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

Similar documents
PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

PUBLIC WORKS DEPARTMENT

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

Steve A. Kent Purchasing Agent (870)

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Main Building Auditorium

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Invitation for Bid - Standard Office Furniture / Task Chair

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

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

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

BID PROPOSAL CONTRACT NO. AOPC

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

SECTION BID FORM. Garfield Street Drainage Improvements

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

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

DOCUMENT BID PROPOSAL

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

2. Clarification: The building address is 801 Henderson Street.

Bidding Conditions Attachment C

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

BID Addenda No. Date Issued Addenda No. Date Issued

ADDENDUM NO. 1. City of Fort Worth

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

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

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Project Location: 2220 E. League City Parkway, League City, Texas 77573

City of Eagle Point 2017 Paving Instruction to Bidders

Newport News Public Schools

CITY OF MARSHALL, MINNESOTA

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms

Addendum No. 1 Page 1 of 2

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

THE CITY OF MT. PLEASANT, MICHIGAN

Terminal A Flyover & TRIP Bridge Retro Contract Number

Questions and Answers Project RFQ Bond Program Management Services

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

ENGINEERING BUILDING ROOF REPLACEMENT

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

ADVERTISEMENT TO BID PARTIAL

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

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

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

PAWLEYS ISLAND TOWN HALL

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

DOCUMENT BID FORM. Village of Middle Point

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.


HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

Finance & Technology Administrator (815) ext 223

Bowman Outside Plant Splicing Project

INVITATION FOR BID (IFB):

ADVERTISEMENT FOR BIDS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

Generator for Maintenance/Police Complex

FENCING AND FENCE REPAIR

DEAN + TYLER + BURNS ARCHITECTURE

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

John Barton Architect, LLC

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

Transcription:

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 for Bids for the above is hereby revised as follows: Technical Specification Revisions 1. N/A 1. N/A Plan Sheet Revisions Schedule Revisions 1. Revised Deadline for Questions from November 17, 2017 5:00pm to December 13, 2017 5:00pm. 2. Revised issue Addenda Deadline from November 27, 2017 to December 22, 2017. 3. Revised Bid Opening Date from December 4, 2017 10:30am to January 8, 2018, 1:00pm. 4. Revised Airport Board Action from January 2018 to February 2018. 5. Revises Estimated Notice to Proceed from January 2018 to February 2018. RFB Revisions 1. Appendix 1 Bid Detail is replaced with the attached and revised as detailed below: a. Paragraph 5) is changed to correct the Prevailing Wage Rates from TX170027 to TX170035. b. Paragraph 14) is revised to include acknowledgement of this Addendum No.2. 2. Appendix 8 Solicitation Schedule has been replaced with the attached and revised as detailed in this Addendum No.2 Schedule Revisions. Contract No. 9500498 Page 1 of 7 Addendum No.2 11/30/17

Solicitation Questions (Q) and Answers (A) 1. (Clarification) Additional questions where received and are in review to be incorporated into Addendum No.3. 2. (Q) With reference to Sheet SS110 the table of quantities shows 44,700 lbs of structural steel. Where is the bid item for this structural steel quantity? (A) The amount of Structural Steel (44,700) is the combined weight of the Stiffeners and the Shear Studs. The actual amount is broken-out in Bid Items 25 & 26. 3. (Q) Does the approach slab quantity include the inlet quantities? 4. (Q) Will the reinforcing steel for the Bridge Deck and Curb be Epoxy coated? 5. (Q) How will the airport handle the request for a lane closure that might conflict with a lane closure of an adjacent project? Will there be a priority of which project will be given precedence among the various ongoing projects in the area? (A) Coordination between adjacent projects will be required as identified in specification 01 11 00 section 1.09. 6. (Q) - Reference bid item 5 - Permanent Pavement marking 18,000 SF - please provide information on how the pay quantity was determined. Our calculations do not coincide with the pay item amount. (A) - Quantities include limits shown on Sheet G 105 and detailed on Sheet G 107. 7. (Q) - Specification Section "01 20 10 Part 3.03 A. 1.a discusses compensation for outside rentals. The section only allows for additional rental time, but if the work is suspended and the contractor loses that shift of production, will the Airport compensate the contractor for additional costs such as mobilizations and any consumables that are a direct result of such cancellation of the work assuming that the contractor can prove such costs? (A) Payment for materials is defined in Technical Specification Section 10 20 10 Standby Time Allowance, 2.1 Payment for Impact to Materials. Additional Compensation for crew time is defined within each subsection of 3.03 Additional Compensation. 8. (Q) - Reference Specification 01 57 19.26 - Concrete Slurry Waste - Please provide the approved method of disposing of concrete slurry waste in either liquid form or hardened form. (A) Contractor shall dispose of slurry waste in accordance with specification 01 74 19, Construction Waste Management and Disposal. 9. (Q) - Numerous locations (specifically on plan sheet G103) reference "Contractor", "PM", and "CM". Would you please identify who each of these references are. (A) See Specification 00 01 08 1, Contacts. 10. (Q) - Plan sheet G103 General Note #8 references "The West Cargo Gate Access Code 136 Matrix Curriculum". Please provide this curriculum and all other requirements for using gate 148/149. (A) Go to https://www.dfwairport.com/drive/index.php and click West Cargo Driver Certification. Contract No. 9500498 Page 2 of 7 Addendum No.2 11/30/17

11. (Q) - Reference the welding and installation of girder stiffeners. Is testing of the welds for the girder stiffeners required? If yes, please provide test method and indicate if contractor is to pay for these tests. (A) Welding test requirements are indicated in TxDOT Specification 441. 12. (Q) - Will construction equipment be allowed to travel across the bridges prior to demolition of the bridge decks? Will construction equipment be allowed to travel across the bridges after the new concrete has been placed and achieved the design strength? (A) Yes to both questions. 13. (Q) - Does the debris shield need to remain in place until the new concrete deck has been placed? See Sheet SS 105, Note 8. 14. (Q) - Can you get from abutment to abutment inside the steel tub girders? Is there access through the 54 transverse girder web, located at each bent? (A) Refer to the existing bridge plans uploaded via Addendum #1. However, the Contractor must verify the access in the field. 15. (Q) - In calculating compensation for Standby Labor, is the contractor to use the rates as documented on the certified payrolls? 16. (Q) - Please reference details "Curb Section" and Section AA of Sheet SS109, Section B of Sheet SS115 (specifically for the Approach Slab curb Section), and Sections AA and BB of Sheet ES301. Each sheet shows a different type of construction joint for the curb section. Understanding that Section B of Sheet SS115 is for the approach slabs, can we use this same construction joint sequence for the entire bridge section? If not, please confirm which detail should be used for the bridge section of curb and light sections. (A) The Curb Sections shown on sheet SS 109 match those shown on ES 301. On sheet SS 109, Section A-A is taken at a light support; the Curb Section is typical elsewhere. 17. (Q) - Please reference specification section 01 11 00 1.04A1 concerning coordination with DART. This sections specifically states that the contractor should allow 90 days for coordination with DART for submittal and approval of work plans and protection of DART facilities for "High Risk Activities". The project milestones only allow for 60 days of upfront time to coordinate with DART for approval of debris shields, "Right of Entry" document execution, etc., and no work on the project may be started that falls within the 45LF work zone on each side of the DART Tracks (90' total which is the 40 ROW plus 25lf each side). Does DFW Airport intend to start tracking time on the contract before DART approves the debris shield design and work plans if the coordination with DART effort goes beyond the 60 day allowable window as specified in the contract? 18. (Q) - Will all subcontractors be required to have the AOA level of insurance outlined in section 3.0 D of the Special provisions shown on page SP-20. (A) - Yes, in accordance with the agreement, the prime contractor accepts the responsibility of insuring all of their subcontractors and subcontractors thereof are in compliance with the insurance terms of the agreement. Contract No. 9500498 Page 3 of 7 Addendum No.2 11/30/17

19. (Q) - Where will the work of removing and reinstalling the blast shield be paid for? (A) The work related to the first blast shield panel labeled as transition panel on sheet SS 105 will be paid for under bid item SP-TX-496-DFW1. 20. (Q) - Where should the work for fabricating and Installing the angle-bent plate combination shown on detail A (shaded red in the illustration) be paid for? (A) This is included in the Structural Steel weight shown on SS 110 21. (Q) - The 20% DBE goal for this project appears unrealistic considering the scope of the project. This is especially true since 20% of the project volume is tied up in allowances. Would DFW consider lowering the goal to 10% which will still be difficult to achieve. (A) Under Part 26, BDDD establishes a contract-specific goal for each Contract. The specific goal for this Contract is stated in the Advertisement and Invitation to Bid. In order to comply with the proposal requirements of Part 26, a Contractor must either meet the DBE contract-specific goal or demonstrate that the Contractor has made sufficient good faith efforts to meet the specific goal. If the Contractor will not meet the DBE goal, it shall nevertheless be eligible for award of the Contract if it can demonstrate to BDDD that it has made good faith efforts to meet the DBE goal. This good faith effort documentation must be submitted with the Contractor's bid or proposal. 22. (Q) - What are the requirements for fire watch in order to obtain a permit from the DFW Department of Public Safety for hot work activities (cutting, welding, grinding, or open flame operations) as noted in specification 01 11 00 Summary of Work? (A) Go to https://dfwairport.com/development/index.php and click Contractors Hot Work Permit. Contract No. 9500498 Page 4 of 7 Addendum No.2 11/30/17

23. (Q) - Technical Spec P-620 Runway and Taxiway Marking requires the new concrete bridge deck to cure for 8 to 12 weeks before installing permanent markings. Is it acceptable to install temporary markings in order to open the Taxiway in the required 210 calendar days and install the permanent markings before Final Contract Completion? However all temporary markings will be considered incidental to P-620-1. 24. (Q) - Appendix A in the Technical Specs, item #12 requires Contractor to pay DART for actual costs DART incurs related to or arising out of the work. Please specify the costs that DART will incur relating to the work. (A) Costs required for this work will be included in bid item 01 21 00-2. 25. (Q) - Plan sheet SS 106 does not show dimensions of the top flanges, lengths of the new angle, and does not provide a scale. In order to accurately account for the amount of surface prep and welding on the project will the Airport provide shop drawings of the existing tub girders to the bidders? (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 26. (Q) - Plan sheet SS 106 shows end treatments to the existing plates and stiffeners on the exterior girders that do not receive new stiffener extensions. Is this work required or is it an error? (A) The required limits of work are shown correctly on the plans. 27. (Q) - If we are working can crane booms be in the air at night as long as they are properly lighted. (A) No. Refer to plan sheet G 106 notes 8 and 9. 28. (Q) - Will The analysis of the DBE s availability that DFW referenced in the prebid be available. (A) BDDD and the Texas Department of Transportation (TxDOT) maintain a current listing of certified DBEs. Bidders and proposers must utilize these Directories to assist them in locating DBEs for the work required on the Contract. The DBE Directories are located at: http://www.dot.state.tx.us/business/tucp/default.htm https://dfw.diversitysoftware.com/frontend/vendorsearchpublic.asp 29. (Q) - Are the 1000 per hour taxiway and the 17,000 per day substantial completion additive to make $41,000 per day total for missing substantial completion. (A) Liquidated Damages are defined in the Special Provisions 1.0 Liquidated Damages Construction under items A, C, and D. Each is separate and independent from each other. 30. (Q) - Reference Bid Item 41 - Debris Shield & DART Allowance: Specification TX-496-DFW describes the requirement for the debris shield over the DART Light Rail lines to be approved by DART, do the remainder of the debris shields need to be approved by DART? (A) No. 31. (Q) - Will DBE certification status be determined as of the bid date or the contract execution date? (A) - The Contractor must submit a properly completed DBE certificate or letter, with all required attachments, for all DBEs proposed to be utilized as subcontractors or suppliers to meet the Contract goal at the time of bid/proposal submission. A firm must be certified as a DBE by the TUCP at the Contract No. 9500498 Page 5 of 7 Addendum No.2 11/30/17

time of bid or proposal submission to be counted towards meeting the goal for purposes of determining Contract award. 32. (Q) - Will selected DBEs be required to maintain DBE certification through completion of their work on the project to receive credit for DBE participation? (A) - The Contractor shall not count the dollar value of work performed under a Contract with a firm after it has ceased to be DBE certified, except where the DBE is no longer certified because it has exceeded the size standard, pursuant to 49 C.F.R. 26.87(j)(3) or applicable regulation 33. (Q) - Please see Sheet SS 107, detail called out as Weld Repair. Please provide elevations of both sides of the tub girder web - to - transverse girder connection so that we may determine if there are any stiffeners, bolts or other interferences to accomplish this work as well as take off the possible length of cracked weld. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 34. (Q) - Please see Sht. 105 Debris Shield Schematic. Please provide original shop drawings and/or erection drawings of the steel tubs so that we may calculate the sf of debris shield. It is important that we determine the cant of the girder webs and avoid interference with internal stiffeners. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 35. (Q) - Please see Sht. SS 106, Sections A-A and BB. Please provide shop drawings of typical tub girders to determine the length of the new reinforcing angle 2-1/2 x 2-1/2 x 1/2. (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 36. (Q) - Can you provide a plan view of the two bridges showing locations of access holes to the inside of the tubs so that we may drill holes from the inside of the tubs for the shielding for safety reasons? (A) See existing bridge plans uploaded via Addendum #1 for information pertaining to the existing bridge. 37. (Q) - Does the debris shield need to remain in place until the new concrete deck has been placed? 38. (Q) - At the prebid meeting, it was mentioned that DFW will require certain contractor personnel (escorts?) to have radio communications. Please advise us what radio system is required, who is required to have radio communications, radio purchase and or lease cost, what training is required to operate the radios and any associated costs. (A) Radio communication is only required for aircraft movement area access for use by CMAEs and flaggers. See specification 01 35 13 for additional requirements. 39. (Q) - Does the independent estimate of $10,217,275 referenced in the Instructions to Bidders include the $2,125,000 for the allowances as shown on the bid form? Contract No. 9500498 Page 6 of 7 Addendum No.2 11/30/17

40. (Q) Please confirm that DFW Airport is only accepting DBE Firms that are certified with NCTRCA and TXDOT for the above captioned project, correct? We are looking at other DBE firms but are certified with the City of Houston. Just want to make sure we get this right? (A) A DBE must be certified as a DBE by an approved entity of the Texas Unified Certification Program at the time of bid or proposal submission to be counted towards meeting the contractspecific goal. Other certifications are not acceptable. Contract No. 9500498 Page 7 of 7 Addendum No.2 11/30/17

Appendix 1 Bid Detail Contract No. 9500498 Taxiway Y Bridge Reinforcement for Group VI Aircraft 1) This is a solicitation for bids on the construction of the project detailed in the contract documents of Appendix 5 The Agreement. The Contractor shall be responsible for reviewing all existing conditions associated with the work prior to commencement of work activities. 2) The Board reserves the right to reject any bid for any reason, including if, on the face of the bid received, it is clear that acceptance of the bid would not comply with any applicable bidding laws, rules, or regulations. 3) The undersigned Contractor, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm, or corporation; that he has carefully examined the Bid Requirements, all incorporated references and Appendices, and the conditions and classes of materials of the Work; and will provide all the necessary supervision, labor, machinery, tools, supplies, equipment, transportation and other facilities, apparatus, and other means of construction and will do all the Work and furnish all the materials called for by such, in the manner prescribed therein and according to the requirements therein set forth, and to perform all other obligations imposed by the Contract Documents for the prices named in the Bid Schedule hereinafter appearing. 4) It is understood and agreed that if awarded the Contract, the Work will commence within ten (10) calendar days after the date of the Notice to Proceed and that the total Work will be completed in accordance with the Schedule of Construction set forth herein. 5) It is further understood that the Prevailing Wage Rates TX17002735 revised 01/06/2017, issued by the Department of Labor as established by law are to govern the Work. The Contractor certifies that he has examined the wage rate determination and that prices bid are based on compliance with said determination. 6) Accompanying this Bid is the required Bid Guaranty consisting of Bid Bond or Cashiers' Check in the amount of five percent (5%) of the total Bid, or in the case of bid alternates, five percent (5%) of the highest total Bid. The certified check accompanying a Bid shall be returned to the Contractor upon execution of the Contract. 7) In the event of the award of a Contract, the undersigned will deposit with the Board a Contract Performance Bond and a Payment Bond as required by the Contract Documents, guarantying faithful performance of the Contract, and any payment of all labor, materials and other sundry items, in accordance with the Contract Documents, and will deliver certificates of insurance evidencing insurance required by the Contract Documents. 8) The Work proposed to be done shall be fully completed and finished to the entire satisfaction of the Board. 9) The undersigned certifies that the price contained in this Bid has been carefully reviewed and is submitted as correct and final. 10) In conformity with the Special Provisions, the amount of liquidated damages for this Contract shall be as shown in Article 1.0, of the Special Provisions. 11) Ancillary/Integral Professional Services Contractor certifies that in selecting an architect, engineer or land surveyor, etc., to provide professional services, if any, that are required by the specifications, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis Contract No. 9500498 Page 9 of 25 Rev 03/02/17 Request for Bid

of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254-004 of the Texas Government Code. 12) Certification of compliance with the provisions of Section 2254-004 of the Texas Government Code: 13) Certificate Regarding Debarment And Suspension By submitting a bid/proposal under this solicitation, the Contractor or offeror certifies that at the time the Contractor or offeror submits its bid/proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. 14) Receipt is hereby acknowledged of the following Addenda to the Contract Documents: Addendum No. 1 Date Received 11/06/17 Addendum No. 2 Date Received 11/30/17 Addendum No. 3 Date Received Addendum No. 4 Date Received Addendum No. 5 Date Received Ack. By Ack. By Ack. By Ack. By Ack. By 15) Summary of Bid a. Base Bid Contractor agrees to construct Contract No. 9500498, Taxiway Y Bridge Reinforcement for Group VI Aircraft, in accordance with the contract terms, plans and specifications and to complete the work within Two Hundred Seventy (270) consecutive calendar days for substantial completion (which includes Sixty (60) consecutive calendar days for mobilization), with an additional Sixty (60) consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule and Unit Prices attached hereto, for the following amount: BASE BID PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Base Bid... $ DOLLARS and /100 ($. 16) The contract, if awarded, shall be to the lowest responsive, responsible Contractor whose bid, conforming with all materials terms and conditions of the invitation for bids, is the lowest in price. 17) When alternates are used, the Board reserves the right to Contract for any combination of Base and or Alternates stated, or none of the above. Contractor must bid on the base and all alternates. Bids addressing only the base or alternate items will be considered non-responsive. 18) The Contractor shall complete the following statement by checking the appropriate space. a. The Contractor has has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. b. The Contractor has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. Contract No. 9500498 Page 10 of 25 Rev 03/02/17 Request for Bid

c. If the Contractor has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Contractor shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. d. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee,1800 G Street, Washington, DC 20506. e. ( ) The below listed firm is a Disadvantaged Business Enterprise (DBE / M/WBE). NAME OF CONTRACTOR/CORPORATION: CONTRACTOR'S ADDRESS: CITY, STATE, ZIP: PHONE NO.: PRINTED NAME & TITLE OF PERSON SIGNING BID FEDERAL I.D. NUMBER SIGNATURE: (Seal, if bid by a Corporation) Contract No. 9500498 Page 11 of 25 Rev 03/02/17 Request for Bid

Appendix 8 Solicitation Schedule Advertisements Bid Documents, Plans and Specifications available on website Pre-Bid Conference DCC Rm 112 Site Visit after Conference Taxiway Y Bridge Reinforcement for Group VI Aircraft CONTRACT NO. 9500498 September 29, 2017 August 1, 8, 15, 2017 September 29, 2017 October 10, 2017, 3:00pm Deadline for Questions November 17December 13, 2017, 5:00pm Issue Addenda (if applicable) November 27December 22, 2017 Bid Opening DCC Rm 112 December 4, 2017, 10:30am January 8, 2018, 1:00pm Airport Board Action January February 2018 Estimated Notice to Proceed January February 2018 Estimated Contract Duration 330 Calendar Days Bid Packages in response to this RFB must be received by Board s Program Solicitation Manager, Travis Sanderfer, at the following address: Design, Code and Construction Department, 3003 South Service Road, DFW Airport, Texas 75261, no later than listed due date and time above. Any Bid Package received after this time will not be considered and will be rejected and returned. Solicitation Questions All e-mails must be addressed to DFWAirportSolicitations@DFWAirport.com and include in the Subject Line Questions Regarding Agreement No.9500498 Taxiway Y Bridge Reinforcement for Group VI Aircraft. Questions received after the designated submittal date will not be considered. Contract No. 9500498 Page 25 of 25 Rev 03/02/17 Request for Bid