Underground duct shall be measured by the linear feet of duct installed, including sawcutting, demolition, and disposal of existing conduit, concrete encasement, and cement treated base course, demolition and disposal of existing counterpoise, trenching, excavation, removal and disposal of excavated material, conduit, conduit chairs, conduit couplings, adhesives, counterpoise, and concrete encasement, all measured in place, completed, and accepted as satisfactory.

Payment for duct will be made at the contract unit price per linear foot for each type and size of duct completed and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 32

APPENDIX A

MEASUREMENT AND PAYMENT

L-125 – AIRPORT LIGHTING SYSTEMS

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item L-125a Install new L-868B ¾” Thick Blank Steel Cover

The quantity of blank steel covers to be paid for under this item shall be the number installed, complete and in place, and accepted by the DIA Project Manager.

Incidental to this item shall be new galvanized steel spacer ring(s), new galvanized steel flange ring with concrete dam, o-ring, adhesive, sealant, and epoxy. Each cover includes the installation of SAE grade 2 bolts with ceramic-metallic/ fluorocarbon polymer coating, and two piece lock washers. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-125b Install Temporary Blank Plywood Covers

The quantity of temporary blank plywood covers to be paid for under this item shall be the number installed, complete and in place, and accepted by the DIA Project Manager.

Incidental in this item shall be the removal and reinstallation of the existing light fixture and the cleaning of any construction debris from the existing light base can. Each light fixture shall be reinstalled with new SAE grade 2 bolts with ceramic-metallic/ fluorocarbon polymer coating, and two piece lock washers. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-125c Install new L-850A Semi-Flush Runway Centerline Light, Bidirectional, with Quartz Lamps,

Red/Clear Lenses Item L-125d Install new L-850A Semi-Flush Runway Centerline Light, Bidirectional, with Quartz Lamps,

Clear Lenses Item L-125e Install new L-850B Semi-Flush Runway Touchdown Zone Light, Unidirectional, with Quartz

Lamp, Clear Lens Item L-125g Install new L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, with

Quartz Lamps, Green/Green Lenses, 2-Circuit Fixture Item L-125h Install new L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, with

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 33

Quartz Lamps, Yellow/Yellow Lenses, 2-Circuit Fixture Item L-125i Install new L-852D Semi-Flush Taxiway Centerline Light, Unidirectional, Wide Beam, with

Quartz Lamps, Green Lens Item L-125j Install new L-852D Semi-Flush Taxiway Centerline Light, Unidirectional, Wide Beam,

Quartz Lamp, Yellow Lens Item L-125k Install new L-852C Semi-Flush Taxiway Centerline Light, Unidirectional, Narrow Beam,

Quartz Lamp, Green Lens Item L-125l Install new L-852C Semi-Flush Taxiway Centerline Light, Unidirectional, Narrow Beam,

Quartz Lamp, Yellow Lens Item L-125m Install new L-852D Semi-Flush Taxiway Centerline Light, Bidirectional, Wide Beam, Quartz

Lamps, Green/Green Lenses, 1-Circuit Fixture Item L-125n Install new L-852C Semi-Flush Taxiway Centerline Light, Bidirectional, Narrow Beam,

Quartz Lamps, Green/Green Lenses, 1-Circuit Fixture

The quantity of airfield lighting units to be paid for under these items shall be the number of each type installed, complete and in place, ready for operation, and accepted by the DIA Project Manager.

Incidental to these items shall be the installation of new galvanized steel spacer ring(s), new galvanized steel flange ring with concrete dam, o-ring, adhesive, sealant, epoxy, properly sized FAA approved isolation transformer(s), and vinyl and rubber tape. Each fixture includes the installation of SAE grade 2 bolts with ceramic-metallic/fluorocarbon polymer coating, and two piece lock washers. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-125f Remove and Reinstall L-852G/S Semi-Flush Runway Stop Bar and Runway Guard Light,

Unidirectional with Quartz Lamps

The quantity of airfield lighting units to be paid for under this item shall be the number of lights removed and reinstalled, complete and in place, ready for operation, and accepted by the DIA Project Manager. Incidental to this item shall be the installation of new galvanized steel spacer ring(s), new galvanized steel flange ring with concrete dam, new lamps, o-ring, adhesive, sealant, epoxy, properly sized FAA approved isolation transformer(s), reinstallation of existing ADB Brite Remote, and vinyl and rubber tape. Each fixture includes the installation of SAE grade 2 bolts with ceramic-metallic/fluorocarbon polymer coating, and two piece lock washers. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 34

Item L-125o Remove and Install new 65W L-830 Isolation Transformer Item L-125p Remove and Install new 100W L-830 Isolation Transformer Item L-125q Remove and Install new 150W L-830 Isolation Transformer

The quantity of airfield equipment to be paid for under this item shall be the number of each type of FAA approved transformer installed, complete and in place, ready for operation, and accepted by the DIA Project Manager. It shall also include the removal and proper disposal of the existing isolation transformer. Incidental to these items shall be the removal of the existing light fixture, installation of a ¾” thick blank plywood cover, removal of the plywood cover, reinstallation of the existing light fixture, installation of rubber and vinyl tape, installation of L-823 connector kits, and new SAE grade 2 bolts with ceramic-metallic/fluorocarbon polymer coating to affix the light fixture to the base can. Payment will be made at the contract unit price per each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-125r Install new 22” Deep L-868B Light Base (Complete) Item L-125s Install new 26” Deep L-868B Light Base (Complete)

The quantity of airfield lighting units to be paid for under this item shall be the number of each type installed, complete and in place, and accepted by the DIA Project Manager. It shall also include reconnection to existing conduits and counterpoise wire.

The procurement of the light base is not included in this item and will be paid for under a separate item. Incidental to light base installation shall be the procurement and installation of rubber grommets, end bells, rebar, concrete, fixture ID marker, and any other items required for a complete installation. Procurement and installation of conduit and counterpoise to reconnect to existing shall be incidental to this line item and shall not be measured or paid for separately. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-125t Procure new 22” Deep L-868B Light Base Item L-125u Procure new 26” Deep L-868B Light Base

The quantity of airfield light bases to be paid for under this item shall be the number of each type procured and delivered to DIA.

Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is procured by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing and delivering the specified materials.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 35

APPENDIX A

MEASUREMENT AND PAYMENT

L-127 – AIRPORT 8-FOOT WINDCONES

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item L-127a Install new L-806 Wind Cone (Complete)

The quantity of wind cones to be paid for under this item shall be the number of each type installed, complete and in place, and accepted by the DIA Project Manager. The existing windcone shall be salvaged to a location on DIA property as directed by the DIA Project Manager.

Incidental to the installation of the new windcone shall be a new concrete base, rebar, L-867 base can and cover, ground rod, ground rod inspection pit, anchor bolts, base plate, and all conduit, counterpoise wire, and incidentals required for a complete installation. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 36

APPENDIX A

MEASUREMENT AND PAYMENT

L-132 – LOOP DETECTORS

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item L-132a Remove and Install new Loop Detector Cable

The quantity of loop detector cables to be paid for under this item shall be the number of each type installed, complete and in place, ready for operation, and accepted by the DIA Project Manager. This item shall also include the removal of existing loop detector cables.

Incidental to the installation of the new loop detector shall be removal of existing sealant, cleaning of the sawcut groove, installation of backer rod and sealant, and all incidentals necessary for a complete, operational system. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

Item L-132b Saw Cut Concrete for Loop Detector

The quantity of saw cutting to be paid for under this item shall be the linear footage completed and accepted by the DIA Project Manager.

Incidental to the cutting of the saw kerf shall be the layout, cleaning, and preparation of the saw kerf for the installation of new loop detector cable

Payment for saw cutting will be made at the contract unit price per linear foot of saw cutting completed and accepted by the DIA Project Manager. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 37

APPENDIX A

MEASUREMENT AND PAYMENT

T-901 SEEDING

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item T-901a Seeding

All seeding work shall be measured in acres on the basis of actual surface area acceptably seeded.

Payment shall be made at the contract unit price per acres or fraction thereof. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 38

APPENDIX A

MEASUREMENT AND PAYMENT

T-905 - TOPSOILING

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

There shall be no direct measurement of topsoiling under T-905.

There shall be no direct payment of topsoiling under T-905.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 39

APPENDIX A

MEASUREMENT AND PAYMENT

T-908 - MULCHING

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item T-908a Hydraulic Mulching

All mulching work shall be measured in acres on the basis of actual surface area acceptably mulched.

Payment for mulching shall be made at the contract unit price per acres or fraction thereof. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 40

APPENDIX A

MEASUREMENT AND PAYMENT ITEMS

01505a MOBILIZATION LS

01575a COVER GUIDANCE SIGNS EA 01575b MAINTAIN LIGHTED X’S LS 01576a HAUL ROUTE MONITOR HR 01576b

GATE GUARD HR

01576c

GATE GUARD SHACK (TEMPORARY) LS

01576d

TRAFFIC CONTROL LS

P-150a REMOVE 17-INCH REINFORCED CONCRETE PAVEMENT SY P-150b REMOVE 17-INCH NON-RIENFORCED CONCRETE PAVEMENT SY P-150c REMOVE L-868 BASE CAN WITH LIGHT OR BLANK COVER EA P-150d REMOVE ASPHALT PAVEMENT (FULL DEPTH) SY P-150e REMOVE WIND CONE AND CONCRETE BASE (COMPLETE) EA

P-161a BONDBREAKER FABRIC SY P-161b GEOTEXTILE FABRIC SY

P-401a BITUMINOUS SURFACE COURSE (3-INCHES) TON P-401b BITUMINOUS BASE COURSE (7-INCHES) TON

P-403a ASPHALT TREATED PERMEABLE BASE (5 - 7 INCHES) SY

P-501a 17-INCH PORTLAND CEMENT CONCRETE PAVEMENT, PLAIN – (HP) SY P-501b 17-INCH PORTLAND CEMENT CONCRETE PAVEMENT, REINFORCED SY P-501c CONCRETE GROOVING SY P-501d SPALL REPAIR SF

P-610a CEMENT TREATED BASE REPAIR SY

L-108a REMOVE AND INSTALL #8 L824 TYPE B OR C WIRE LF L-110a 2” SCH. 40 PVC CONDUIT (CONCRETE ENCASED) LF

L-125a INSTALL NEW L-868B 3/4” THICK BLANK STEEL COVER EA L-125b

INSTALL TEMPORARY BLANK PLYWOOD COVERS

EA

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT RUNWAY 7-25 COMPLEX PAVEMENT REHABILITATION APPENDIX A – MEASUREMENT AND PAYMENT CONTRACT NO 201314357

ISSUED FOR BID (ADDENDUM 2): 01/23/2014 APPENDIX A - 41

L-125c INSTALL NEW L-850A SEMI-FLUSH RUNWAY CENTERLINE LIGHT, BIDIRECTIONAL, WITH QUARTZ LAMPS, RED/CLEAR LENSES

EA

L-125d

INSTALL NEW L-850A SEMI-FLUSH RUNWAY CENTERLINE LIGHT, BIDIRECTIONAL, WITH QUARTZ LAMPS, CLEAR LENSES

EA

L-125e

INSTALL NEW L-850B SEMI-FLUSH RUNWAY TOUCHDOWN ZONE LIGHT, UNIDIRECTIONAL, WITH QUARTZ LAMP, CLEAR LENS

EA

L-125f

REMOVE AND REINSTALL L-852G/S SEMI-FLUSH RUNWAY STOP BAR AND RUNWAY GUARD LIGHT, UNIDIRECTIONAL, WITH QUARTZ LAMPS

EA

L-125g

INSTALL NEW L-852D SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, BIDIRECTIONAL, WIDE BEAM, WITH QUARTZ LAMPS, GREEN/GREEN LENSES, 2-CIRCUIT FIXTURE

EA

L-125h

INSTALL NEW L-852D SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, BIDIRECTINOAL, WIDE BEAM, WITH QUARTZ LAMPS, YELLOW/YELLOW LENSES, 2-CIRCUIT FIXTURE

EA

L-125i

INSTALL NEW L-852D SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, UNIDIRECTIONAL,

WIDE BEAM, WITH QUARTZ LAMPS, GREEN LENS

EA

L-125j

INSTALL NEW L-825D SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, UNIDIRECTIONAL,

WIDE BEAM, QUARTZ LAMP, YELLOW LENS

EA

L-125k

INSTALL NEW L-852C SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, UNIDIRECTIONAL,

NARROW BEAM, QUARTZ LAMP, GREEN LENS

EA

L-125l

INSTALL NEW L-852C SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, UNIDIRECTIONAL,

NARROW BEAM, QUARTZ LAMP, YELLOW LENS

EA

L-125m

INSTALL NEW L-852D SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, BIDIRECTIONAL, WIDE BEAM, QUARTZ LAMPS, GREEN/GREEN LENSES, 1-CIRCUIT FIXTURE

EA

L-125n

INSTALL NEW L-852C SEMI-FLUSH TAXIWAY CENTERLINE LIGHT, BIDIRECTIONAL,

NARROW BEAM, QUARTZ LAMP, GREEN/GREEN LENSES, 1-CIRCUIT FIXTURE

EA

L-125o REMOVE AND INSTALL NEW 65W L-830 ISOLATION TRANSFORMER EA L-125p REMOVE AND INSTALL NEW 100W L-830 ISOLATION TRANSFORMER EA L-125q REMOVE AND INSTALL NEW 150W L-830 ISOLATION TRANSFORMER EA L-125r INSTALL NEW 22” DEEP L-868B LIGHT BASE (COMPLETE) EA L-125s INSTALL NEW 26” DEEP L-868B LIGHT BASE (COMPLETE) EA L-125t PROCURE NEW 22” DEEP L-868B LIGHT BASE EA L-125u PROCURE NEW 26” DEEP L-868B LIGHT BASE EA

L-127a INSTALL NEW L-806 WIND CONE (COMPLETE) EA

L-132a REMOVE AND INSTALL NEW LOOP DETECTOR CABLE EA L-132b SAW CUT CONCRETE FOR LOOP DETECTOR LF

T-901a SEEDING AC

T-908a HYDROMULCH AC