ADDENDUM NUMBER THREE

Size: px
Start display at page:

Download "ADDENDUM NUMBER THREE"

Transcription

1 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 Bidders Date: Friday uly 13, 2018 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this addendum in the space provided on the Bid Form (B-4) AND by acknowledging receipt of this Addendum by returning the attached Acknowledgement Form (Attachment A) via fax, or mail. FAILURE TO DO SO MAY SUBECT A BIDDER TO DISQUALIFICATION. BIDDING REQUIREMENTS The project Bidding Schedule has been revised as follows: o uly 17, 2018: Last day for questions o uly 20, 2018: Addendum 4 o uly 30, 2018: Bids Due 2:00pm o uly 30, 2018: Bid Opening 2:00pm SPECIFICATIONS AND CONTRACT DOCUMENTS GENERAL REQUIREMENTS o Delete Section 01010, Summary of Work in its entirety and replace with the attached Section o The Engineer s Critical Path Method Schedule is attached as Attachment A to the Summary of Work for reference only. The successful bidder will be responsible for submitting a detailed construction schedule in accordance with Sections 80 and 100 of the General Provisions. DRAWINGS o Delete Sheet G-101 and replace with the attached Sheet G-101. END OF ADDENDUM NUMBER THREE Addendum No. 3 Page 1 of 2

2 ATTACHMENT A ACKNOWLEDGEMENT FORM Contract Supervisor, I, (we) am/are returning this acknowledgement to your office as a receipt to the following Addendum: PIEDMONT TRIAD INTERNATIONAL AIRPORT RUNWAY 5R-23L REHABILITATION PROECT, CONSTRUCTION PHASE 3 ADDENDUM NO. 3 Company Name BY: Recipient s Signature Date: This acknowledgement must be returned to: Heather Leopardi Michael Baker Engineering, Inc. 200 Centreport Drive, Suite 350 Greensboro, NC Phone: (412) Fax: (412) hleopardi@mbakerintl.com Addendum No. 3 Page 2 of 2

3 Piedmont Triad International Airport Runway 5R-23L Rehabilitation Project, Construction Phase 3 SECTION SUMMARY OF WORK PART 1. GENERAL 1.01 RELATED DOCUMENTS: Contract Drawings, General Provisions, General Requirements, and other Provisions and Specifications apply to work of this section PROECT IDENTIFICATION: Project name is: Runway 5R-23L Rehabilitation Project, Construction Phase 3, as shown on Contract Documents prepared by Michael Baker Engineering, Inc. Drawings and Specifications dated une 1, CONTRACT DOCUMENTS: The Contract Documents indicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requirements and conditions that are indicated on the Contract Documents include, but are not necessarily limited to the following: a. Existing site conditions and restrictions on use of the site. b. Mandatory staging/sequencing. c. Requirements for partial utilization of various elements prior to substantial completion of the work. d. Work to be performed concurrently by the Owner SUMMARY BY REFERENCES: Work of the Contract can be summarized by references to the Contract, General Provisions, General Requirements, Specifications, Drawings, and Addenda and Modifications to the contract documents issued subsequent to the initial printing of this Project Manual, including but not necessarily limited to printed material referenced by any of these. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions, and other forces outside the contract documents CONSTRUCTION TIME: a. Time Schedule: The work as described by the contract specifications and as shown on the plans shall be completed and ready for use by the Owner no later than the number of days shown below from the Notice to Proceed (NTP) date: Contract Time for Phase I: 65 calendar days Total Contract Time: 95 calendar days The time schedule for completion of this project is critical and liquidated damages as prescribed in the Contract will be enforced. The Engineer s Critical Path Method Schedule is attached as Attachment A to the Summary of Work for reference only. Schedule assumptions include the following: Phase 1 (Full Runway Closure) assumes 2-10 HR shifts, 6 days per week 2 mill machines are assumed for milling operations 2 pavers are assumed for paving operations Summary of Work ADDENDUM

4 Runway 5R-23L Rehabilitation Project, Construction Phase 3 Piedmont Triad International Airport Phase II (Runway Closed 7AM to 7PM) assumes 1 crew per 12 HR day b. Material Delivery: Upon approval of the bid and securing the necessary funding by Owner, the Engineer will issue a Notice-of-Award. Subsequent to the Notice-of-Award, the Engineer will issue an Administrative Notice-to-Proceed. Upon receipt of the Administrative Notice-to-Proceed, the Contractor may begin to order materials necessary for construction of the project. The Contractor shall furnish documentation confirming order date and material delivery date LIQUIDATED DAMAGES: The Owner and the Contractor recognize that time is of the essence in the performance of this Contract by the Contractor and that the Owner will suffer financial and other loss if the Work is not completed within the times specified in Section 1.05, both as to Phase 1 and as to the total contract or if, during Phase II, the runway is not ready to be reopened by 7 PM of each work day. The Owner and the Contractor also recognize that the losses the Owner will suffer in any such case would be difficult to quantify. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner the following sums: For each calendar day that any of the Phase I work remains uncompleted after the Contract Time for Phase 1 has expired, the Contractor shall pay the Owner $5,000; For each calendar day that any Work on the total contract remains uncompleted after the Contract Time for the total contract has expired, the Contract shall pay the Owner $3,000; and If, on any day during Phase II, the Contractor fails to take the necessary measures to reopen the runway by 7PM, the Contractor shall pay the Owner $500 for each 30 minute period that the runway remains closed due to the Contractor's failure, and for any additional period of less than 30 minutes that the runway remains closed. For purposes of this Section: The Contract Time shall include all extensions and adjustments provided for in Subsection of the General Provisions; The liquidated damages assessed above shall be cumulative, and the liquidated damages for failure to complete the total contract shall be assessed in full even though the total contract delay is due in whole or in part to a Phase I delay for which liquidated damages are also assessed. Work shall be deemed to be uncompleted until final completion has been achieved except as to punch list items that do not prevent the re-opening of the runway or materially interfere with its use. The Contractor shall complete all such punch list items determined by the Owner and the Engineer within thirty (30) consecutive calendar days from the date of Final Inspection. Failure to do so will result in liquidated damages of $3,000 per day beyond the thirty (30) day period. The Contractor agrees that the liquidated damages to be paid to the Owner may be deducted from any amounts otherwise due the Contractor, as provided in the General Provisions CONCURRENT WORK BY OWNER: a. Overlapping Work: The work to be performed may overlap work by others to be performed concurrently. Each Contractor shall coordinate and schedule his work with the knowledge that each Summary of Work

5 Piedmont Triad International Airport Runway 5R-23L Rehabilitation Project, Construction Phase 3 may be working the same area simultaneously. Each Contractor will be expected to cooperate with the Engineer, Owner, and other Contractors in the completion of the work. b. Disputes: Any disputes arising between the Contractors will be decided by the Engineer, whose decision will be final. c. Coordination: Contractors shall coordinate their schedules and work activities very closely, including holding weekly meetings in the presence of the Engineer s onsite representative. Contractors must cooperate with each other, including working around each other s work activities. Potential delays as a result of lack of coordination will not be considered grounds for claim for additional time extensions and/or additional compensations CONTRACTOR USE OF PREMISES: a. Use of the Site: The Contractor shall confine his operations at the site to the areas permitted under the Contract. Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work while engaged in project construction. b. Open Passage: Keep existing drives, entrances, and air operations areas designated to remain open, clear and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. c. Storage: Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer s approval. d. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place WORK RESTRICTION: a. NAVAID Areas: During the time of construction, the Contractor may be restricted from working in or around certain essential electronic navigational aids necessary to the safe operation of the airport. The Contractor is hereby notified that the Engineer may restrict construction operations in those areas closest to the active runway and taxiways. b. Radio Communication: Contractor shall maintain two-way radio communication with the Airport air operations personnel, on their frequency, at all times during construction. Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel, including flagmen, to continuously monitor the radio. All radios shall be as specified in Section 01510, Temporary Facilities. c. Notice to Airmen (NOTAMS): The Contractor shall provide the necessary information on construction conditions so that the Owner can advise the Flight Service Station to issue a NOTAM in accordance with the established criteria. All requests for NOTAMS for taxiway closures shall be made at least 72 hours in advance (not including weekend) by the Contractor to the Engineer. All requests for closure of a runway or for moving into a phase that requires the closure of a Summary of Work ADDENDUM

6 Runway 5R-23L Rehabilitation Project, Construction Phase 3 Piedmont Triad International Airport NAVAID shall be made at least seven (7) days in advance (not including weekends) by the Contractor to the Engineer. d. Turf Restoration: All non-paved areas that are disturbed by the Contractor s work, staging area, haul roads, etc. shall be reseeded and restored to original condition by the Contractor. Except where otherwise specified, there will be no separate pay item for this work; it will be considered incidental to and included in the price bid for Section 01000, Mobilization. e. Security: Contractor shall provide security within his construction area and shall keep all unauthorized personnel out. f. Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the existing runways, taxiways, or aprons as part of the haul road unless authorized in writing by the Engineer. g. Access Points: All construction traffic shall enter and exit the project area only through the project access point(s) shown on the plans or approved by the Engineer. Project access locations are limited and vary dependent upon contract phasing. Contractor shall review the project plans prior to submitting bid and shall fully understand all ramifications of limited access locations and limited availability when formulating each bid submitted. Contractor will be responsible for the security of entrance gates under use by any of its forces. h. Construction Stakeout: The Contractor shall perform construction stakeout in accordance with Article of the General Provisions. i. Haul Route: The Contractor shall be responsible for establishing haul routes suitable for supporting all necessary transportation and construction equipment for the duration of the project. Any existing roads or other areas that are used as part of the haul route shall be restored to their original condition after completion of the project. The Contractor will be responsible for all cleanup operations of debris that may be on the haul route and for watering and/or other dust preventive measures to preclude fugitive dust from affecting buildings, occupants, or airfield operations. No separate payment will be made for seeding or mulching, or pavement restoration; such costs will be incidental to and included in the price bid for Section 01000, Mobilization. j. Airfield Safety Devices: Contractor shall maintain all airfield safety devices such as staked limit lines for the duration of the project as required. Damaged stakes or flagging shall be replaced immediately. k. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet airport requirements for marking and lighting. l. Contacts During Non-Working Hours: For the duration of the project, the Contractor shall designate a list of authorized individuals in a prioritized order, to be on 24-hour call, and these individuals shall be equipped with a beeper and cellular phone. These individuals shall be able to respond to any situation arising out of the performance of the work on this project, particularly during nighttime hours, and shall respond and be on the project site within one hour after the phone call or beep. m. Airfield Pavement Cleanup: The Contractor shall promptly clean any and all debris arising from the project work that is left on operational airfield pavement. Any debris attributable to the Contractor found to be a hazard to aircraft may be removed by the Owner. A fee of $250/hour will Summary of Work

7 Piedmont Triad International Airport Runway 5R-23L Rehabilitation Project, Construction Phase 3 be assessed to the Contractor for all such cleaning and will be deducted on the next Contractor pay request COORDINATION: The work of this Contract includes coordination by the Contractor of the entire work of the project, including preparation of general coordination drawings, diagrams and schedules, and control of site utilization, from beginning of construction activity through project close-out and warranty periods PARTIAL OWNER OCCUPANCY OR USE: The Owner reserves the right to use completed and accepted work provided such use does not interfere with completion of other work. Such use will not affect warranty stipulations addressed elsewhere in the contract documents. PART 2. PRODUCTS (Not Used.) PART 3. EXECUTION 3.01 MEASUREMENT AND PAYMENT: Except as otherwise specified, no separate measurement or payment will be made for work set forth in this section; such costs will be considered as incidental to and included in the price for Section 01000, Mobilization, or other items as appropriate. END OF SECTION Summary of Work ADDENDUM

8 ID Task Name Calendar Days Start Finish 1 Qtr 1, 2019 Qtr 2, 2019 Qtr 3, 2019 vembe DecemberDecembe December anuary 1 anuary 11anuary 21 February 1February 1Februar March 1 March 11 March 21 April 1 April 11 April 21 May 1 May 11 May 21 une 1 une 11 une 21 uly 1 uly 11 uly 21 August 1 August 11August 21 Septembe 11/25 12/2 12/9 12/16 12/23 12/30 1/6 1/13 1/20 1/27 2/3 2/10 2/17 2/24 3/3 3/10 3/17 3/24 3/31 4/7 4/14 4/21 4/28 5/5 5/12 5/19 5/26 6/2 6/9 6/16 6/23 6/30 7/7 7/14 7/21 7/28 8/4 8/11 8/18 8/25 9/1 9/ 2 BP-3 TOTAL PROECT DURATION - CRITICAL PATH METHOD SCHEDULE 277 Sat 12/1/18 Tue 9/3/19 3 PRECONSTRUCTION PHASE 182 Sat 12/1/18 Fri 5/31/19 4 Includes submittals, construction schedule, ordering materials, mobilization, etc. 182 Sat 12/1/18 Fri 5/31/19 5 PHASE I STA to FULL RUNWAY CLOSURE (ASSUMES 2-10 HR SHIFTS PER DAY, 6 DAYS PER WEEK) 65 Sat 6/1/19 Sun 8/4/19 6 Electrical Demolition 13 Sat 6/1/19 Thu 6/13/19 7 Demolish Lights 13 Sat 6/1/19 Thu 6/13/19 8 Remove Conduit 7 Sat 6/1/19 Fri 6/7/19 9 Runway Underdrain 33 Tue SAMPLE 6/11/19 Sat 7/13/19 ENGINEER'S SCHEDULE 10 Underdrain Installation 33 Tue 6/11/19 Sat 7/13/19 11 Mill Existing Pavement 10 Sat 6/1/19 Tue 6/11/19 12 Pavement Milling (Assumes 2 milling machines per day) 10 Sat 6/1/19 Tue 6/11/19 (for reference only) 13 Install Runway Electrical System Infrastructure 38 Mon 6/3/19 Thu 7/11/19 14 Conduit Installation 37 Mon 6/3/19 Wed 7/10/19 15 Bottom Base Section Installation 37 Mon 6/3/19 Wed 7/10/19 16 Concrete Backfill 37 Tue 6/4/19 Thu 7/11/19 17 Bituminous Surface Course 24 Thu 7/11/19 Sun 8/4/19 18 Test Strips 2 Thu 7/11/19 Sat 7/13/19 19 P-401 Placement (Assumes 2 pavers 19 Sat 7/13/19 Thu 8/1/19 per day) 20 Temporary Pavement Markings 3 Thu 8/1/19 Sun 8/4/19 Project: GSO Phase 3 Schedule Date: Wed 7/11/18 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1

9 ID Task Name Calendar Days Start Finish 21 Install Top Sections and Fixtures 11 Tue 7/23/19 Sat 8/3/19 Qtr 1, 2019 Qtr 2, 2019 Qtr 3, 2019 vembe DecemberDecembe December anuary 1 anuary 11anuary 21 February 1February 1Februar March 1 March 11 March 21 April 1 April 11 April 21 May 1 May 11 May 21 une 1 une 11 une 21 uly 1 uly 11 uly 21 August 1 August 11August 21 Septembe 11/25 12/2 12/9 12/16 12/23 12/30 1/6 1/13 1/20 1/27 2/3 2/10 2/17 2/24 3/3 3/10 3/17 3/24 3/31 4/7 4/14 4/21 4/28 5/5 5/12 5/19 5/26 6/2 6/9 6/16 6/23 6/30 7/7 7/14 7/21 7/28 8/4 8/11 8/18 8/25 9/1 9/ 22 Core for Top Sections 9 Tue 7/23/19 Thu 8/1/19 23 Top Section Installation 8 Wed 7/24/19 Thu 8/1/19 24 Pull Cable 8 Thu 7/25/19 Fri 8/2/19 25 Fixture Installation 8 Fri 7/26/19 Sat 8/3/19 26 PHASE II STA to RUNWAY CLOSED 7AM TO 7PM (ASSUMES 1 CREW PER 12-HR DAY) 30 Mon 8/5/19 Tue 9/3/19 27 Install Top Sections and Fixtures 25 Mon 8/5/19 Thu 8/29/19 28 Core for Top Sections 22 Mon 8/5/19 Tue 8/27/19 29 Top Section Installation 22 Tue 8/6/19 Wed 8/28/19 30 Pull Cable 23 Tue 8/6/19 Thu 8/29/19 31 Fixture Installation 22 Wed SAMPLE 8/7/19 Thu 8/29/19 ENGINEER'S SCHEDULE 32 Grooving and Marking 5 Thu 8/29/19 Tue 9/3/19 33 Pavement Grooving 5 Thu 8/29/19 Tue 9/3/19 34 Permanent Pavement Markings 3 Fri 8/30/19 Mon 9/2/19 (for reference only) Project: GSO Phase 3 Schedule Date: Wed 7/11/18 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 2

10 TW A 1 TW D RUNWAY 5R-23L RUNWAY 5R-23L 250' X 2 G-101 TW A TOTAL PROECT DURATION 95 CALENDAR DAYS TW D CESSNA PHASE I - STATIONS (95 65 CALENDAR DAYS) SERVICE CENTER DR. TW K RUNWAY 5R-23L WILL BE CLOSED DURING THIS PHASE AREA AVAILABLE TO CONTRACTOR 24 HOURS PER DAY TAXIWAYS D, K1, K2, K3, M1, M3, M4, M5, AND A PORTION OF TAXIWAY M WILL BE CLOSED DURING THIS PHASE MILL AND PAVE EXISTING RUNWAY 5R-23L WITHIN PHASE LIMITS MILL AND PAVE EXISTING RUNWAY 5R-23L SHOULDERS WITHIN PHASE LIMITS INSTALLATION OF UNDERDRAIN WITHIN PHASE LIMITS GRADING, SEEDING AND MULCHING ALONG EDGES OF RUNWAY 5R-23L WITHIN PHASE LIMITS REMOVE LIGHT BASES AND LIGHT FIXTURES FROM WITHIN PHASE LIMITS REMOVE CABLE AND CONDUIT WITHIN PHASE LIMITS TRENCH PAVEMENT FOR NEW ELECTRICAL WORK WITHIN PHASE LIMITS EXISTING STRUCTURE ABANDONMENT, ADUSTMENT, REMOVAL, AND/OR REPLACEMENT REPLACE RUNWAY 5R-23L CENTERLINE LIGHTS, CABLE AND CONDUIT WITHIN PHASE LIMITS AND REINSTALL EXISTING FIXTURES REPLACE RUNWAY 5R-23L EDGE LIGHTS, FIXTURES, CABLE AND CONDUIT WITHIN PHASE LIMITS TEMPORARY PAVEMENT MARKING AT THE COMPLETION OF PHASE I, THE RUNWAY MUST BE OPERATIONAL FOR NIGHTTIME OPERATIONS. IN ORDER TO HAVE THE RUNWAY OPERATIONAL THE FOLLOWING MUST BE COMPLETE: 1. THE FINAL PAVED SURFACE 2. TEMPORARY MARKING 3. THE RUNWAY EDGE LIGHT SYSTEM PHASE IA (12 CALENDAR DAYS) 3 3 PHASE IA 3 TW M HAECO TW M1 TW K1 PHASE IC II (RUNWAY CENTERLINE LIGHTING, GROOVING, & MARKING) 1 3 1B TW M2 PHASE IC (MARKING) THE AIRFIELD LIGHTING ASSOCIATED WITH THE CLOSED AIRFIELD PAVEMENTS SHALL BE DE-ENERGIZED WHEN THE PAVEMENT IS CLOSED. THE LIGHTING SHALL BE RE-ENERGIZED WHEN THE CLOSED PAVEMENT IS OPENED TO AIRCRAFT TRAFFIC THE CONTRACTOR SHALL RETURN THE RUNWAY TO THE AIRPORT EACH DAY IN THE SAME CONDITION AS IT WAS GIVEN TO THE CONTRACTOR ALL BARRICADES, EQUIPMENT, CLOSURE MARKERS, AND PERSONNEL SHALL BE IN THE CONTRACTORS STAGING AREA PRIOR TO THE RUNWAY OPENING. IN ADDITION, ALL AIRPORT PAVEMENT INSPECTIONS SHALL BE COMPLETE AND ACCEPTED BY THE AIRPORT PRIOR TO OPENING TO AIRCRAFT TRAFFIC. AIRFIELD INSPECTIONS ARE TO BE CONDUCTED BY AIRPORT PERSONNEL AND THE ENGINEER. GROOVING OF RUNWAY 5R-23L NEW PAVING REMARK ENTIRE PERMANENT PAVEMENT MARKINGS FOR RUNWAY 5R-23L AND TAXIWAY CONNECTORS AS INDICATED ON PAVEMENT MARKING PLANS GRADING, SEEDING AND MULCHING ALONG THE EDGES OF RUNWAY 5R-23L WITHIN PHASE LIMITS RUNWAY 5R-23L CENTERLINE LIGHT TOP SECTION INSTALLATION AND REINSTALLATION OF EXISTING FIXTURES TW M3 PHASE IA TW K2 1A 1B TW M4 HAECO NOTES: 1B TW K3 TW M5 1 G-101 (TYP) 1. RED BARRICADE LIGHTS SHALL BE SOLAR 360 OMNIDIRECTIONAL. 2. BARRICADES SHALL BE INTERLOCKED AND CONTINUOUS, UNLESS OTHERWISE INDICATED; OR DIRECTED BY THE ENGINEER. 3. CONTRACTOR SHALL MAINTAIN BARRICADE LIGHTS AT ALL TIMES DURING CONSTRUCTION. EACH BARRICADE MUST HAVE BOTH LIGHTS OPERATING AT ALL TIMES. 4. BARRICADES SHALL BE HELD IN PLACE BY ENOUGH SANDBAGS TO PREVENT MOVEMENT FROM ET BLAST. SANDBAGS SHALL BE EITHER ORANGE OR WHITE. 1 G-101 8'-0" HIGH INTENSITY RED FLASHING LIGHT SECURED TO BARRICADE (TWO PER BARRICADE) INTERNATIONAL ORANGE AND WHITE STRIPES (BOTH SIDES) LOW PROFILE BARRICADE LOW PROFILE BARRICADE DETAIL NTS PHASE IB TW M SURFACE OF PAVEMENT/GROUND HONDA LEGEND 1B TW K5 TW M6 1A LOW PROFILE BARRICADE INDICATES THE PHASE PIEDMONT TRIAD AIRPORT AUTHORITY 1000A Ted ohnson Parkway Greensboro, NC OFC: (336) FAX: (336) PIEDMONT TRIAD INTERNATIONAL AIRPORT RUNWAY 5R - 23L REHABILITATION - CONSTRUCTION PHASE 3 SAFETY AND PHASING PLAN AND DETAILS REMOVE TAXIWAY M3 PAVEMENT REMOVE TAXIWAY M3 TAXIWAY EDGE LIGHTS REMOVE TAXIWAY M3 SIGNS REMOVE TAXIWAY M3 CENTERLINE MARKINGS LOCATED ON TAXIWAY M GRADING, SEEDING, AND MULCHING TAXIWAY M WILL BE CLOSED BETWEEN TAXIWAY D AND TAXIWAY M4 ONCE WORK IS WITHIN 160 FEET FROM THE TAXIWAY M CENTERLINE. ONCE WORK COMMENCES FOR THIS PHASE, CONTRACTOR HAS 12 CALENDAR DAYS TO COMPLETE THIS PHASE KWO DESIGNED HML CHECKED KWO DRAWN HML APPROVED 3 PHASE 1B (5 CALENDAR DAYS) TAXIWAYS K3 AND M5 WILL BE CLOSED DURING THIS PHASE TAXIWAYS K3 AND M5 CANNOT BE CLOSED AT THE SAME TIME AS TAXIWAYS K2 AND M4 REMOVE EXISTING ELECTRICAL CONDUIT REMOVE EXISTING UNCTION BOXES REMOVE EXISTING ELECTRICAL CABLES INSTALL NEW ELECTRICAL CABLES PHASE IC II STATIONS (5 30 CALENDAR DAYS) ALL WORK IN PHASE II CAN BE PERFORMED CONCURRENTLY WITH PHASE I RUNWAY 5R-23L WILL BE CLOSED 7:00 AM TO 7:00 PM DURING THIS PHASE NOTES: 1. THE CONTRACTOR SHALL FURNISH TWO (2) LIGHTED RUNWAY CLOSURE MARKINGS FOR USE ON THE PROECT. THE CONTRACTOR SHALL MAINTAIN, POSITION, OPERATE, FUEL AND STORE THE MARKERS THROUGHOUT THE DURATION OF THE PROECT. 2. CONTRACTOR TO USE ONE (1) MARKER FOR EACH END OF THE RUNWAY. 3. ONE (1) MARKER SHALL BE PLACED ON THE RUNWAY 5R BLAST PAD 160 FEET FROM TAXIWAY A CENTERLINE. ONE (1) MARKER SHALL BE PLACED ON THE 23L RUNWAY DESIGNATION. 2 G-101 CLOSED RUNWAY MARKER NTS NO. DATE BY 1 6/19/18 HML 3 7/12/18 HML SCALE IN FEET REVISIONS DESCRIPTION ADDENDUM 1 ADDENDUM 3 MICHAEL BAKER ENGINEERING, INC. 200 Centreport Dr. Suite 350 Greensboro,NC OFC: (336) FAX: (336) DATE: SCALE: UNE 1, 2018 AS SHOWN SHEET G-101 REV. 04/25/2016 IF THIS DRAWING IS LESS THAN 22" x 34", IT IS A REDUCED SIZE DRAWING