ADDENDUM NO. TWO (2) ILM TERMINAL IMPROVEMENTS CONTRACT 2

Size: px
Start display at page:

Download "ADDENDUM NO. TWO (2) ILM TERMINAL IMPROVEMENTS CONTRACT 2"

Transcription

1 The Wilson Group ILM Terminal Improvements Contract Project No.: December 1, 018 ADDENDUM NO. TWO () ILM TERMINAL IMPROVEMENTS CONTRACT Date: December 1, 018 RE: ILM Terminal Improvements Contract From: To: The Wilson Group PO Box 5510 Charlotte, NC 899 All Plan Holders This Addendum is hereby made a part of the contract documents and specifications of the above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this Addendum by inserting its number and date in the Proposal form. NOTE 1. THIS ADDENDUM DOES NOT CHANGE BID DATE AND TIME. PROJECT MANUAL VOLUME A 1. In section 08 OVERHEAD COILING DOORS, MAKE the following changes: a. DELETE paragraph. E. in its entirety. Note: continuous gaskets between slats are not required. b. DELETE paragraph.4 in its entirety. Note: the -hour fire rated doors that are part of the BHS enclosures are specified in section 4779 BAGGAGE CONVEYING EQUIPMENT.. In section METAL LOCKERS, ADD the following to Part..A: 9. Scranton Tufftec Lockers. Note: Additional manufacturer added. DRAWINGS 1. REPLACE the following sheets with the sheets provided in this Addendum: a. A-501 PLAN DETAILS (AD-0). REPLACE the following sheets with the sheets provided in this Addendum: a. B-701 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) b. B-70 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) c. B-70 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) d. B-704 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) e. B-705 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) ADDENDUM NO. AD-0 PAGE 1 OF

2 The Wilson Group ILM Terminal Improvements Contract Project No.: December 1, 018 f. B-706 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) g. B-707 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) Note: Architectural backgrounds updated on the phasing drawings.. On sheet A-601 DOOR SCHEDULE AND DETAILS, add the following note to the Window Notes: 4. Provide manual roller window shade at each exterior window. Note: Window shades added to windows at the exterior. QUESTIONS AND ANSWERS 1. QUESTION: Specification 141 calls for roller window shades, but I do not see where any locations are called out in the plans. ANSWER: See modifications included with this Addendum.. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph. E calls for continuous gaskets between slats which are not available on the specified product. Are they required and, if so, who offers them? ANSWER: See modifications included with this Addendum.. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph. F & G calls for bottom bar and guides to be galvanized and finished to match curtain slats. Unfortunately, a finish will not adhere to the type of galvanizing used on these components. Please address how we should deal with this conflict in the spec. ANSWER: Specifications call for these items to be steel, not galvanized steel. There is no conflict here. 4. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph.4 Is for firerated door assembly, but no doors are shown as rated on door schedule. Are there rated doors on project and, if so, where are they shown? ANSWER: See modifications included with this Addendum. 5. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph.4 F calls for continuous gaskets between slats which are not available on the specified product. Are they required and, if so, who offers them? ANSWER: See modifications included with this Addendum. 6. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph. G & H calls for bottom bar and guides to be galvanized and finished to match curtain slats. Unfortunately, a finish will not adhere to the type of galvanizing used on these components. Please address how we should deal with this conflict in the spec. ANSWER: Specifications call for these items to be steel, not galvanized steel. There is no conflict here. 7. QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph.6 B calls for guides to be galvanized and finished to match curtain slats. Unfortunately, a finish will not adhere to the type of galvanizing used on these components. Please address how we should deal with this conflict in the spec. ANSWER: Specifications call for these items to be steel, not galvanized steel. There is no conflict here. ADDENDUM NO. AD-0 PAGE OF

3 The Wilson Group ILM Terminal Improvements Contract Project No.: December 1, QUESTION: Regarding Section 08 Overhead Coiling doors, Paragraph.5 calls for maintenance service which will add a lot of cost for the owner. Is it required on this project? ANSWER: Yes. 9. QUESTION: The UL test the architect gave for the fireproofing D-01 and P-01 are for board fireproofing which is very expensive, is that what he really wants, or can I price the sprayed fireproofing ANSWER: Bid per plan. 10. QUESTION: Are the BHS durations what is expected by the contract schedule? ANSWER: The BHS durations shown are an estimate and assume all engineering has been completed, conveyor equipment is on site and ready for installation, and all field preparatory work has been performed for referenced work. As per the bid documents, Contractors are requested to include as part of their bid proposal the best duration period for each of the referenced BHS phases. 11. QUESTION: Is the BHS presentation document that was used for the pre-bid meeting going to be available / distributed to attendees? ANSWER: A PDF copy of the presentation will be distributed as part of the Pre-bid Meeting Minutes. ATTACHMENTS 1. PRE-BID MEETING AGENDA. PRE-BID MEETING SIGN-IN SHEET. PRE-BID MEETING MINUTES 4. PRE-BID MEETING BAGGAGE HANDLING SYSTEM (BHS) PRESENTATION 5. A-501 PLAN DETAILS (AD-0) 6. B-701 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 7. B-70 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 8. B-70 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 9. B-704 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 10. B-705 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 11. B-706 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) 1. B-707 BAGGAGE HANDLING EQUIPMENT PHASING PLAN (AD-0) END OF ADDENDUM NO. TWO () ADDENDUM NO. AD-0 PAGE OF

4 The Wilson Group ILM Terminal Improvements Contract Project No.: December 18, 018 PRE-BID MEETING AGENDA ILM TERMINAL IMPROVEMENTS CONTRACT Prebid Meeting: Tuesday, December 18, 018, :00 p.m. (local time) Wilmington International Airport (ILM) Conference Room Wilmington, NC 1. ARCHITECT'S AUTHORITY AND RESPONSIBILITY A. Architect's representative and project manager is Travis Pence who will be receiving questions, substitution requests and issuing addenda. All correspondence pertaining to the work will be directed to him. All questions shall be submitted in writing via to Questions will not be entertained via voice communications. All questions will be addressed via addenda in written response. Only the written word in the Bid Documents, including Addenda will be valid. B. All work will be per the Contract Documents, including Construction Drawings and Project Manual dated November 0, 018. C. Contract Documents are available from McGee CADD Reprographics. They will be responsible for receiving requests for contract documents and keeping the Bid Register, available at your request. The cost for the documents is a non-refundable service charge. Checks shall be made out to McGee CADD Reprographics. D. Contract Documents are also available from the following plan rooms: Dodge Data & Analytics Carolinas Plan Room isqft + bidclerk PRE-BID CONFERENCE REQUIREMENTS A. This Pre-bid Conference is non-mandatory. B. Review specified requirements for site visits or information that could have been obtained from a site visit.. SCHEDULE A. Bids will be received on Tuesday, January 9 th, 019, at 11:00 AM (local time), in the ILM Conference Room. Bid opening will be public. Overnight Delivery may not arrive until after 11:00 AM and late bids will not be opened. It is the contractor s responsibility to make sure their bid has been delivered no later than 11:00 AM. Bid package should be sealed and the outside of the envelope shall contain bidders name, license number, project name. B. A Notice to Proceed (NTP) from the Owner is anticipated on March 15, 019. Mobilization is anticipated as early as April 1, 019. C. Construction duration is 450 calendar days. D. Substantial Completion will be expected on June 6, ADDENDA A. Addenda will be issued to respond to questions received during the bid period, to list all substitutions approved by the A/E or Owner, clarify items in the contract documents prior to the bid date, and/or to change, postpone, or reschedule the bid date. B. Number of Addenda issued will depend on the number of questions received. C. Addendum 1 was issued on 1/6/18 changing the pre-bid date. D. Addendum will be issued on Friday, December 1, 018 and will include the Pre-Bid Meeting PRE-BID MEETING AGENDA PAGE 1 OF

5 The Wilson Group ILM Terminal Improvements Contract Project No.: December 18, 018 Agenda, Pre-Bid Meeting Minutes, Pre-Bid Meeting Sign-In Sheet and any Contract Document modifications. E. The final day for questions will be Friday, January 18, 019. Questions must be submitted in writing via to Travis Pence at using the form provided in the Project Manual. F. The final day for Substitutions will be Friday, January 18, 019. Substitution requests must be submitted in writing via to Travis Pence at using the form provided in the Project Manual. Only substitution requests submitted through a prime bidder (General Contractor) will be considered. 5. ALTERNATES A. There are 8 Alternates in this project. Review specification section B. In accordance with North Carolina General Statute GS 1-. This project will contain preferred bid alternates (Alternates -8). The Airport stipulates that these preferred brand alternates are necessary to provide banding and aesthetic consistency, compatibility with existing building functions and maintenance, and reduction of cost of building operations and maintenance processes. 1. Alt 1: Open steel grating catwalks.. Alt : Door hardware locksets by Best.. Alt. : Carpet tile by Shaw. 4. Alt. 4: Direct Digital Control (DDC) Energy Management and Building Automation System (BAS) by Honeywell. 5. Alt. 5: Closed-Circuit Television (CCTV) Surveillance System by Johnson Controls (JCI). 6. Alt. 6: Public Address System by MOOD Media. 7. Alt. 7: Access Control System by JCI. 8. Alt. 8: Intelligent Fire Alarm Detection System and Integrated Digital Audio by Notifier. C. The selection of Alternates is at the discretion of the Owner for inclusion in this project. 6. UNIT PRICES A. There are unit prices in this project as outlined by the project manual. Unit Prices will not be used to determine low bidder. (REVIEW UNIT PRICE FORM) 7. MBE REQUIREMENTS A. Review of MBE requirements by Ken Weeden 8. BID FORM (Review bidding requirements) A. Type of bid: Bids will be received and read aloud in public B. Items to be included on the bid form: (REVIEW BID FORM WITH BIDDERS) Amount of bid Breakout pricing including Baggage Handling System (BHS) and Contract 1 work not including BHS Bid bond/bid Guarantee (5% of bid) List Subcontractors Allowances (by reference) 10% Owner s Contingency forthcoming in Addendum #1 Unit prices Alternate pricing (alternates are add-alternates) Time period for holding bid price [60 days] Acknowledge receipt of Addenda Contractor s License number 9. DISCUSSION A. No substitutions will be accepted after award of contract. All or equals shall be submitted and accepted prior to bid. PRE-BID MEETING AGENDA PAGE OF

6 The Wilson Group ILM Terminal Improvements Contract Project No.: December 18, 018 B. Do not qualify bid. C. Contract time: Section Summary Part 1.4.A. D. LD s are $ /day. E. Access to site: review plans. F. Lay-down area: review plans. G. Specific work hours: Section Summary Part 1.9.E H. Coordination with TSA, Airport & Airlines 10. SCOPE OF WORK A. Building work: Travis Pence (The Wilson Group) B. Site work: Eric Stumph (Talbert & Bright Engineers) C. Baggage Handling System: Nick Triantafilidis (BNP Associates) D. Discuss badging and security requirements of contractors: [Granseur Dick (ILM)] 11. ONGOING CONTRACT 1 DESCRIPTION 1. FUTURE CONTRACT DESCRIPTION 1. BIDDER QUESTIONS 14. OWNER COMMENTS 15. SITE VISIT A. A site visit will be conducted by the architect immediately following this meeting. END OF AGENDA PRE-BID MEETING AGENDA PAGE OF

7 Travis Pence The Wilson Group PO Box 5510 Charlotte, NC 899 (704) Architect N/A Granseur Dick ILM 1740 Airport Blvd., Ste. 1 Wilmington, NC 8405 (910) 41-4, 1016 gdick@flyilm.com Owner Representative N/A Nick Triantafilidis BNP Associates 1981 Post Road Fairfield, CT 0684 (0) nickt@bnpsassociates. com BHS Designer N/A

8 Charles Boney LSP 101 N rd St., Ste. 500 Wilmington, NC 8401 (910) charlesboney@lsp.com Associate Architect N/A

9

10

11 The Wilson Group ILM Terminal Improvements Contract Project No.: December 18, 1018 PRE-BID MEETING MINUTES ILM TERMINAL IMPROVEMENTS CONTRACT Prebid Meeting: Tuesday, December 18, 018, :00 p.m. (local time) Wilmington International Airport (ILM) Conference Room Wilmington, NC IMPORTANT NOTICE TO BIDDERS: Each bidder for this project shall be registered as a prequalified bidder with New Hanover County at the time of the bid opening and shall hold a North Carolina General Contractor s License. A list of prequalified BHS subcontracting firms is included in the bid documents to assist prime contractors. 1. Agenda was followed.. Participants were introduced. Sign-in Sheet distributed.. Architectural phasing was described. (A-1*) series sheets reviewed. 4. BHS phasing was described (presentation attached). 5. GCs to indicate any concerns about phasing and lengths of proposed phases. 6. Safety and security procedures discussed. 7. GC to have signatory for all badge holders. 8. Application fee is $90/ badge 9. Badges belong to the Airport and can be taken at any time. 10. Not every person has to be badged. A badge holder can escort up to 5 people, but they have to be within speaking distance of the unbadged person and visually monitored. 11. There are fines for security violations of $100 per incident from the Airport, which also includes taking badge for days and retraining. Violations indicated by TSA fines can be up to $1, TSA inspectors will be present on a regular basis and will test security measures. 1. Civil safety plans spell out specific terms for the project. 14. Participants were allowed to ask questions. Official responses will be in Addenda. 15. Contract 1 is currently under construction and will be complete approximately mid-march Contract mobilization is intended for April Contract is in design and will be advertised for bid in July 019 with construction starting late Contract is FAA funded and will add additional Federal provisions including certified payrolls and Davis Bacon wage rates, among other requirements. 19. Airport currently has 5 passenger boarding bridges (PBBs) and will likely have 8 at completion of Contract. END OF MINUTES PRE-BID MEETING MINUTES PAGE 1 OF 1

12 BHS Scope or Work 1. Design, Engineering, Fabrication and Installation per the specified Project Schedule and Shop Drawing Submittal Requirements (Ref. Section ). Phased-in implementation of proposed outbound BHS. a) Demolition and Installation of conveyor lines on a Subsystem basis (Ref. B-700 Series Drawings) b) Coordination with local TSA for the Scheduling of the Existing EDS relocations and provisions for a new (for temporary conditions) c) Coordination with Airport, Airlines and local TSA Representatives on all planned phases/outages, via Submittal of Work Activities Bulletins (Ref. Section G) Pre-Installation Meetings Pre-Demolition Meetings d) Baggage Porters to assist Airlines and local TSA in baggage handling operations as needed during the construction (Interim Conditions). Provision of new conveyor segments within the Outbound Bagroom & Ticketing 4. Salvage of Baggage Handling System (BHS) components for Spare Parts considerations 5. Disposal of Equipment designated to be removed/demolished and not salvaged

13 BHS Phasing Plan Project Construction Zones ZONE 1 ZONE 1 ZONE ZONE Outbound Bagroom ZONE ZONE Ticketing

14 BHS Phasing Plan Existing Conditions & Prep Contractor Preparations Prior To BHS Work & EDS Machine Relocations: 1. Initial Enabling Works (Phases 1 ): Construction of the Terminal Expansion Construct building alterations to existing facility spaces (e.g., wall openings, utility relocations, etc.).. Coordinate w/tsa availability of all required EDS equipment.. Complete all necessary Power Supply and Data Drops, to BHS Motor Control Panels (MCPs) and EDS machines. 4. Complete all field preparatory work (e.g., conduit runs, wiring, etc.) prior to scheduled outages to minimize the operational downtimes. 5. Ensure delivery and on-site availability of all BHS equipment, especially for overnight tie-ins. 6. Submittal of Work Activity Bulletins on a per phase basis and scheduling of Pre-demolition/installation meetings. 7. Coordinate w/tsa availability for extra TSO s and ETD equipment for fallback considerations, in case there are any downtimes of existing EDS Machines.

15 BHS Phasing Plan Phase 4 Install Estimated BHS Duration = 6 working days ZONE 1 ZONE 1 Description: 1. Installation of all new BHS equipment within Zone 1 (Terminal Expansion Area).. TSA's Contractor installs new EDS machine (EDS #) for temporary conditions. EDS EDS 1 EDS Outages: - None Baggage Screening & Make-up Cart Staging: - At the start of Phase 4, baggage make-up remains as per existing conditions (i.e., Contract 1 Layout). - At the completion of Phase 4 AA remains at existing baggage make-up area and DL/UA move to new baggage make-up area. - DL/UA continues to process Pax s via their existing TCs. - Bags will be portered to the available new inputs and conveyed to new make-up device. - Baggage Screening will be performed via the temporary EDS Machine (EDS #). - AA Baggage Screening will continue to be processed via EDS #1.

16 BHS Phasing Plan Phase 5 Demo Estimated BHS Duration = 15 working days Description: 1. Removal of existing (Contract 1) BHS within Zone.. TSA s Contractor commences with relocation of existing CT80DR EDS equipment (EDS #). EDS Outages: - None EDS 1 EDS Baggage Screening & Make-up Cart Staging: - DL/UA continue to process Pax s via their existing TCs. - Bags will be portered to the available new inputs and conveyed to new make-up device. - Baggage Screening will continue to be performed via the temporary EDS Machine (EDS #). - AA Baggage Screening will continue to be processed via EDS #1. - And Baggage make-up remains as per existing conditions. ZONE ZONE

17 BHS Phasing Plan Phase 6 Demo & Install Estimated BHS Duration = 14 working days Description: 1. Removal of remaining existing (Contract 1) BHS within Zone.. TSA s Contractor completes relocation of existing CT80DR EDS equipment (EDS #) relocation.. Installation of new conveyors within available right-of-ways. EDS EDS Outages: - None EDS 1 Baggage Screening & Make-up Cart Staging: - AA continues to process Pax s via their existing TCs. - Bags will be portered to the available new inputs and conveyed to new make-up device. - DL/UA will process Pax s via their new TCs within Zone (TC). - AA/DL/UA bags will be conveyed to the new make-up device for screening (via EDS # and EDS #) and baggage make-up. - Upon completion of work within Zone at the Ticketing Level, AA will process Pax s via their new TCs. ZONE ZONE ZONE ZONE

18 BHS Phasing Plan Phase 7 Install Estimated BHS Duration = working days Description: 1. Installation of remaining new conveyors within available right-ofways.. TSA s Contractor completes relocation of existing EDS equipment (EDS #1) and establishes Oversize Baggage Screening at proposed new location.. Once the EDS machine (EDS #1) is relocated, the related non-powered roller conveyors will be installed by the BHS Contractor. EDS EDS Outages: - None Baggage Screening & Make-up Cart Staging: - AA/DL/UA bags will be conveyed to the new make-up device for screening (via EDS # and EDS #) and baggage make-up. EDS 1

19 BHS Phasing Plan Phase 8 Demo & Install Estimated BHS Duration = 1 (Overnight) EDS EDS Description: 1. Temporary 180 power turn gets removed for an overnight cutover.. Concurrently, TSA s Contractor relocates existing CT80DR EDS equipment (EDS #) to permanent location.. Once the CT80DR EDS machine (EDS #) is relocated, the related non-powered roller conveyors will be installed by the BHS Contractor. 4. The Temporary EDS machine (EDS #), installed in Phase 4, will be removed by the TSA's Contractor. Outages: - None EDS 1 EDS EDS 1 Baggage Screening & Make-up Cart Staging: - AA/DL/UA bags will be conveyed to the new make-up device for screening (via EDS #1 and EDS #) - TSA Cleared Baggage will be loaded onto the clear bag line for baggage make-up.

20 BHS Phasing Plan Final Conditions Description: 1. New outbound BHS (TC1, TC, OT1, and MU1) is fully operational. Outages: - None Baggage Screening & Make-up Cart Staging: - New baggage screening area fully operational. - New baggage make-up area fully operational. - Additional footprint reserved for possible rd EDS machine.

21

22 L M N O P R R.1 S L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC ARCHITECT THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C-071 CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) TE STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) OE1 TE1 OE TE TE1 TE TE SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) CT80DR EDS1 EDS REVISIONS 1 ADDENDUM AD-0-1/1/ A BHS PHASING PLAN - EXISTING CONDITIONS - BASEMENT LEVEL B BHS PHASING PLAN - EXISTING CONDITIONS - DEPARTURES LEVEL DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-701

23 L M N O P R R.1 S L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC MU1 EDS ARCHITECT TC1 TC.. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) MCP-TC1 MCP-TC MCP-OT1-MU1-OS1 TC1 TC PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C-071 OS1 SD/OS1.6.8 TEMPORARY 180 POWER TURN CONNECTION TO MU1 FD/TC-0 FD/TC CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C-1051 P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) CT80DR EDS1 EDS REVISIONS 1 ADDENDUM AD-0-1/1/ C BHS PHASING PLAN - PHASE 4 INSTALL - BASEMENT LEVEL D BHS PHASING PLAN - PHASE 4 INSTALL - DEPARTURES LEVEL (CONSTRUCTION ZONE 1) (CONSTRUCTION ZONE 1) DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN NOTE: REFERENCE ARCHITECTURAL DRAWINGS FOR (PHASES 1-) CONSTRUCTION OF EXPANSION & ALTERATIONS TO EXISTING FACILITY SPACES TRUE NORTH SHEET NUMBER: B-70

24 L M N O P R R.1 S L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC EDS ARCHITECT.. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) TE STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) OE TE TE TE SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) CT80DR EDS1 EDS MCP/TE-TE-OE REVISIONS 1 ADDENDUM AD-0-1/1/ BHS PHASING PLAN - PHASE 5 DEMO - DEPARTURES LEVEL (CONSTRUCTION ZONE ) (CONSTRUCTION ZONE ) E BHS PHASING PLAN - PHASE 5 DEMO - BASEMENT LEVEL F DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-70

25 L M N O P R R.1 S L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC EDS EDS CT80DR ARCHITECT.. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C-1051 P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) OE1 TE1 TE1 SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) MCP/TE1-OE1 EDS1 REVISIONS 1 ADDENDUM AD-0-1/1/ J BHS PHASING PLAN - PHASE 6 DEMO & INSTALL - BASEMENT LEVEL K BHS PHASING PLAN - PHASE 6 DEMO - DEPARTURES LEVEL DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-704

26 L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC EDS EDS CT80DR 1.5 ARCHITECT. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) OVERSIZE BITS RELOCATED STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) EDS1 SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) REVISIONS 1 ADDENDUM AD-0-1/1/18 6 L BHS PHASING PLAN - PHASE 7 INSTALL - BASEMENT LEVEL DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-705

27 L M N O P R R.1 S L M TSA OEM / CONTRACTOR TO REMOVE EDS MACHINE UPON COMPLETION AND BENEFICIAL USE OF THE TWO PERMANENT EDS MACHINES (EDS1 AND EDS) N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC EDS EDS CT80DR 1.5 EDS 1.5 ARCHITECT.. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C OT1.6.8 CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) TC1 TC1 STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C-1051 P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) EDS1 EDS CT80DR EDS1 SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) REVISIONS 1 ADDENDUM AD-0-1/1/ M BHS PHASING PLAN - PHASE 8 DEMO - BASEMENT LEVEL N BHS PHASING PLAN - PHASE 8 INSTALL - BASEMENT LEVEL DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-706

28 L M N O P R R.1 S L M N O P R R.1 S 1 TERMINAL IMPROVEMENTS CONTRACT WILMINGTON INTERNATIONAL AIRPORT 1740 AIRPORT BOULEVARD, SUITE 1 WILMINGTON, NC ARCHITECT FUTURE OVERSIZE INPUT RESERVED.. THE WILSON GROUP P O BOX 5510 CHARLOTTE, NC 899 (704) PROJECT MANAGER & CIVIL ENGINEER TALBERT & BRIGHT 4810 SHELLEY DRIVE WILMINGTON, NC 8405 (910) FIRM NO.: C CONSULTING ARCHITECT LSP 101 NORTH THIRD STREET, SUITE 500 WILMINGTON, NC 8401 (910) STRUCTURAL ENGINEER STEWART 101 N. TRYON ST., SUITE 1400 CHARLOTTE, NC 80 (704) FIRM NO.: C-1051 P, M & E ENGINEER CHEATHAM & ASSOC. 41 ENTERPRISE DRIVE WILMINGTON, NC 8405 (910) FUTURE MACHINE FOOTPRINT RESERVED EDS EDS CT80DR EDS1 4 4 BAGGAGE HANDLING CONSULTANTS BNP ASSOCIATES 1981 POST ROAD FAIRFIELD, CT 0684 (0) SPECIALTY LIGHTING CONSULTANT HARTRANFT LIGHTING DESIGN 401 HAWTHORNE LANE, SUITE CHARLOTTE, NC 804 (40) REVISIONS 1 ADDENDUM AD-0-1/1/ P BHS PHASING PLAN - FINAL CONDITIONS (WITH FUTURE RESERVED) - BASEMENT LEVEL Q BHS PHASING PLAN - FINAL CONDITIONS (WITH FUTURE RESERVED) - DEPARTURES LEVEL DATE: PROJECT NO.: SHEET TITLE: NOVEMBER 0, BAGGAGE HANDLING EQUIPMENT PHASING PLAN TRUE NORTH SHEET NUMBER: B-707