Size: px
Start display at page:

Download ""

Transcription

1

2

3

4

5

6

7

8

9 Pre-bid Conference Runway 17C-35C Rehabilitation Contract Number

10 Agenda Pre-Bid Conference Presentation Solicitation Logistics, RFB review, BDDD 11:00-11:30 Project Details 11:30-12:00 Certified Movement Area Escorts (CMAE) 12:00-12:15 Snack Break & Social 12:15-12:45 Site Visit Security Check-in and Bus Boarding 12:45-1:30 Runway Site Visit 1:45-2:30 East Staging Yard Visit 2:30-3:15 Bus back to DCC for dismissal 3:15 2

11 3 Travis Sanderfer, Program Solicitations Manager Design, Code and Construction

12 Solicitation Schedule Pre-Bid Conference No.2 Tentatively November 17, :00am Deadline for Questions November 30, 2017 Issue Addenda December 6, 2017 Bid Opening December 20, :00pm Airport Board Action Tentatively in February

13 Bid Documents Review Required forms Compensation Unit Price Electronic Bid Schedule Federal Funding and Provisions 5% Bid Bond Guarantee to be included in all bids Payment & Performance Bonds within 10 days of award Liquidated Damages $17,000/day delay of Substantial Completion $1,500/hour for failure to reopen an closed runway or taxiway $1,500/hour for failure to meet Milestone 3: Phases 2, 4, 5, and 6 Insurance Construction Permit Fee paid by Board 5

14 6 Danielle Thompson, Business Development Manager Business Diversity and Development

15 Agenda Background Disadvantaged Business Enterprise (DBE) Program Key DBE Program Points Counting DBE Participation Counting Supplier Participation DBE Certification Forms Questionnaire Form Commitment to DBE Participation Form Preliminary Schedule of Subcontractors (PSS) Intent to Perform Contract as an DBE Subcontractor Request for Information Bidders List Sample Certificate Good Faith Effort (GFE) Plan Approved Certifying Entities Identifying Prospective DBE Partners Q&A 7

16 Background The Federal Aviation Administration, through the US Department of Transportation (DOT), requires every airport that is a recipient of FAA grant funds establishes a Disadvantaged Business Enterprise (DBE) Program. DBE Regulations (49 CFR Part 26) require that DBE Programs submit to the FAA, or other applicable DOT departments, for approval a proposed DBE goal every three years. 8

17 Disadvantaged Business Enterprise (DBE) Program DFW will establish contract goals only on those DOT assisted contracts that have DBE availability BDD shall review each bid or proposal to determine whether to set a Contract Specific Goal. DBE Program Construction Services Construction-related Professional Services Solicitation Goal: 20% 9

18 10 DBE Program Points

19 DBE Program No Local Preferences Does the DBE program permit recipients to use local geographic preferences? No. DFW Airport must not use a local geographic preference. For purposes of this section, a local geographic preference is any requirements that gives an DBE located in one place (e.g., your local area) an advantage over DBEs from other places in obtaining business as, or with, a concession at your airport. 11

20 Counting DBE Participation DBE Participation Options: DBE can subcontract part of the work to another DBE firm it may be counted towards the participation. DBE subcontracts to a non-dbe firm it may not be counted towards the participation. If a DBE does not perform at least 30% of the total work/cost of the project with its own workforce OR the DBE subcontracts a greater portion of the contract work than would be normally expected per industry practice, it will be presumed that the DBE is not performing a commercially useful function. 12

21 Counting Supplier Participation Supplier Participation Options: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count one hundred percent (100%) of the cost of the materials or supplies towards the DBE goal. Regular Dealer If the materials or supplies are purchased from a DBE regular dealer, count sixty percent (60%) of the cost of the materials or supplies towards the DBE goal. Broker If the DBE firm is acting as an intermediary between two or more firms for the acquisition of supplies, materials or equipment for a fee, count only the fees and commissions at 100% Manufacturer s Representative If the DBE firm is representing a manufacturer for a fee or commission, count only the fees and commissions at 100% 13

22 DBE Certification Not required to do business with DFW. HOWEVER, if claiming DBE credit, must be certified by an approved certification agency at the time of proposal submission in order to be credited. Certification certificates must be included with proposal submission State of Texas Hub certificates are not acceptable Veteran Owned Small Business (VOSB) are not acceptable Commodity codes noted on certificate must be relevant to the proposed services. 14

23 Questionnaire Form This form will be used for counting suppliers, brokers, manufacturing and manufacturing representatives. 15

24 Commitment to DBE Participation Form Identify commitment to meeting and/or exceeding the DBE Goal 16

25 Preliminary Schedule of Subcontractors Identify all subcontractor, certification status, scope of work, percentage and and dollar commitment for each. 17

26 Intent to Perform Contract as an DBE Subcontractor Form represents a commitment by the Prime Contractor that if it is awarded the contract, it will enter into a subcontract with the DBE for the work described on the form. Both Prime and Sub must sign the form 18

27 19 Request for Information Bidders List

28 Sample Certificate Does certification match Program goal? Do the commodity codes cover your proposed scope of work? DBE Certificates do not EXPIRE! 20

29 Good Faith Effort (GFE) Plan Proposers that are non-certified firms must meet the applicable goals or demonstrate good faith efforts to achieve the goals. GFE required only if the DBE goal is not achieved or partially achieved. A GFE Plan is not a checklist! Proposers are required to meet ALL factors outlined and provide support documentation. Factors should not be considered as a template, checklist or some quantitative formula. Submitting the form without support documentation, as a GFE, will automatically deem the Proposer non-responsive. DFW will evaluate the GFE on quality, quantity, and intensity of the different kinds of efforts that the bidder/proposer has made. Mere pro forma efforts are not good faith efforts 21

30 Approved Certifying Entities Approved Certifying Entities North Central Texas Regional Certification Agency 624 Six Flags Drive, Suite 100 Arlington, TX (817) or (Processing timeframe: days from date application is deemed complete) Texas Department Of Transportation 125 East 11 th Street Austin, TX (512) or (Processing timeframe: days) Note: State of Texas HUB certificates are not acceptable. 22

31 Identifying Prospective DBE Partners Pre-Proposal Meeting Pre-Proposal Meeting Sign-In Sheet DFW D/S/M/WBE Online Directory: Minority Chambers Advocacy Organizations Certifications Agencies 23

32 Q & A Contact Us Business Diversity and Development Department BusinessDiversityandDev@dfwairport.com Guy Toliver, Business Development Manager Airport Concessions Point of Contact gtoliver@dfwairport.com Bennie Miller, Business Specialist Procurement Goods and Services - Point of Contact bmiller@dfwairport.com Danielle Thompson, Business Development Manager Design Code and Construction, TRIP Point of Contact dthompson@dfwairport.com Adriana Hinojosa, Diversity Compliance Specialist B2Gnow Point of Contact ahinojosa@dfwairport.com Cheryll Jeter, Business Specialist Design Code and Construction Point of Contact cjeter@dfwairport.com 24

33 Project Details Mohammad Rehman (PM) Design, Code and Construction Brad McMullen, P.E. (CH2M) Jessica Hoffman, P.E. (CH2M) Kurt Reno, CCM (CH2M) 25

34 Primary Scope of Each Volume Volume I Paving and Electrical PCC keel replacement + miscellaneous panel repairs HMA overlay Full-shoulder reconstruction Blast Pad reconstruction Taxiway N1 (E/ high-speed exit) Electrical homerun ductbank Complete electrical system rehabilitation Storm sewer installation Volume II Runway Status Lights Homerun ductbank for RW 17R-35L and RW 17C-35C Airfield lighting cabling Shelter foundation construction Runway Entry Light can/fixture replacement on RW 17C-35C 26

35 27 Project Location

36 Construction Phasing Phase 1 Mobilization Submittals/Mix Design CMAE Training Permitting Phase 2 Work Prior to RW 17C-35C Closure RWSL Ductbank for RW 17R-35L and shelter foundation FAA ductbank work near TW N1 TW N1 located outside of RW 17C-35C RSA Runway electrical work outside all RSAs and TOFAs FF FF FF FF FF FF 28

37 Construction Phasing Phase 3 Enabling closure on July 10, 2018: Starts at 2300 Signage changes to reflect taxiway closures Pavement Marking removals to reflect taxiway closures Electrical circuit de-energizing and temporary lighting circuits to reflect taxiway closures Installation of lighted X on runway Pavement Marking removal of select runway elements (eg. numbers and threshold marking) Barricade placement 29

38 Construction Phasing Phase 4 RW 17C-35C Closure Keel replacement and select panel repairs Asphalt overlay Phase 5 RW 17C-35C Closure Same Scope as Phase 4 TW B and TW Y open to work across TW A and TW Z Shoulder reconstruction Drainage Improvements TW A and TW Z open to work across TW B and TW Y 30

39 Construction Phasing Phase 6 RW 17C-35C Opening Remove barricades Restore signs and pavement markings Restore all airfield lighting circuits Phase 7 Grooving and Final Paint (30 Days after final asphalt overlay has been placed) Nightly work from the hours of 2300 to

40 Construction Phasing As noted, many of the items in this list must be completed in Phases 4 and 5 in order to reopen the runway. In many instances the work cannot begin prior to the runway closure. MAJOR WORK ITEMS ESTIMATED QUANTITIES TIED TO RUNWAY CLOSURE Airfield Concrete Pavement PCC 121,292 SY X Airfield Hot Mix Asphalt Pavement 222,460 Tons X Clearing & Grubbing 87 AC Asphalt Shoulder Pavement Demolition 122,278 SY X Excavation 90,487 CY X Concrete Ductbank 16,000 LF X Concrete Incased Conduit 155,775 LF X Junction Can Plazas 33 EA Electrical Cabling 773,630 LF X In-Pavement Lighting (Fixtures/Cans) 2100 EA X Fiber Optic Cable 70,500 LF Edge Lighting (Fixtures) 700 EA X Airfield Signs and Foundations 50 EA X Subgrade Stabilization 12 Depth 163,233 SY X Pavement Markings 645,314 SF X Thermoplastic Pavement Markings 1,360 LF Underdrain 49,630 LF X Underdrain Cleanouts/Junctions 216 EA X Topsoil 107,350 AC X 32

41 Construction Scheduling Preliminary schedules indicated that the critical path is the shoulder construction Demolition operations must begin on the RW and shoulders on the first day to meet the schedule requirements P-501 will be completed concurrently with shoulder construction P-401 Production rates are 800 tons placed per hour (P ) Echelon paving is required with two pavers and two transfer devices Three operational pavers will be required on site during runway paving Two vacuum sweepers are required to be operating at all times, one operational vacuum sweeper in reserve The runway asphalt paving will require between 6 inches and 9 inches of HMA; one leveling course (in some locations) and two lifts to complete the overlay 33

42 Construction Scheduling Topcon Millimeter GPS Paving or equivalent is required to achieve the highest quality and meet project schedule HMA paving plan must minimize the location of transverse construction joints in the runway touchdown zones Diamond grinding and repairing damaged joint seal is important for good performance Aviation turf in TW EF/EG and TW ER/EQ islands Directional drilling of every third centerline light and to TDZ arrays to drain light cans Access to RWSL ductbank location between RW 17R-35L and TW M will require special consideration due to tight workzone between RSA and TOFA limits. No daytime runway closures will be allowed. Note the centerline light/conduit trenching needed outside the keel repair limits to complete electrical work Note the infrastructure for the future Foreign Object Debris (FOD) Detection system in the shoulder 34

43 Runway 17C-35C Pavement Typical Section Keel Repair and Overlay Section 35

44 Procurement and Supply Concerns DFW supplied items Recycled Concrete for contractor RCB crushing Sample of long lead time items PCC and HMA mix designs Subgrade stabilization mix design Review and approval of paving plan by stakeholders Airfield cabling Aircraft rated structures Regulators Fiber Optic Cable (FOTS) Light base cans Light fixtures/assemblies Sign panels and fixtures 36

45 Upcoming Addendum Items Shifting the location of Taxiway N1 to the south This will include adding approximately 300 feet of additional taxiway work Drainage junction chamber reconstruction near TW N1 intersection with runway A major junction chamber near Taxiway N1 will require reconstruction; control of water will be important as it is on a major trunk sewer Runway Weather Information System The current system is under further review and an alternate system may be introduced Asphalt Treated Permeable Base (ATPB) in runway shoulder may be replaced with Recycled Concrete Base (RCB) A hybrid test strip placing the keel pavement section (PCC) and HMA will be required 37

46 38 Certified Movement Area Escort Requirements

47 Certified Movement Area Escort Requirements Vehicle Operator Requirements Possess a valid Airport Identification/Access Badge Must posses their valid unexpired Movement Area Driver s Certification on their person at all times when driving unescorted within the Movement Area. That certification must be presented to an Airport Board employee upon request. CMAE candidates are required to complete the Movement Area online training modules prior to attending the eight hour classroom training session. Written tests, simulations and check rides will be given to all CMAE s. All vehicle escorts must enter the AOA through a DPS Security Services Staffed AOA gate. Trained and qualified vehicle operators shall only drive routes within the Movement Area, that are specified by Airfield Operations and shall not include any crossing of an active runway or any portion of an active runway safety area. CMAE s shall not operate in the Movement Area during SMGCS conditions (low visibility). 39 Airfield Operations may suspend or discontinue contractor vehicle operations involving Movement Areatrained drivers at any time it is deemed necessary for safety and/or operational purposes

48 Certified Movement Area Escort Requirements Vehicle Operator Requirements Vehicles must be equipped with an operational flashing yellow beacon, an 800 MHz Airport Board radio tuned to Ops Pri and a VHF radio to monitor FAA ATCT communications. At least one person with escort privileges possessing an AOA badge must escort an individual or group of un-badged persons. The proximity of badged person to un-badged persons must be such that they remain in clear site of each other at all times and the badged person is in control of others by voice and motion. At a minimum, the Project Manager, Quality Control Representative, Safety Officer and all Superintendents, Foremen and Lead Men will be badged. Note: not all badged personnel will be granted escort privileges based on job classification. In no instances will the ratio of un-badged employees to badged employees exceed 5:1 All vehicles escorted and unescorted operating within the Movement Area shall not interfere with aircraft operations and must always yield the right-of-way to aircraft and emergency vehicles. 40

49 Flag Persons Flag persons wearing bright reflective outer clothing, shall be posted at each crossing to control haul route traffic either through flags or traffic signals. A flagman may not be allowed to perform any other function and must be able to speak and understand English. For active taxiway crossings, flag persons must have successfully completed all Airportapproved Movement Area Training and they must actively monitor Air Traffic Control communications using a VHF radio tuned into the appropriate frequency when engaging in flagging operations at or near an active taxiway. CMAE vehicle operators must wait until the Flag Person indicates the taxiway is clear before crossing an active taxiway. 41

50 42 Haul Routes

51 Haul Routes Airfield Operations will approve the establishment of contractor haul routes. Prior to approving haul activities, the following must be established: 1. Green flags or markers not smaller than 6 square mounted on wooden stakes no higher than 18 above ground. The stakes must prominently mark each side of the haul route at intervals of not more than 100 apart. 2. Stop signs (30 x 30 ) or other traffic control devices, conforming to the Texas Manual of Uniform Traffic Control Devices (TMUTCD), must be clearly posted on either side of intersecting roadways, emergency roads, taxiways and other areas specified by Airfield Operations. Signs must be no closer than 160 from (193 on the West Airfield), from a taxiway centerline or 10 from the emergency road edge line. 3. In some cases, traffic control signal lights may be required for controlling taxiway crossings. The lights shall have either 8 or 12 circular red and green lenses, located 160 or (193 on WAFLD) from the taxiway centerlines and between 2 and 10 from the edge of the haul route surface. Approval of their use will be granted on a case-by-case basis by Airfield Operations. 43

52 Haul Routes 4. Paved areas must be kept clean at all times and an operational vacuum sweeper must follow active hauling operations. 5. All vehicles shall stop at each taxiway and/or emergency road before crossing to ensure the route is clear. 6. Construction vehicles must yield right-of-way to all Airport vehicles and aircraft at all times. 7. Hauling operations will be discontinued at the direction of Airfield Operations when the operation warrants due to inclement weather or other conditions affecting aircraft movement. 8. Wheel wash stations will be provided at the following locations: a) Prior to crossing airport roadways, ramps, taxiways & runways. b) Prior to entry onto public thoroughfares. Note: if the contractor can successfully exhibit his/her ability to keep the paved areas listed above clean, the Airfield Operations may waive the requirement for wheel wash stations. 44

53 45 Ground Vehicle Operator Safety

54 Your Responsibilities as a Ground Vehicle Operator Yield to all aircraft all of the time! Aircraft always have the right of way everywhere on the AOA! When driving around any areas where aircraft can cross in front of your vehicle, give the pilot plenty of room to pass in front of you. 46

55 Closing All Questions/ Clarifications MUST be in writing addressed to: Travis Sanderfer, Program Solicitations DFWAirportSolicitations@dfwairport.com Cut off for questions is November 30, Bids are due on Wednesday, December 20, 2017 at DFW International Airport Design, Code, and Construction Office BEFORE 1:00pm (CST) Bids will be opened and read aloud at that time. 47

Terminal A Flyover & TRIP Bridge Retro Contract Number

Terminal A Flyover & TRIP Bridge Retro Contract Number Terminal A Flyover & TRIP Bridge Retro Contract Number 9500632 10.03.18 1 Agenda Pre-Bid Conference Presentation Solicitation Logistics, RFB review, BDDD 02:00-02:30 Project Details 02:30-03:00 Break 03:00-03:15

More information

Professional Services for Signage Design and Planning Contract Number

Professional Services for Signage Design and Planning Contract Number Professional Services for Signage Design and Planning Contract Number 8500366 09.07.18 1 2 Travis Sanderfer, Program Solicitations Manager Design, Code and Construction Solicitation Schedule Deadline for

More information

PRE-BID MEETING August 10, :00 P.M.

PRE-BID MEETING August 10, :00 P.M. PRE-BID MEETING August 10, 2018 3:00 P.M.. AGENDA INTRODUCTIONS PROJECT COMPONENTS CONTRACT TIME PROJECT SCHEDULE ENGINEER S ESTIMATE OF PROBABLE CONSTRUCTION COSTS SAFETY ON AIRPORTS DURING CONSTRUCTION

More information

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT SARASOTA BRADENTON INTERNATIONAL AIRPORT August 14, 2017 10:00 AM 1. INTRODUCTION Sign-in Sheet. 2. SUBMITTAL The Bid opening date is Wednesday

More information

Terminal D South Expansion - Construction Manager-At- Risk (CMAR) Contract Number 9500647 08.14.18 1 2 Travis Sanderfer, Program Solicitation Manager Dwaynetta Russell, Sr. Contract Administrator Ivonne

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1. Northeast End Around Taxiway Package III Glycol Facilities Relocation

DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1. Northeast End Around Taxiway Package III Glycol Facilities Relocation DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 Northeast End Around Taxiway Package III Glycol Facilities Relocation Project Contract Number: 9500643 Permit Number: A18-027B Date: The Request for

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS PROFESSIONAL AIRPORT ENGINEERING SERVICES RUNWAY 16R-34L IMPROVEMENTS PROGRAM RENO-TAHOE INTERNATIONAL AIRPORT The Reno-Tahoe Airport Authority (RTAA) Reno, Nevada, is seeking

More information

Tucson International Airport (TUS) Rehabilitate Taxiway D, Shoulders and Connectors

Tucson International Airport (TUS) Rehabilitate Taxiway D, Shoulders and Connectors Tucson International Airport (TUS) Rehabilitate Taxiway D, Shoulders and Connectors NOTICE OF INVITATION OF BID DESIGN BID BUILD PROJECT REHABILITATE TAXIWAY D, SHOULDERS AND CONNECTORS Tucson Airport

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR TAXIWAY Y BRIDGE REINFORCEMENT FOR GROUP VI AIRCRAFT CONTRACT NO. 9500498 November 30, 2017 The Request

More information

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO: URS CORPORATION NY Contract No. C015548 ADDENDUM NO. 4 TO: DATE: May 12, 2016 CONTRACT NO. C015548-S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following

More information

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB ADDENDUM NO. ONE Notice is hereby given that on June 22, 2017 at 11:00 AM (Prevailing time), sealed proposals will be opened and read in public by the Purchasing Agent in the Mercer County McDade Administration

More information

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP RECONSTRUCT RUNWAY 14-32: SUMMARY., BID SUMMARY TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Schedule 1 Cost of Construction $4,717,480.00 $5,106,762.00 $5,697,026.50 $4,430,910.42 $4,640,166.10

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY

METROPOLITAN WASHINGTON AIRPORTS AUTHORITY DATE SCALE METROPOLITAN WASHINGTON PROJECT IDENTIFIER DA03 DESIGNED CHECKED DRAWN AIRPORTS AUTHORITY RONALD REAGAN WASHINGTON NATIONAL AIRPORT WASHINGTON, D.C. SHEET NAME GN02.000 VOLUME NUMBER ACCEPTED

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor April 9, :30 a.m.

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor April 9, :30 a.m. AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor 9:30 a.m. Minutes Approval of Minutes: Regular Commission Meeting March 12, 2014 Executive Director Approval

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01 Terminal D Expansion Joints Rehabilitation CONTRACT NO. 9500663 February 15, 2019 The Request for Bids for the above is hereby revised as follows:

More information

MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA

MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO. 3-41-0035-010 PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA (Pass around sign in sheet, fill in Name, Company, Phone #, Fax #) 1. INTRODUCTIONS

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

REQUEST FOR QUOTES: # LE

REQUEST FOR QUOTES: # LE REQUEST FOR QUOTES: #15-07-1391LE Navajo Division of Transportation Department of Airports Management ADOT GRANT #E5S2R - Independent Fee Estimate - Reconstruct Runway 15/33 (Approximately 2,000 x 75 )

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

ADDENDUM NUMBER THREE

ADDENDUM NUMBER THREE ADDENDUM NUMBER THREE TO BIDDING AND CONTRACT DOCUMENTS FOR RUNWAY 5R-23L REHABILITATION PROECT - CONSTRUCTION PHASE 3 PIEDMONT TRIAD INTERNATIONAL AIRPORT GREENSBORO, NORTH CAROLINA TO: All Prospective

More information

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE February 13, 2019 2019 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201947110 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ADDENDUM NUMBER FOUR

ADDENDUM NUMBER FOUR Department of Aviation Airport Office Building 8500 Peňa Boulevard Denver, Colorado (303) 342-2200 www.flydenver.com March 28, 2017 2017 Annual Airfield Pavement Rehabilitation CONTRACT NO. 201733182 ADDENDUM

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Northeast End Around Taxiway Package I East Air Freight Taxiway and Utilities CONTRACT NO. 9500623 February 23, 2018 The Request for Bids for the

More information

BASE BID Description Written & Numeric Price

BASE BID Description Written & Numeric Price PROPOSAL Proposal TxDOT CSJ No. Project : Airfield drainage improvements to alleviate storm water conveyance issues at in Liberty, TX. The improvements include: re-grading of existing concrete lined infields,

More information

Company Page 1 of 13

Company Page 1 of 13 ITEM NO. REVISION WBS (ITEM) DESCRIPTION UNIT QUANTITY (WRITTEN) MC-001-5.1 Mobilization/Demobilization and Construction Layout Surveying LS 1 MC-003-6.1 Temporary Construction Items LS 1 MC-003-6.2 Taxiway

More information

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS: Office of Procurement Conway, SC 29526 3230 Hwy 319 E Conway, SC 29526 843.915.5380 (Ph) 843.365.9861 (Fx) TO: FROM: ALL INTERESTED PARTIES Kimberly Massie, CPPB, Director of Procurement DATE: May 31,

More information

Design and Construction of Concrete Overlays. By: James K. Cable, P.E. Cable Concrete Consultation

Design and Construction of Concrete Overlays. By: James K. Cable, P.E. Cable Concrete Consultation Design and Construction of Concrete Overlays By: James K. Cable, P.E. Cable Concrete Consultation PCC OVERLAY AGENDA Current design & construction features What is needed in a PCC overlay set of plans?

More information

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum: ADDENDUM #1 AIRFIELD IMPROVEMENTS EXTEND, MARK, AND LIGHT RUNWAY 6-24 AND TAXIWAY ALPHA REHABILITATE RUNWAY 6-24 at the LAKE WALES MUNICIPAL AIRPORT FAA AIP NO: TBD FDOT FM NO: TBD BID NO: 16-412 5/11/16

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY Contract No. CE 80017 Bid Date: 1/29/2008 TABULATION OF BIDS Denver, Colorado BID SUMMARY Bid Bond DBE Goals Addendum One Schedule I Schedule II Total Bid 34,030,330.50 4,560,072.50 38,590,403.00 Page

More information

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH 43223 John R. Kasich, Governor Jerry Wray, Director 6/2/2014 Project 140353 Addendum No. 1 PID No. 86675 MOT IR 75 11.75/11.80

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

ADDENDUM NO. 1. City of Fort Worth

ADDENDUM NO. 1. City of Fort Worth 00 0 - ADDENDA Page of 8 9 0 8 9 0 8 9 0 8 9 0 ADDENDUM NO. PROJECT: Federal Aid Project Number: CM 00 (80) CSJ: 090 8 CITY PROJECT NUMBER: 00 OWNER: City of Fort Worth CONSULTING ENGINEERS: Freese and

More information

Addendum Date: January 11, This Addendum No. 1 is issued by Talbert & Bright, Inc., 4810 Shelley Drive, Wilmington, NC 28405

Addendum Date: January 11, This Addendum No. 1 is issued by Talbert & Bright, Inc., 4810 Shelley Drive, Wilmington, NC 28405 ADDENDUM No. 1 to Specifications and Contract Documents for North General Aviation Site Development and Pipe Ditches in FBO #2 Area Wilmington International Airport Addendum Date: January 11, 2019 This

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

CHAPTER 2 THE PROPOSED ACTION

CHAPTER 2 THE PROPOSED ACTION CHAPTER 2 THE PROPOSED ACTION 2.0 INTRODUCTION The proposed action(s) must ensure that the Afton Lincoln County Airport complies with minimum FAA and WYDOT design recommendations for a parallel taxiway

More information

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address:  Address: BID FORM TxDOT CSJ No. 1507JNCTN Project Description: T-Hangar Development Project Bid by: Name of Bidder Address: Telephone: FAX: Email Address: To the Texas Department of Transportation hereinafter called

More information

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC-0317700 Primary Work Project #: 104648 Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction

More information

EXHIBIT A-2 SCOPE OF SERVICES HAS PROJECT NUMBER 646A PROFESSIONAL ENGINEERING DESIGN SERVICES FOR TAXIWAYS RA, RB, SA, AND SB AT IAH

EXHIBIT A-2 SCOPE OF SERVICES HAS PROJECT NUMBER 646A PROFESSIONAL ENGINEERING DESIGN SERVICES FOR TAXIWAYS RA, RB, SA, AND SB AT IAH 1. INTRODUCTION EXHIBIT A-2 SCOPE OF SERVICES HAS PROJECT NUMBER 646A PROFESSIONAL ENGINEERING DESIGN SERVICES FOR TAXIWAYS RA, RB, SA, AND SB AT IAH 1.1. The objective of this Project includes: 1.1.1.

More information

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1 UPPER SKAGIT INDIAN TRIBE COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO. 1 (7 pages total) Issue Date: May 11, 2016 General: Recitations of each and every section of the bid documents impacted

More information

2016 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER ONE

2016 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER ONE April 13, 2016 CONTRACT NO. 201525191 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge

More information

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent. Bid Form TxDOT CSJ No. 1809HILLS Project: 2017 Airport Improvements Project Description: Schedule 1 Base Bid: Rehabilitate and mark RW 16-34, partial parallel TW, stub TWs including run-up areas, terminal

More information

ADDENDUM NO. 1. DEVINE MUNICIPAL AIRPORT APRON, RUNWAY, AND TAXIWAY PAVEMENT REHABILITATION TxDOT CSJ NO. 1715DVINE DEVINE, TEXAS

ADDENDUM NO. 1. DEVINE MUNICIPAL AIRPORT APRON, RUNWAY, AND TAXIWAY PAVEMENT REHABILITATION TxDOT CSJ NO. 1715DVINE DEVINE, TEXAS ADDENDUM NO. 1 TO: ALL PLAN HOLDERS DATE: February 12, 2019 PROJECT: DEVINE MUNICIPAL AIRPORT APRON, RUNWAY, AND TAXIWAY PAVEMENT REHABILITATION TxDOT CSJ NO. 1715DVINE DEVINE, TEXAS The Specifications

More information

MPA Project No. W278-C1 Project Title: Rehabilitate Runway and Other Airfield Improvements Location: Worcester Regional Airport

MPA Project No. W278-C1 Project Title: Rehabilitate Runway and Other Airfield Improvements Location: Worcester Regional Airport MPA Project No. W278-C1 Project Title: Rehabilitate Runway 11-29 and Other Airfield Improvements Location: Worcester Regional Airport RESPONSES TO QUESTIONS and/or RFI s Date: August 22, 2018 The attention

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

2. Insert Pre-Bid Meeting Minutes, and Sign-in Sheet before Technical Specifications.

2. Insert Pre-Bid Meeting Minutes, and Sign-in Sheet before Technical Specifications. June 7, 207 Addendum No. To Plans, Contract Documents and Specifications CNW TSTC Waco Airport Airfield Improvements - Stage III TxDOT CSJ No. 609TSTCW This addendum shall be a part of the Plans, Contract

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

APPENDIX H. Capital Improvement Program Detail Project Costs NORTH PERRY AIRPORT MASTER PLAN UPDATE APPENDICES

APPENDIX H. Capital Improvement Program Detail Project Costs NORTH PERRY AIRPORT MASTER PLAN UPDATE APPENDICES MASTER PLAN UPDATE APPENDICES APPENDIX H Capital Improvement Program Detail Project Costs Montgomery Consulting Group August 11, 2009 Appendix H CAPITAL IMPROVEMENT PROGRAM Short Term (0-5 years) SUB-

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

NOTICE OF OPPORTUNITY FOR PUBLIC COMMENT RELATED TO PASSENGER FACILITY CHARGE Posted June 21, 2018

NOTICE OF OPPORTUNITY FOR PUBLIC COMMENT RELATED TO PASSENGER FACILITY CHARGE Posted June 21, 2018 NOTICE OF OPPORTUNITY FOR PUBLIC COMMENT RELATED TO PASSENGER FACILITY CHARGE Posted June 21, 2018 The City of Atlanta is providing an opportunity for public comment until July 23, 2018 related to the

More information

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX Rev. 2016 STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX ARTICLE PAGE 1. Pavement Removal and Restoration... P-1 2. Street

More information

PUBLIC WORKS/ENGINEERING DEPARTMENT

PUBLIC WORKS/ENGINEERING DEPARTMENT PUBLIC WORKS/ENGINEERING DEPARTMENT ADDENDUM NO. 1 April 9, 016 TOWN OF MORAGA 016 Full Depth Reclamation Project CIP No. 08-106 TO: Prospective Bidders and Interested Parties This Addendum shall be considered

More information

CE ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, Remove Bid Form dated 2/17/11 and replace with attached Bid Form.

CE ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, Remove Bid Form dated 2/17/11 and replace with attached Bid Form. CE 10095 2011 ANNUAL AIRFIELD JOINT REHABILITATION ADDENDUM #1 MARCH 11, 2011 1. Bid Forms Revisions Remove Bid Form dated 2/17/11 and replace with attached Bid Form. 2. Division I General Requirements

More information

APPENDIX A MEASUREMENT AND PAYMENT

APPENDIX A MEASUREMENT AND PAYMENT P-150 DEMOLITION 4.01 Removal of pavement shall be measured 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

More information

The Columbus Regional Airport Authority (CRAA) hereby issues addenda to the subject solicitation:

The Columbus Regional Airport Authority (CRAA) hereby issues addenda to the subject solicitation: February 13, 2015 NOTICE OF ADDENDUM ADDENDUM #4 Subject: Date Due: Wireless System Design and Replacement; Request For Proposals (RFP) # FIT-2015-001 February 23, 2015 at 2:00 PM EDT Dear Sir or Madam:

More information

ADDENDUM NUMBER THREE

ADDENDUM NUMBER THREE January 22, 2019 Runway 17R-35L Complex Pavement Rehabilitation CONTRACT NO. 201846271 ADDENDUM NUMBER THREE This Addendum Number Three supersedes and/or supplements all portions of the Contract Documents

More information

III. CHANGES TO DIVISION 0 BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS):

III. CHANGES TO DIVISION 0 BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): ADDENDUM NO: 001 TO: All Planholders FROM: Parkhill, Smith and Cooper, Inc. PROJECT NAME: Littlefield Taylor Brown Municipal Airport Airfield Pavement Rehabilitation, Apron Reconstruction, Marking, Drainage

More information

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2

RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS Manassas Regional Airport ADDENDUM NO. 2 April 19, 2013 This Addendum is hereby made a part of the Contract Documents and Specifications

More information

PLANNING & DEVELOPMENT AIRPORT INFRASTRUCTURE MANAGEMENT MICHAEL SHEEHAN SR DIRECTOR OF AIM DEVELOPMENT

PLANNING & DEVELOPMENT AIRPORT INFRASTRUCTURE MANAGEMENT MICHAEL SHEEHAN SR DIRECTOR OF AIM DEVELOPMENT PLANNING & DEVELOPMENT AIRPORT INFRASTRUCTURE MANAGEMENT MICHAEL SHEEHAN SR DIRECTOR OF AIM DEVELOPMENT AIRPORT INFRASTRUCTURE MANAGMENT 2 FACILITY SERVICES Facility Development Capital Projects Management

More information

Addendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age

Addendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age Addendum 2 Electrical Clarifications 1. Drawing E2: Delete typical detail references: 2. Drawing E2: Add detail reference at pole A 4: 3. Drawing E2: Add detail reference at pole A 7: 2 P age 4. Drawing

More information

MIDAMERICA ST. LOUIS AIRPORT Passenger Terminal and Loading Bridge Improvements AIP Project XXX

MIDAMERICA ST. LOUIS AIRPORT Passenger Terminal and Loading Bridge Improvements AIP Project XXX MIDAMERICA ST. LOUIS AIRPORT AIP Project 3-17-0146-XXX TO: ISSUED BY: All Plan Holders and Meeting Attendees (Meeting Roster Attached) Crawford, Murphy & Tilly, Inc. DATE: August 8, 2016 Re: Passenger

More information

APPENDIX B RUNWAY PAVEMENT STRENGTHENING STUDY

APPENDIX B RUNWAY PAVEMENT STRENGTHENING STUDY APPENDIX B RUNWA 14 32 PAVEMENT STRENGTHENING STUD Prepared by: Hollaway Consulting Engineers, LLC November 2016 B-1 PROJECT BACKGROUND This report presents the details of the pavement strengthening analysis

More information

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements NOTICE TO BIDDERS August 24, 2016 ADDENDUM NO. 1 Gosling Road Pedestrian, Bike & Related Improvements TO ALL FIRMS OF RECORD: This addendum forms a part of and modifies the bidding and contract documents

More information

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a Job No. 12-0101 Solicitation No. B-12-013-MR BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

Section 3 Specification 3.24 Chip Seal Coat TABLE OF CONTENTS

Section 3 Specification 3.24 Chip Seal Coat TABLE OF CONTENTS TABLE OF CONTENTS 3.24 CHIP SEAL COAT... 1 3.24.1 GENERAL... 1 3.24.2 MATERIALS... 1 3.24.2.1 Aggregate... 1 3.24.2.2 Temporary Markers... 1 3.24.2.3 Asphalt... 1 3.24.2.4 Water... 1 3.24.2.5 Line Painting

More information

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY Guidance on restoration of City Rights-of-Way Public Works Department Directors Office 747 Market Street Suite 408 Tacoma, WA 98402 253-591-5525 Right-of-Way

More information

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum.

Acknowledgment: Each bidder shall indicate in the place provided for the same on the Proposal Form his acknowledgment of receipt of this Addendum. All Mandatory Meeting Attendees: Re: Addendum #2 February 12, 2019 (Updated February 14, 2019) To PROJECT MANUAL AND DRAWINGS For PROJECT NUMBER 19-003 SPINE ROAD The following shall become as fully a

More information

SUBJECT: ADDENDUM #1 IFB # RE-BID Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR)

SUBJECT: ADDENDUM #1 IFB # RE-BID Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) Office of Procurement Conway, SC 29526 3230 Hwy 319 E Conway, SC 29526 843.915.5380 (Ph) 843.365.9861 (Fx) TO: FOM: ALL INTEESTED PATIES Kimberly Massie, CPPB, Director of Procurement DATE: July 13, 2018

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc.

SPECIAL PROVISION Detours, Barricades, Warning Signs, Sequence of Work, etc. 2004 Specifications CSJ 0299-04-049, Etc. SPECIAL PROVISION 000---979 Detours, Barricades, Warning Signs, Sequence of Work, etc. 1. Description of Project. A. General. This project provides for the construction

More information

Maine Turnpike Authority

Maine Turnpike Authority PAVEMENT REHABILITATION & CLEAR ZONE IMPROVEMENTS MM 80.7 TO MM 88.6 202.121 Removing Existing Concrete (6CY) 1.00 LS 202.127 Removing of Existing Bituminous Pavement (470 SY) 1.00 LS 202.202 Removing

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

Request for Bid Group 1 Relay Addendum No. 1 to RFB No. 196548.71.0401 February 20, 2018 The following information encompasses Addendum No. 1 for the above referenced RFB. Bidders shall fully consider

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

Oakland International Airport-Materials Management Program (MMP) Updated November 2007

Oakland International Airport-Materials Management Program (MMP) Updated November 2007 Fact Sheet Oakland International Airport-Materials Management Program (MMP) Over the next several years, Oakland International Airport (OAK) has many facilities requiring infrastructure improvements including,

More information

ADDENDUM NO. TWO (2) ILM TERMINAL IMPROVEMENTS CONTRACT 1

ADDENDUM NO. TWO (2) ILM TERMINAL IMPROVEMENTS CONTRACT 1 The Wilson Group ILM Terminal Improvements Contract 1 Project No.: 9202-000 July 13, 2018 ADDENDUM NO. TWO (2) ILM TERMINAL IMPROVEMENTS CONTRACT 1 Date: July 13, 2018 RE: ILM Terminal Improvements Contract

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

Goal Period: October 1, September 30, 2019

Goal Period: October 1, September 30, 2019 MASSACHUSETTS PORT AUTHORITY PROPOSED DISADVANTAGED BUSINESS ENTERPRISE ( DBE ) GOALS FFY 2017 - FFY 2019 Airport Sponsor: Massachusetts Port Authority Airports: Boston Logan International Airport (BOS)

More information

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum D E N V E R I N T E R N A T I O N A L A I R P O R T CONTRACT NO. 201208796 ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following Contract Documents issued

More information

TO THE SAN ANTONIO WATER SYSTEM:

TO THE SAN ANTONIO WATER SYSTEM: BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Special Provision No. 103F31 June This Special Provision covers all surface smoothness requirements for hot mix asphalt construction.

Special Provision No. 103F31 June This Special Provision covers all surface smoothness requirements for hot mix asphalt construction. ASPHALTIC CONCRETE SURFACE SMOOTHNESS - Asphaltic Concrete Payment Adjustment for Surface Smoothness Based on Quality Assurance Measurements Taken by an Inertial Profiler Special Provision No. 103F31 June

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT August 23, 2018 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid#: 312-00-18-30-2 Project Name: 2018 District 12

More information

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX MIRACOSTA COLLEGE BID ADDENDUM MiraCosta Community College District Distribution: One Barnard Drive [X] Owner [X] Architect Oceanside, California 92056 [X] MiraCosta College Bid Opportunities Website 760.795.6691/FAX

More information

Mon SFO Construction and Maintenance Schedule Activity/Contractor. Area/Remarks. 1 SFO P&G - Crack Seal TWY Z PM A 12.

Mon SFO Construction and Maintenance Schedule Activity/Contractor. Area/Remarks. 1 SFO P&G - Crack Seal TWY Z PM A 12. Mon SFO Construction and Maintenance Schedule 2014 SUN MONDAY 06302014 1 SFO P&G - Crack Seal TWY Z - Close TWY Z btn. TWY U & Plot 50, Spot 1. Close UAL MOC East entrance. Crack seal all failing pavement

More information

603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS

603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS 603.1 DESCRIPTION Determine the smoothness of the pavement surface and correct the deficiencies as specified in the Contract Documents. For the purposes of this

More information

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1

KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1 KANSAS TURNPIKE AUTHORITY KTA CONTRACT NO. 6028 Mill and Superpave overlay I-35 (KTA) from MM 13 to MM 26.8 ADDENDUM NO. 1 The Contract Documents for KTA Contract No. 6028 are hereby amended in the following

More information

SPECIFICATIONS FOR BONDED WEARING COURSE

SPECIFICATIONS FOR BONDED WEARING COURSE SPECIFICATIONS FOR BONDED WEARING COURSE 1.0 DEFINITIONS The term Director [Superintendent, etc.] shall mean the Director of Public Works of the awarding authority. The term Designee shall mean an employee

More information

Terminal D South Expansion - Construction Manager-At-Risk (CMAR)

Terminal D South Expansion - Construction Manager-At-Risk (CMAR) DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 3 FOR Terminal D South Expansion - Construction Manager-At-Risk (CMAR) CONTRACT NO. 9500647 August 30, 2018

More information

BID PROPOSAL FORM

BID PROPOSAL FORM GENERAL BID INFORMATION EXHIBIT A PROJECT BID PROPOSAL FORM (ATTACHMENT FOR FORM NO. 96) A. Bidder:. B. Project Name: Parking Lot Remediation #15-01-192 C. Project Location: 1501 W. Washington Street,

More information