t f addendum no. 1 - dot.state.tx.us · h.w. lochner, inc. 12750 merit drive suite 570 dallas, tx...
TRANSCRIPT
H.W. Lochner, Inc.
12750 Merit Drive
Suite 570
Dallas, TX 75251
T 214.373.7873
F 214.373.7875
hwlochner.com Addendum No. 1
To: All Plan Holders Airport: Draughon-Miller Central Texas Regional Airport Date: August 20, 2020 Project: Airport Lighting, Runway Markings and Signage Improvements TxDOT CSJ No.: 2009TMPLE ____________________________________________________________________________________ The plans, specifications, and contract documents are modified as described below. All bidders shall acknowledge receipt of this and all other addenda on page 7 of 8 of the revised Bid Form. This addendum becomes a part of the contract documents. All provisions of the original plans, specifications, and contract documents shall remain in full force and effect, except as modified by this addendum. I. Pre-Bid Conference Minutes and Sign-In Sheet
A. Attached are the Agenda and Minutes of the Pre-Bid Conference held on August 13, 2020 with Sign-In Sheet for your use and reference.
II. Contract Document Revisions
A. Delete the Bid Form and replace it with the Revised Bid Form attached herewith. Note that the award of bids will be based on the bid items and quantities as listed in the Revised Bid Form. Any variance in bid submittals from the Revised Bid Form will result in the bid being disqualified.
III. Plans and Specifications Revisions
A. Delete Plans Sheets 003, 004, 006, 009, 51, 104, 105, 200, 203, 204, 206, 208-211, 506 and 603 replace with revised Plans Sheets 003, 004, 006, 009, 51, 104, 105, 200, 203, 204, 206, 208-211, 506 and 603, attached herewith.
B. Delete Specification Item L-109 TRANSFORMER VAULT AND VAULT EQUIPMENT and replace with
revised Specification Item L-109 TRANSFORMER VAULT AND VAULT EQUIPMENT attached herewith.
C. Delete Specification Item L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS and replace with revised Specification Item L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS attached herewith.
2
IV. Questions Received from Bidders and Responses (In Red)
A. Rural Electric
1. Option 1 & 2 Bid item 13 – Removal Direct buried L824C Cable- Will all the direct buried L824C
Cable be removed or only that portion where the new duct banks are installed? Refer to the measurement description 105-6.2 “Demolition of conduit or direct buried cables is limited to areas requiring excavation for construction of pavement or new utilities or associated infrastructure. It is not the intent of this item to provide additional excavation for the sole purpose of electrical infrastructure removal.” Direct buried cables will be removed where the new conduit and duct runs are installed. This includes all stake mount light locations that receive new conduit.
2. Option 1 & 2 Bid Item 15 – Removal of existing #6 counterpoise wire -Will all the direct buried Counterpoise be removed or only that portion where the new duct banks are installed? Refer to the measurement description 105-6.2 “Demolition of conduit or direct buried cables is limited to areas requiring excavation for construction of pavement or new utilities or associated infrastructure. It is not the intent of this item to provide additional excavation for the sole purpose of electrical infrastructure removal.” Counterpoise will be removed where new counterpoise is required to be installed such as parallel with new conduit or duct bank runs such as the stake mount light locations.
3. All duct banks shown on bid list required sand encasement- Please confirm that all new duct banks are sand encased. Confirmed. Ducts will be sand encased.
4. 4-way & 6-way duct bank with sand encasement shows rebar reinforcement on plan details. If the duct banks are sand encased, what is the purpose of the rebar and epoxy? Refer to Addendum No. 1 for updated duct details showing no rebar extensions or epoxy.
5. All RW/TW lights have a 48” diameter concrete collar with fixture ID tag- Please confirm. Confirmed.
6. Drawing 603, Detail 4 shows stainless steel ground rod(s) Typical. Are stainless steel ground rods required for all base cans, pull box and junction can plazas? Please confirm all ground rods are to be stainless steel. Ground rods are to be copper clad steel.
7. Drawings 401/402 Detail 1 (Vault) Key Note 5 “Modify Existing Circuits as Required for Connectivity as related to the new L-854 Radio Controller”- Are modification(s) to the existing ALCMS anticipated or required? There is no ALCMS system. There is only an L-854 radio for pilot control.
B. F&W Electric
1. Base Bid Option- 1 & 2 Item 13. Is the intent to locate and remove 34+ thousand feet of direct
buried cable or remove what is uncovered during construction? Refer to the measurement description 105-6.2 “Demolition of conduit or direct buried cables is limited to areas requiring excavation for construction of pavement or new utilities or associated infrastructure. It is not the intent of this item to provide additional excavation for the sole purpose of electrical infrastructure removal.” Direct buried cables will be removed where the new conduit and duct runs are installed. This includes all stake mount light locations that receive new conduit.
3
2. Base Bid Option- 1 & 2 Item 15. Is the intent to locate and remove 24+ thousand feet of counterpoise or remove what is uncovered during construction? Refer to the measurement description 105-6.2 “Demolition of conduit or direct buried cables is limited to areas requiring excavation for construction of pavement or new utilities or associated infrastructure. It is not the intent of this item to provide additional excavation for the sole purpose of electrical infrastructure removal.” Counterpoise will be removed where new counterpoise is required to be installed such as parallel with new conduit or duct bank runs such as the stake mount light locations.
3. Base Bid Option 1 - Bid Item 40, Should the description be 1-861 T (L) LED Elevated Taxiway Edge installed in existing Base Can? (Not in Existing Pavement) There is a bid item for installing a new fixture in an existing base can and a separate bid item for installing a new fixture with new base can in existing pavement.
4. Plan sheet 605 / detail 2 has a call out with an arrow showing existing asphalt shoulder and same detail P-610 PSI Concrete The bid schedule shows a total of 1 1 lights on existing shoulder. Are these in existing asphalt or concrete? These locations are in existing asphalt shoulder pavement. The backfill for the trench will be P-610 concrete. The top of the concrete will be painted black to match the asphalt pavement. This is all noted on sheet 605.
IV. Construction Plans
A set of Construction Plans will be issued after bidding incorporating all items in this addendum.
V. Attachments
A. Pre-Bid Meeting Agenda and Minutes B. Pre-Bid Meeting Sign In C. Revised Bid Form D. Revised Plans Sheets and Specifications
ADDENDUM NO. 1 ISSUED BY: LOCHNER Robert C. Jutton, P.E. Senior Project Manager, Aviation RCJ/ TBPE Firm Registration No. 14068 Enclosures pc: 14348
I:\AVI\PRJ\000014348\01 - Project\AE\06 - ADDENDUMS\Addendum No. 1\Prebid Meeting Minutes (TEMPLE).doc 1 of 3
DRAUGHON-MILLER CENTRAL TEXAS REGIONAL AIRPORT
CITY OF TEMPLE, TEXAS
BASE BID
Airport Lighting, Runway Markings and Signage Improvements
Option #1: LED Edge Lights
Option #2: Incandescent Edge Lights
TxDOT CSJ No. 2009TMPLE
LOCHNER JOB NO. 000014348
PRE-BID MEETING AGENDA AND QUESTIONS
Thursday, August 13, 2020 at 10:30 a.m. (CDT)
I. Identify Key Personnel:
Sean Parker, Airport Director
David Holmes, Airport Operations Manager
Steve Harp, TxDOT Aviation Division
Bob Jutton, H.W. Lochner
Edgar Luna, H.W. Lochner
Lecette Ferguson, Ferguson Consulting
II. Bidding Process:
A. Time and Location:
1. Proposals will be received until 2:00 P.M. (CDT), Thursday, August 27, 2020, addressed to:
Belinda Mattke
City of Temple Purchasing Department
3210 E. Avenue H, Building C
Temple, TX 76501
Bids received after this time will not be considered. Any bid received after closing time will be
returned unopened.
Proposals will then be publicly opened and read. The bid opening can be listened to by calling
979-307-6962, Conference ID: 574 343 052#. Alternative, interested parties can watch the bid
opening virtually by emailing [email protected] to request a Microsoft Teams Meeting
link.
B. Contract Provisions:
1. Mandatory contract provisions are identified in General Provisions and Supplementary Provisions
of the Contract Documents. The DBE goal for this project is 6% and bidders shall use the
attached DBE participation plan and appropriate commitment agreement form/s and
submit these documents to TxDOT Aviation within 5 calendar days after the bid opening
via email to [email protected]. If the DBE goal is not met, there needs to be substantial
documentation of good faith effort as described in the bid documents in attempts to attain the
DBE goal.
I:\AVI\PRJ\000014348\01 - Project\AE\06 - ADDENDUMS\Addendum No. 1\Prebid Meeting Minutes (TEMPLE).doc 2 of 3
2. This contract is subject to the “Buy American Preferences” of the Aviation Safety and Capacity
Act of 1990. Prospective Bidders are required to certify that steel and manufactured products
have been produced in the United States per the certification included in the contract documents.
3. Minimum wage rates have been predetermined as required by law and are set forth in the Contract
Documents.
4. Bidder shall reference the Aviation Division General Construction Contract Provisions. The
awarded bidder will be required to electronically submit contract documents, pay request forms,
change order requests, certified payroll, DBE/HUB reports and insurance certificates. Signing the
Bid Form certifies that the bidder meets the eGrants minimum system requirements in the
External User Manual found at http://www.txdot.gov/government/funding/egrants-
2016/aviation.html
5. Please read the Bidder Qualifications form regarding providing evidence of Bidder’s competency
and Bidder’s financial responsibility and provide such documentation.
6. The Contractor and his/her Subcontractors will be required to provide certificates of insurance for
at least the minimum amounts specified in the Special Provisions.
7. Bidder shall reference the Aviation Division General Construction Contract Provisions.
C. Contract Proposal Forms:
1. The Bidder must complete the submitted bid on the formatted bid form furnished by TxDOT, with
all blank spaces in the TxDOT bid form correctly typed in for each and every item for which the
quantity is given.
2. Bidder shall sign the bid in ink.
3. Receipt of all addenda shall be acknowledged by the Bidder in the space provided in the bid form.
4. Cashier’s check, money order, or teller’s check drawn by or on a state or national bank, a savings
and loan association, or a state or federally chartered credit union (collectively referred to as
“bank”) in the amount of two percent (2%) of the total bid price stated in the bid, made payable
without recourse to TxDOT Aviation, Agent for the Owner or a bid bond in the same amount
from a reliable corporate surety authorized to do business in the State of Texas and acceptable to
TxDOT Aviation, Agent for the Owner must accompany each bid as a guarantee that the bidder, if
successful, will enter into a contract, and make bond in accordance with the requirements of the
specifications. TxDOT Aviation reserves the right to retain any check, bank money order or bank
draft as liquidated damages in the event the bidder withdraws its bid after the bids are opened and
before official rejection of the bid by TxDOT Aviation/Owner, or, if successful in securing the
award of the contract, the successful bidder fails to enter into the contract and fails to furnish
satisfactory performance and payment bonds.
5. The successful bidder will be required to execute the Contract Agreement, the Performance
Bond and the Payment Bond. The bonds will be in the amount of 100% of the contract price.
I:\AVI\PRJ\000014348\01 - Project\AE\06 - ADDENDUMS\Addendum No. 1\Prebid Meeting Minutes (TEMPLE).doc 3 of 3
III. Project Description:
A. The project consists of:
BASE BID - Airport Lighting, Runway Markings and Signage Improvements
1. Option #1: LED Edge Lights and Signage
2. Option #2: Incandescent Edge Lights and Signage
B. The work will be performed in three Phases:
1. Phase 1 will work on Runway 15-33 and associated taxiways. In Phase 1, Runway 15-33 will be
closed and Runway 2-20 will remain open. (60 calendar days)
2. Phase 2 will work on Runway 2-20 and associated taxiways. In Phase 2, Runway 2-20 will be
closed and Runway 15-33 will remain open. (45 calendar days)
3. Phase 3 will work on the intersection of Runway 15-33 and Runway 2-20. In Phase 3, both
runways will be closed. (15 calendar days)
C. The total contract period for construction is one hundred twenty (120) calendar days, which includes
estimated delays due to weather for a typical season. Liquidated damages are set at $500.00 per calendar
day. Delays due to weather and other factors out of the control of the Contractor that are above and beyond
a typical season may be requested in writing as a reason for contract period extension.
D. Lochner will provide Construction Observation and acceptance testing throughout the project.
E. Contractor’s access roads, haul roads, and staging areas are shown on Sheet 003 of the Plans. Re-
establishment of the haul roads and staging area shall be done at no additional cost to the Owner.
F. All bidders should carefully review the Construction Safety and Phasing Plan (CSPP) of the Construction
Plans (Sheets 003 to 005). Closed Runway Markings and low profile barricades shall be placed as shown on
the CSPP Plans prior to the start of any work. The Contractor’s Safety Plan Compliance Document will be
required prior to the start of construction.
G. All light fixtures, NAVAIDS, signs and equipment to be removed shall be disposed of off airport property
unless requested otherwise by airport management.
H. Airport lighting equipment and materials proposed for use on this project shall be approved under the Airport
Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, current version.
IV. Questions
1. Paint should be removed by water blaster and not grinder to protect pavement grooves.
2. Contractor must obtain meter from City of Temple for payment of water used.
3. Last day Addendums will be published is August 20, 2020.
4. Last day for questions is EOB August 18, 2020.
5. Rural Electric requests geotechnical logs from previous projects to determine prevalence of rock.
6. F&W inquires if work can be performed at night at no additional cost.
7. Rural Electric requested consideration of 10-day extension to both Phase I and Phase II work.
8. F&W reports procurement of vault equipment can take as long as 8 weeks, request procurement
phase to accommodate tis long wait period.
V. Optional Site Visit – Contractors visited vault and airfield.
Form 2506
Page 1 of 8Bid Form (Rev. 01/16)
Bid: TxDOT CSJ No. 2009TMPLE
Project Description: AIRPORT LIGHTING, RUNWAY MARKINGS AND SIGNAGE IMPROVEMENTS
Address:
City: State: Zip Code:
Telephone: Fax:
Email Address:
Bid by: Name of Bidder
To the Texas Department of Transportation hereinafter called the Agent. Pursuant to the foregoing Instruction to Bidders, the undersigned bidder having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the construction of the project hereby proposes to furnish all necessary superintendence, labor, machinery, equipment, tools materials and supplies to complete all the work upon which is bid in accordance with the contract documents, within the time set forth and at the prices stated below.
BASE BID - AIRPORT LIGHTING, RUNWAY MARKINGS AND SIGNAGE IMPROVEMENTS
OPTION #1: LED LIGHT FIXTURES
Item Qty Unit Description Unit Price Total Price
1 1 L.S. Mobilization $0.00
2 1 L.S. Temporary Marking, Lighting, & Barricades $0.00
3 73,000 S.F. Pavement Marking Removal $0.00
4 67,500 S.F. Reflectorized Pavement Marking (White) $0.00
5 350 S.F. Reflectorized Pavement Marking (Yellow) $0.00
6 18,000 S.F. Non Reflectorized Pavement Marking (Black) $0.00
7 150 EA. Remove & Dispose Elevated Edge Light, Stake Mount incl Box
$0.00
8 253 EA. Remove & Dispose Elevated Edge Light, Base to Remain
$0.00
9 15 EA. Remove & Dispose Elevated Edge Light, Base to be Removed
$0.00
10 3 EA. Remove & Dispose Elevated Edge Light, Base to Remain, Install blank Cover
$0.00
Form 2506 (Rev. 01/16)Page 2 of 8
Item Qty Unit Description Unit Price Total Price
11 41 EA. Remove and Dispose Airfield Sign, Foundation to Remain
$0.00
12 2 EA. Remove and Dispose Airfield Sign and Foundation
$0.00
13 34,870 L.F. Remove & Dispose Existing L-824C Direct Buried Cable
$0.00
14 46,300 L.F. Remove & Dispose Existing L-824C, in Conduit
$0.00
15 24,900 L.F. Remove & Dispose Existing #6AWG Counterpoise Wire
$0.00
16 28 EA. Remove Duct Marker $0.00
17 92,890 L.F. No. 8 AWG, L-824C, Installed in conduit $0.00
18 15,600 L.F. No. 6 AWG Bare Counterpoise Wire including trench
$0.00
19 1,850 L.F. No. 6 AWG Bare Counterpoise Wire, Installed in conduit trench
$0.00
20 1 L.S. Temporary Elect Provisions $0.00
21 1 L.S. Vault Electrical Modifications $0.00
22 1 EA. 7.5 kVA Regulator $0.00
23 1 EA. 5 kVA Regulator $0.00
24 2 EA. 4 kVA Regulator $0.00
25 17,185 L.F. 1-Way, 2" Sched 40 PVC Conduit in Unclassified Material
$0.00
26 1,570 L.F. 4-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
$0.00
27 375 L.F. 6-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
$0.00
28 130 L.F. 2-Way, 2" Sched 40 PVC Conduit, Directional Drilled
$0.00
29 180 L.F. 4-Way, 2" Sched 40 PVC Conduit, Directional Drilled
$0.00
30 250 L.F. 1-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
$0.00
31 100 L.F. 2-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
$0.00
32 780 L.F. 4-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
$0.00
33 475 L.F. 1-Way, 2" Sched 40 PVC Conduit, Open Cut in existing pavement
$0.00
Form 2506 (Rev. 01/16)Page 3 of 8
Item Qty Unit Description Unit Price Total Price
34 3 EA. L-867D Pull Box with Blank Cover $0.00
35 24 EA. 2-Way JCP $0.00
36 9 EA. 4-Way JCP $0.00
37 2 EA. 6-Way JCP $0.00
38 195 EA. L-861T(L) LED Elevated Taxiway Edge Light incl. base can
$0.00
39 10 EA. L-861T(L) LED Elevated Taxiway Edge Light incl. base can installed in existing pavement
$0.00
40 120 EA. L-861T(L) LED Elevated Taxiway Edge Light installed in existing pavement
$0.00
41 109 EA. L-861(L) LED Elevated Runway Edge Light on existing base can
$0.00
42 1 EA. L-861T(L) LED Elevated Runway Edge Light incl. base can installed in existing pavement
$0.00
43 24 EA. L-861E(L) LED Elevated Runway Threshold Light on existing base can
$0.00
44 8 EA. L-861E(L) LED Elevated Runway Threshold Light incl. base can installed in existing pavement
$0.00
45 14 EA. L-858(L) Guidance Sign, Size 1 - 1 Module, Single Face, on existing foundation
$0.00
46 14 EA. L-858(L) Guidance Sign, Size 1 - 2 Module, Single Face, on existing foundation
$0.00
47 13 EA. L-858(L) Guidance Sign, Size 1 - 3 Module, Single Face, on existing foundation
$0.00
48 1 EA. L-858(L) Guidance Sign, Size 1 - 2 Module, Single Face, on new foundation
$0.00
49 7 EA. L-853 Taxiway Retroreflective Edge Marker (Blue)
$0.00
$0.00Total Base Bid Option #1:
BASE BID - AIRPORT LIGHTING, RUNWAY MARKINGS AND SIGNAGE IMPROVEMENTS
OPTION #2: INCANDESCENT EDGE LIGHTS
Item Qty Unit Description Unit Price Total Price
1 1 L.S. Mobilization 0.00
2 1 L.S. Temporary Marking, Lighting, & Barricades 0.00
3 73,000 S.F. Pavement Marking Removal 0.00
4 67,500 S.F. Reflectorized Pavement Marking (White) 0.00
5 350 S.F. Reflectorized Pavement Marking (Yellow) 0.00
Form 2506 (Rev. 01/16)Page 4 of 8
Item Qty Unit Description Unit Price Total Price
6 18,000 S.F. Non Reflectorized Pavement Marking (Black)
0.00
7 150 EA. Remove & Dispose Elevated Edge Light, Stake Mount incl Box
0.00
8 253 EA. Remove & Dispose Elevated Edge Light, Base to Remain
0.00
9 15 EA. Remove & Dispose Elevated Edge Light, Base to be Removed
0.00
10 3 EA. Remove & Dispose Elevated Edge Light, Base to Remain, Install blank Cover
0.00
11 41 EA. Remove and Dispose Airfield Sign, Foundation to Remain
0.00
12 2 EA. Remove & Dispose Airfield Sign and Foundation
0.00
13 34,870 L.F. Remove & Dispose Existing L-824C Direct Buried Cable
0.00
14 46,300 L.F. Remove & Dispose Existing L-824C, in conduit
0.00
15 24,900 L.F. Remove & Dispose Existing #6AWG Counterpoise Wire
0.00
16 28 EA. Remove Duct Marker 0.00
17 92,890 L.F. No. 8 AWG, L-824C, Installed in conduit 0.00
18 15,600 L.F. No. 6 AWG Bare Counterpoise Wire including trench
0.00
19 1,850 L.F. No. 6 AWG Bare Counterpoise Wire, Installed in conduit trench
0.00
20 1 L.S. Temporary Elect Provisions 0.00
21 1 L.S. Vault Electrical Modifications 0.00
22 1 EA. 7.5 kVA Regulator 0.00
23 2 EA. 10 kVA Regulator 0.00
24 1 EA. 20 kVA Regulator 0.00
25 17,185 L.F. 1-Way, 2" Sched 40 PVC Conduit in Unclassified Material
0.00
26 1,570 L.F. 4-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
0.00
27 375 L.F. 6-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
0.00
28 130 L.F. 2-Way, 2" Sched 40 PVC Conduit, Directional Drilled
0.00
Form 2506 (Rev. 01/16)Page 5 of 8
Item Qty Unit Description Unit Price Total Price
29 180 L.F. 4-Way, 2" Sched 40 PVC Conduit, Directional Drilled
0.00
30 250 L.F. 1-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
0.00
31 100 L.F. 2-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
0.00
32 780 L.F. 4-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
0.00
33 475 L.F. 1-Way, 2" Sched 40 PVC Conduit, open cut in existing pavement
0.00
34 4 EA. L-867D Pull Box with Blank Cover 0.00
35 24 EA. 2-Way JCP 0.00
36 9 EA. 4-Way JCP 0.00
37 2 EA. 6-Way JCP 0.00
38 7 EA. L-853 Taxiway Retroreflective Edge Marker (Blue)
0.00
39 195 EA. L-861T Elevated Taxiway Edge Light incl. base can
0.00
40 10 EA L-861T Elevated Taxiway Edge Light incl. base can installed in existing pavement
0.00
41 120 EA. L-861T Elevated Taxiway Edge Light installed on existing base can
0.00
42 109 EA. L-861 Elevated Runway Light on existing base can
0.00
43 1 EA. L-861 Elevated Runway Light incl base installed in existing pavement
0.00
44 24 EA. L-861E Elevated Runway Threshold Light on existing base can
0.00
45 8 EA. L-861E Elevated Runway Threshold Light incl base installed in existing pavement
0.00
46 14 EA. L-858 Guidance Sign, Size 1 - 1 Module, Single Face, on existing foundation
0.00
47 14 EA. L-858 Guidance Sign, Size 1 - 2 Module, Single Face, on existing foundation
0.00
48 13 EA. L-858 Guidance Sign, Size 1 - 3 Module, Single Face, on existing foundation
0.00
49 1 EA. L-858 Guidance Sign, Size 1 - 2 Module, Single Face, on new foundation
0.00
0.00Total Base Bid Option #2:
Form 2506 (Rev. 01/16)Page 6 of 8
BID SUMMARY :1
Subtotal
Subtotal
Base Bid Option #1: LED Light Fixtures
Subtotal
BID SUMMARY :2
Subtotal
Subtotal
Base Bid Option #2: Incandescent Edge Lights
Subtotal
It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Bidders shall bid on all Base Bid Schedules and Add Alternates. Contract Award will be based on the lowest qualified bid for the base bid or the base bid and any combination of schedules and add alternates, depending on the availability of funds. Bidders understand the Agent reserves the right to reject any irregular bid and the right to waive technicalities if such waiver is in the best interest of the Owner or Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. Funding availability will be considered in selecting the bid award. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. Upon receipt of the written "Notice of Award", the bidder will execute the formal contract agreement within 14 days and deliver a surety bond or bonds as required under the contract documents. The bid security attached, two percent (2%) of the total bid price stated in the bid, in the sum of $ is to become the property of the Agent in the event the contract is not executed as set forth in the contract documents as liquidated damages for the delay and additional expense caused thereby.
000.00
Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written “Notice to Proceed” and to fully complete the project within one hundred and sixty (160) calendar days thereafter. Bidder further agrees to pay as liquidated damages the sum of $500 for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order or Supplemental Agreement.
By submission of a bid under this solicitation, bidder certifies the only persons or parties interested in this proposal are those named and the bidder has not directly or indirectly participated in collusion, entered into an agreement or otherwise taken any action in restraint of free competitive bidding in connection with the project.
Signature Title
Form 2506 (Rev. 01/16)Page 7 of 8
Mailing Address
Printed Name
City, State, Zip Code
Phone
Addendum No. Dated:
Addendum No. Dated:
Addendum No. Dated:
Addendum:
The undersigned Bidder certifies that he has acknowledged the addendum(s) to the contract as indicated below.
Qualification Acknowledgment:
The undersigned Bidder certifies they are a prequalified bidder with the Texas Department of Transportation (TxDOT) and is on the current TxDOT “Bidder's List” as indicated below:
Full Prequalification
Bidder's Questionnaire
OR
The undersigned Bidder is not a pre-qualified TxDOT bidder and has enclosed the bidder's qualifications per General Provision 20-02, Prequalification of Bidders.
I have enclosed qualification statements.
Qualification Acknowledgment Signature:
Mailing Address
Signature
City, State, Zip Code
Title
Form 2506 (Rev. 01/16)Page 8 of 8
Note: The bidder may also submit an electronically printed bid. The bid must have pay items in the same order and with the exact information as on this bid form. If submitting an electronically printed bid, please submit qualification/signature page. The bidder is responsible for incorrect information and will be considered non-responsive if pay items are incorrect.
Submit by E-mail
Lock Form (TxDOT Use Only)
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFA
R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA
R-O
FA
R-O
FA
R-O
FA
R-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFA
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZ
R-O
FZ
R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ
R-O
FZ
R-O
FZ
R-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZ
RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA
RSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSA
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
RSARSARSARSARSARSARSARSARSARSARSARSARSARSARSA
RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
4
12
5
6
7
8
9
10
3
Runway 15-33 (7,000' x 150')
R
u
n
w
a
y
0
2
-
2
0
(
4
,
4
7
0
'
x
1
0
0
'
)
Runway15-33 Safety Area (9,000' x 500')
Runway 15-33 Object Free Area (9,000' x 800')
R
u
n
w
a
y
0
2
-
2
0
S
a
f
e
t
y
A
r
e
a
(
5
,
0
7
0
'
x
1
5
0
'
'
)
R
u
n
w
a
y
0
2
-
2
0
O
b
j
e
c
t
F
r
e
e
A
r
e
a
(
5
,
0
7
0
'
x
5
0
0
'
)
R
u
n
w
a
y
0
2
-
2
0
O
b
j
e
c
t
F
r
e
e
Z
o
n
e
(
4
,
8
7
0
'
x
4
0
0
'
)
Runway15-33 Object Free Zone(7,400' x 400')
A
irp
o
rt R
d
Contractor Staging
Area
Contractor Haul
Route
Construction Limits
INSTALL Closed
Runway Marking
Electrical Vault
INSTALL Closed
Runway Marking
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
11
INSTALL Low
Profile Barricades
Taxiway A
Taxiw
ay B
Taxiw
ay C
Taxiw
ay F
Taxiway D
Taxiw
ay C
T
a
x
i
w
a
y
E
T
a
x
i
w
a
y
C
Taxiway D
Route to Work Area
Dra
win
g N
am
e: I:\A
VI\P
RJ\0
00
01
43
48
\0
1 - P
ro
je
ct\A
E\0
3 - A
CA
D\P
RO
DU
CT
IO
N D
RA
WIN
GS
\1
43
48
- C
SP
P.d
wg
A
ug
1
9,2
02
0 - 3
:1
3p
m
003
CONSTRUCTION
SAFETY & PHASING
PLAN
000014348
CL
RCJ
CL
07-22-2020
07-21-2020
07-21-2020
La
yo
ut N
am
e: C
SP
P P
HA
SE
1
Plo
t S
tyle
: a
e.ctb
La
st S
ave
d B
y: e
lu
na
2
02
0/0
8/1
9
Phase 1 (Not to Exceed 90 Calendar Days)
1. The Contractor shall implement a Safety Plan Compliance Document (SPCD).
2. The initial 30 days of this phase will be for Mobilization and equipment procurement.
3. Runway 15-33,Taxiway A, B, C, E & F will remain CLOSED for the remainder of this phase.
4. Runway 2-20 and Partial Taxiway D connecting to apron will remain OPEN for the duration
of this phase.
5. Construction equipment and/or contractor vehicles will not be allowed on active airport
pavement. Vehicles and equipment are to be routed around any active pavement.
6. Work activities within the limits of the work area for this phase:
- Install new medium intensity runway lighting (MIRL).
- Install new medium intensity taxiway lighting (MITL).
- Install new runway and taxiway guidance signs.
- Remove existing pavement markings.
- Replace runway designation number 15-33 to 16-34.
7. At the completion of the items above, coordinate with the Airport Director, Engineer, and
Construction Observer to open the work area as described in the steps below:
a. Clean all paved surfaces and remove FOD.
b. Remove all equipment, materials, and personnel from the work area.
c. Ensure 1.5" edge drop from pavement to ground for disturbed pavement edges.
GENERAL PHASING NOTES:
1. Construction personnel and equipment will not be allowed within areas open to
aircraft operations or the Airport Operations Area (AOA) until the area has been
closed to aircraft and NOTAMs have been issued. Contractor must confirm a NOTAM
is in place prior to entering AOA.
2. The Contractor shall supply portable hand-held radios to each supervisor. The
Contractor shall monitor CTAF/UNICOM Frequency 123.00 at all times during
construction and shall respond to any instructions from the Engineer, Airport
Personnel and/or Emergency Personnel immediately.
3. Contractor shall route all vehicles off the edges of existing pavement during dry
conditions to limit wear of existing pavements.
4. Temporary Erosion Control Devices shall be installed in the area of construction prior
to soil disturbing activities in that phase. Temporary Erosion Control Devices shall be
removed as directed by the Engineer.
5. Any rutting or damage to pavements to remain caused by Contractor's vehicle
operations shall be corrected by the end of the project by the Contractor at their own
expense.
6. Contractor shall install survey lath, at a minimum, at each corner of the construction
limits. If Contractor's employees, subcontractors, or suppliers are noted to cross into
active pavement, additional lath will be required to be installed.
Scale in Feet
0600300300
LEGEND:
Contractor Staging Area
Construction Limits
Contractor Haul/Access Route
Low Profile Barricade (Symbol does not denote the
number of barricades required. See CSPP Notes.)
Closed Runway Marking (See CSPP Notes.)
Closed Taxiway Marking (See CSPP Notes.)
Construction Limit Coordinates
1
DR
AU
GH
ON
-M
ILLE
R C
EN
TR
AL T
EX
AS
R
EG
IO
NA
L A
IR
PO
RT
PROJECT NO.
DRAWN BY
CHECKED BY
REVISIONS
DATE
DATE
DATE
DESIGNED BY DATE
12
75
0 M
erit D
rive
| S
uite
5
70
| D
alla
s, T
exa
s 7
52
51
P 2
14
.3
73
.7
87
3 | w
ww
.h
wlo
ch
ne
r.co
m
TE
MP
LE
, T
EX
AS
CIT
Y O
F T
EM
PL
E, T
EX
AS
CONSTRUCTION LIMITS (Phase 1)
Points Longitude LatitudeSite
Elevation (Ft)Object
Height (Ft)
OverallElevation
(Ft)
1 W97° 24' 24.28" N31° 08' 26.54" 660 20 6802 W97° 24' 32.75" N31° 08' 49.80" 671 20 6913 W97° 24' 27.25" N31° 08' 58.85" 669 20 6894 W97° 24' 16.27" N31° 08' 28.70" 663 20 6835 W97° 24' 33.82" N31° 08' 56.66" 675 20 6956 W97° 24' 51.98" N31° 09' 08.62" 687 20 7077 W97° 24' 49.24" N31° 09' 13.00" 684 20 7048 W97° 24' 41.92" N31° 09' 14.97" 679 20 6999 W97° 24' 49.74" N31° 09' 36.44" 680 20 700
10 W97° 24' 41.72" N31° 09' 38.60" 678 20 69811 W97° 24' 29.19" N31° 09' 04.20" 667 20 687
PHASE 1
1
Revised Per Addendum
No. 1 (08-19-2020)
Addendum #1 08-19-2020
08-19-2020
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFA
R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R
-
O
F
A
R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA
R-O
FA
R-O
FA
R-O
FA
R-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFAR-OFA
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
ZR
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZ
R-O
FZ
R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R
-
O
F
Z
R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ
R-O
FZ
R-O
FZ
R-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZR-OFZ
RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA
RSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSARSA
6
7
1
.
6
6
9
1
.
3
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
RSARSARSARSARSARSARSARSARSARSARSARSARSARSARSA
RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
R
S
A
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Runway 15-33 (7,000' x 150')
R
u
n
w
a
y
0
2
-
2
0
(
4
,
4
7
0
'
x
1
0
0
'
)
Runway15-33 Safety Area (9,000' x 500')
Runway 15-33 Object Free Area (9,000' x 800')
R
u
n
w
a
y
0
2
-
2
0
S
a
f
e
t
y
A
r
e
a
(
5
,
0
7
0
'
x
1
5
0
'
'
)
R
u
n
w
a
y
0
2
-
2
0
O
b
j
e
c
t
F
r
e
e
A
r
e
a
(
5
,
0
7
0
'
x
5
0
0
'
)
R
u
n
w
a
y
0
2
-
2
0
O
b
j
e
c
t
F
r
e
e
Z
o
n
e
(
4
,
8
7
0
'
x
4
0
0
'
)
Runway15-33 Object Free Zone(7,400' x 400')
A
irp
o
rt R
d
Contractor Staging
Area
Contractor Haul
Route
INSTALL Closed
Runway Marking
Electrical Vault
INSTALL Closed
Runway Marking
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
INSTALL Low
Profile Barricades
12
13
14
16
17
18
21
20
19
15
INSTALL Low
Profile Barricades
Taxiway A
Taxiw
ay B
Taxiw
ay C
Ta
xiw
ay F
Taxiway D
Taxiw
ay C
T
a
x
i
w
a
y
E
T
a
x
i
w
a
y
C
Taxiway D
Route to Work Area
DR
AU
GH
ON
-M
ILLE
R C
EN
TR
AL T
EX
AS
R
EG
IO
NA
L A
IR
PO
RT
PROJECT NO.
DRAWN BY
CHECKED BY
REVISIONS
DATE
DATE
DATE
DESIGNED BY DATE
12
75
0 M
erit D
rive
| S
uite
5
70
| D
alla
s, T
exa
s 7
52
51
P 2
14
.3
73
.7
87
3 | w
ww
.h
wlo
ch
ne
r.co
m
TE
MP
LE
, T
EX
AS
CIT
Y O
F T
EM
PL
E, T
EX
AS
Dra
win
g N
am
e: I:\A
VI\P
RJ\0
00
01
43
48
\0
1 - P
ro
je
ct\A
E\0
3 - A
CA
D\P
RO
DU
CT
IO
N D
RA
WIN
GS
\1
43
48
- C
SP
P.d
wg
A
ug
1
9,2
02
0 - 3
:1
4p
m
004
CONSTRUCTION
SAFETY & PHASING
PLAN
000014348
CL
RCJ
CL
07-22-2020
07-21-2020
07-21-2020
La
yo
ut N
am
e: C
SP
P P
HA
SE
2
Plo
t S
tyle
: a
e.ctb
La
st S
ave
d B
y: e
lu
na
2
02
0/0
8/1
9
Phase 2 (Not to Exceed 55 Calendar Days)
1. The Contractor shall implement a Safety Plan Compliance Document (SPCD).
2. Runway 2-20, Taxiway C parallel to Runway 2-20, and Taxiway D South of Runway 2-20,
Taiway E and F will be CLOSED for duration of this phase.
3. Install Closed Runway Markings and Low Profile Barricades at the locations shown.
4. Construction equipment and/or contractor vehicles will not be allowed on active airport
pavement. Vehicles and equipment are to be routed around any active pavement.
5. Work activities within the limits of the work area for this phase:
- Install new medium intensity runway lighting (MIRL).
- Install new medium intensity taxiway lighting (MITL).
- Remove existing pavement markings.
- Install new runway and taxiway guidance signs.
- Remark runway 2-20 to apply non precision marking and replace runway designation
number 2-20 to 3-21.
At the completion of the items above, coordinate with the Airport Director, Engineer, and
Construction Observer to open the work area as described in the steps below:
a. Clean all paved surfaces and remove FOD.
b. Remove all equipment, materials, and personnel from the work area.
c. Ensure 1.5" edge drop from pavement to ground for disturbed pavement edges
GENERAL PHASING NOTES:
1. Construction personnel and equipment will not be allowed within areas open to
aircraft operations or the Airport Operations Area (AOA) until the area has been
closed to aircraft and NOTAMs have been issued. Contractor must confirm a NOTAM
is in place prior to entering AOA.
2. The Contractor shall supply portable hand-held radios to each supervisor. The
Contractor shall monitor CTAF/UNICOM Frequency 123.00 at all times during
construction and shall respond to any instructions from the Engineer, Airport
Personnel and/or Emergency Personnel immediately.
3. Contractor shall route all vehicles off the edges of existing pavement during dry
conditions to limit wear of existing pavements.
4. Temporary Erosion Control Devices shall be installed in the area of construction prior
to soil disturbing activities in that phase. Temporary Erosion Control Devices shall be
removed as directed by the Engineer.
5. Any rutting or damage to pavements to remain caused by Contractor's vehicle
operations shall be corrected by the end of the project by the Contractor at their own
expense.
6. Contractor shall install survey lath, at a minimum, at each corner of the construction
limits. If Contractor's employees, subcontractors, or suppliers are noted to cross into
active pavement, additional lath will be required to be installed.
Scale in Feet
0600300300
LEGEND:
Contractor Staging Area
Construction Limits
Contractor Haul/Access Route
Low Profile Barricade (Symbol does not denote the
number of barricades required. See CSPP Notes.)
Closed Runway Marking (See CSPP Notes.)
Closed Taxiway Marking (See CSPP Notes.)
Construction Limit Coordinates
1
CONSTRUCTION LIMITS (Phase 2)
Points Longitude LatitudeSite
Elevation (Ft)Object
Height (Ft)
OverallElevation
(Ft)
12 W97° 24' 33.67" N31° 08' 48.30" 671 20 69113 W97° 24' 40.78" N31° 08' 51.57" 675 20 69514 W97° 24' 37.75" N31° 08' 50.13" 671 20 69115 W97° 24' 32.96" N31° 08' 57.99" 671 20 69116 W97° 24' 31.02" N31° 08' 52.65" 671 20 69117 W97° 24' 27.25" N31° 08' 58.85" 669 20 68918 W97° 24' 32.70" N31° 09' 13.84" 672 20 69219 W97° 24' 25.84" N31° 09' 15.68" 666 20 68620 W97° 24' 12.64" N31° 09' 37.39" 664 20 68421 W97° 24' 05.71" N31° 09' 34.27" 666 20 686
PHASE 2
1
Revised Per Addendum
No. 1 (08-19-2020)
Addendum #1 08-19-2020
08-19-2020
Dra
win
g N
am
e: I:\A
VI\P
RJ\0
00
01
43
48
\0
1 - P
ro
je
ct\A
E\0
3 - A
CA
D\P
RO
DU
CT
IO
N D
RA
WIN
GS
\1
43
48
- C
SP
P.d
wg
A
ug
1
9,2
02
0 - 3
:1
5p
m
006
CONSTRUCTION
SAFETY & PHASING
NOTES
000014348
CL
RCJ
CL
07-22-2020
07-21-2020
07-21-2020
La
yo
ut N
am
e: C
SP
P N
OT
ES
Plo
t S
tyle
: a
e.ctb
La
st S
ave
d B
y: e
lu
na
2
02
0/0
8/1
9
CONSTRUCTION SAFETY AND PHASING PLAN NOTES:
1. INTRODUCTION
FAA Advisory Circular 150/5370-2G has established criteria for the development and implementation of a Construction Safety and
Phasing Plan (CSPP) at the Draughon-Miller Central Texas Regional Airport (KTPL). This CSPP was prepared by Lochner in
coordination with the Airport Manager. This CSPP was submitted to the FAA for review and any comments are included in this
document. The CSPP will be included in the contract documents and will be reviewed with potential contractors at the pre-bid
conference. The Contractor is required to prepare a Safety Plan Compliance Document (SPCD) that details how the Contractor will
comply with the CSPP. The SPCD shall be submitted to the Airport Director and the Engineer to review and approve prior to issuance
of a Notice-To-Proceed.
2. PROJECT DESCRIPTION
The work to be completed consists of the following:
Base Bid
- Rehabilitate the MIRL system along Runway 15-33
- Rehabilitate the MIRL system along Runway 2-20
- Rehabilitate the MITL system along Taxiway A, B, C, D, E & F
- Replace Runway and Taxiway Guidance Signs
- Apply Non-Precision Markings to Runway 2-20
- Remove the Runway Designation Numbers 15-33 and 2-20 and Replace with Runway Designation Numbers 16-34 and 3-21.
The total construction time for this project is 160 calendar days.
3. COORDINATION (Section 2.5)
The Airport Director shall introduce the subject of airport operational safety during construction at the prebid and preconstruction
conferences. The Airport Director will notify tenants and local users of the planned construction activities including phasing and safety
at the airport.
A. Contractor Progress Meetings. Weekly progress meetings shall be held with the Airport Director, Engineer and/or the on-site
representative and the Contractor. The CSPP and SPCD shall be standing agenda items. Airport tenants and users shall be invited to
attend these meetings.
B. Scope or Schedule Changes. If changes to the scope of work or construction schedule are proposed, portions of this document
shall be revised and submitted for approval by the Airport Director and the Engineer.
C. FAA ATO Coordination. SF-7460-1 will be submitted to the FAA for the Runaway 2-20 & Runway 15-33 closure during the
construction.
Prior to the pre-construction meeting and as part of the Contractor's submittals, the Contractor shall submit a detailed schedule to the
Engineer and Airport for approval. A Strategic Events Submission form will be completed by the Engineer, and it will be submitted to
the FAA ATO P&R office. The Contractor will be required to perform the necessary work to complete work within the construction
limits during the time frame listed on the Strategic Events Submission form and as approved by FAA for the NAVAID shutdown.
4. PHASING (Section 2.6)
The construction sequence will be done in three (3) phases. Runway 15-33 will be closed during Phase 1, Runway 2-20 will be closed
during Phase 2. Runway 2-20 & Runway 15-33 both will be closed for operation during Phase 3.
A. Phase Elements
I. Areas closed to aircraft operations. Refer to Table 1 and CSPP drawings.
II. Duration of closures.
Phase I - 90 days
Phase II - 55 days
Phase III - 15 days
Runway 15-33: Shall be closed during Phase 1 and Phase 3 and open for Phase 2
Runway 2-20: Shall be closed during Phase 2 and Phase 3 and open for Phase 1
For Taxiways and Apron: Refer to Table 1 and CSPP drawings.
III. Taxi routes. Refer to Table 1 in Section 5 and CSPP drawings.
IV. ARFF access routes. The Contractor shall not impede ARFF local police or other emergency vehicles access to the Airport
during construction. Refer to Table 1 in Section 5 and CSPP drawings.
V. Construction staging areas. Refer to CSPP drawings for each phase of the project.
VI. Impacts to NAVAIDs. Refer to Table 3 in Section 6.
VII. Lighting and marking changes.The Medium Intensity Runway Lights (MITL) and signage on Runway 15-33 and Runway 2-20
will be replaced in this project along with the associated taxiways as shown in Table 1. The Runway Designation Numbers will be
updated on both runways and Non -Precision Markings will be applied to Runway 02-20
VIII. Available runway length. This project does not include any changes to the length of the runway.
IX. Required hazard marking and lighting. The Contractor shall install low profile barricades and closed runway and taxiway
markings, acting as temporary airport visual aids, to depict airfield pavements that are closed. Refer to CSPP drawings. The
contractor shall follow the AOA Access procedures described in Section 7.C.
X. Lead times for required notifications. Two (2) weeks prior to the start of construction. One (1) week is required prior to the
beginning of a new phase. See Section 6.B.
B. Construction Safety Drawings. Detailed CSPP drawings are included.
5. AREA AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY (Section 2.7)
A. Operational Effect Table. Contained within Table 1 below are the anticipated operational impacts to the Draughon-Miller Central
Texas Regional Airport (KTPL) during the course of the project. Contractor is required to coordinate with Airport Director and the
Engineer and/or the on-site representative as detailed in Section 3 and 7 of this document prior to impacting operations on the airport.
Table 1 Airport Operations Affected By Construction
B. Runway Safety Areas. Contractor shall not enter into the Runway Safety Area (RSA) when the runway is open to aircraft
operations. RSA dimensions are shown in Table 2 below and are depicted on the CSPP drawings.
Table 2 Runway Safety Areas of Active Runways
C. Runway Approach Protection Area. No construction activities are anticipated inside the approach/departure surfaces of Runway
15-33 and Runway 2-20.
D. Identification of Affected Areas. Refer to CSPP drawings.
E. Mitigation of Effects. Refer to CSPP drawings and Table 1 Airport Operations Affected By Construction. Project phasing has been
established so that aircraft may utilize Runway 15-33 and Runway 2-20 and have access to the terminal apron and hangars during
Phase I and Runway 15-33, Runway 2-20 and parallel taxiway will be closed during Phase II.
6. NAVIGATIONAL AID (NAVAID) PROTECTION. (Section 2.8)
A. Effects of Construction to NAVAIDs. Table 3 NAVAID Facility Impacts list the NAVAIDs at the Draughon-Miller Central Texas
Regional Airport (KTPL) and the phases of the project that will impact the individual NAVAIDs.
Table 3 NAVAID Facility Impacts
B. Coordination of NAVAID Impacts. Planned NAVAID impacts must be addressed in the Contractor's construction schedule. The
Contractor is required to provide 45 day notice to the Airport Director and the Engineer in order to notify FAA ATO/Technical
Operations,Sean Parker (254-298-5350), for removing a NAVAID from service. The Contractor is also required to provide at least one
(1) week notice in advance of any construction activities to allow the FAA sufficient time to locate and mark any existing field cables
which might be affected by this project to avoid unscheduled facility outages.
7. CONTRACTOR ACCESS (Section 2.9)
A. Location of Stockpiled Construction Materials. The Contractor is limited to the placement of construction materials at the
location shown within the CSPP drawings. The Contractor will be required to submit a SF-7460-1 form to the FAA for any materials or
equipment that exceed 20 feet above the ground. Typical processing time for the SF-7460-1 form is 45-60 days.
I. Height Restrictions. Stockpiles within the project limits and outside of the Runway 15-33 and Runway 2-20 OFA shall have
height limits of 20 feet (Refer to the CSPP drawings and Section 11.E).
II. Wildlife Attractant. Contractor shall manage stockpiles and maintain positive drainage so they do not become wildlife
attractants (Refer to Section 8.B).
III. Foreign Object Debris (FOD). Contractor shall manage stockpiles so they do not create FOD (Refer to Section 9).
IV. Marking and Lighting of Stockpiles. Contractor will not be required to mark or light material stockpiles if under 20'.
B. Vehicle and Pedestrian Operations. Vehicle and pedestrian access routes for airport construction projects must be controlled to
prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the Airport Operations Area. The contractor's
employees and equipment must remain within the construction limits at all times. At no time shall the contractor cross into the RSA of
an active runway.
C. Access to Airport Operations Area (AOA). The airport operations area is defined by the perimeter fence surrounding the airfield.
Contractor access onto the AOA is limited to the entrance shown on the CSPP project sheets.
I. Construction site parking. Contractor employee personal vehicles may not be parked or driven in the AOA except on
Contractor Access Routes and Staging Areas. Employee parking areas are identified on the CSPP drawings as the contractor's
staging area. Contractor vehicles and equipment are allowed inside the AOA, but confined to the project work limits. Equipment
staging and parking areas are as shown in the CSPP drawings. Additionally, Contractor may park vehicles anywhere within the
project work area as defined for each phase on the CSPP drawings, however vehicles must be a minimum of 400 feet from the
Runway 15-33 and 250 feet from the Runway 2-20 centerline when the runway is open.
II. Construction equipment. Except for pavers, no crawler-type equipment will be allowed on any airport pavement surface shown
to remain. Only rubber-tired vehicles under 36,000 lbs. GVWR will be allowed on airport pavement surfaces without prior Engineer
approval.
The Contractor shall be responsible for repairing any areas damaged by construction vehicles. The contractor shall document the
existing conditions of haul routes, staging areas, and pavements to remain by video and photo, prior to mobilizing. Video and photo
documentation shall be provided to the engineer. Repairs shall be adequate to return the damaged area to a condition equal to or
better than the condition prior to construction.
III. Access and haul roads. The CSPP drawings depict haul routes for both overall site access from surrounding public roadways
and haul routes to the individual phased work areas through the airport perimeter fence. Contractor access and hauling operations
are strictly limited to the haul routes shown. Any time a nonactive existing runway, taxiway or apron pavement is traversed or
crossed, the Contractor shall provide protection to the pavement. Escorts shall also be utilized for leading equipment and material
delivery vehicles from the construction limits until they exit the AOA.
Following completion of construction, the Contractor is required to restore haul routes to original conditions. The Contractor shall be
responsible for the restoration and seeding of the Contractor's storage area, access roads and haul roads. No direct payment will
be made for these items. Seeding shall be done in accordance with Item T-901: Seeding, of the project specification.
The Contractor will be required to repair any damage to public and airport roads caused by the Contractor's trucks and equipment
during the construction of the project. Repairs shall be adequate to return the roads to a condition equal to or better than the
condition prior to damage. All repair work shall be at the Contractor's expense. The public roads shall be videoed in the presence of
the Engineer or the on-site representative prior to construction in order to document their existing condition.
IV. Marking and lighting of vehicle. All construction vehicles on site shall be flagged and/or have a flashing beacon at all times in
accordance with AC 150/5210-5. Flashing amber beacon must be used during nighttime operations. Construction vehicles shall be
clearly marked and identifiable by a corporate name and logo. Construction vehicles may be painted any color or combination of colors
other than solid black or white. a yellowish-green color provides optimum visibility during all light levels encountered during a 24-hour day
and under variations of light that result from weather and seasonal changes (AC150/5370-5D).
Construction vehicles must be provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag
must be at least a 3-foot by 3-foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white
squares at least 1 foot (300 mm) on each side). During periods of low visibility, construction vehicles which are not escorted by a
properly lighted vehicle must be identified by a yellow flashing light (75 ± 15 flashes per minute) that conforms with the Society of
Automotive Engineers (SAE) Standard J578 Revised December 2006, color specification.
V. Description of proper vehicle operations. The following rules of operation must be followed at all times when driving on the
airport. Read each rule carefully and make sure you understand your responsibilities as a driver on the airport.
a. No person shall operate motorized vehicles or equipment of any kind on the airport unless in possession of a valid
operator's license as required by the State for the type of vehicle being operated.
b. No person shall operate a motor vehicle or other motorized equipment of any kind on the airport in a reckless or negligent
manner or without caution or in any manner that endangers or is likely to endanger persons or property, or in excess of 20
mph.
c. No person shall fail to give pedestrians and aircraft the right-of-way over vehicular traffic. All ground vehicles shall pass to
the rear of taxiing aircraft.
d. No person under the influence of alcohol or drugs shall operate a motor vehicle on the airport.
e. Airport Operators and contractors must take care to maintain security during construction when access points are created
in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so
they can be securely closed and locked to prevent access by animals and unauthorized people.
VI. Required escorts. Vehicle escorts or flagmen are required for material delivery and equipment whenever entering active airfield
pavement. Escorts must be equipped with two-way radios tuned to the frequency in Section 7.C.IX. Escorts shall monitor the radio
and respond to instructions. Vehicle escorts are not required within the project phase limits.
VII. Training requirements for vehicle drivers. No additional vehicle training will be required of vehicle operators that meet the
requirements of CSPP Section 7.C.V and the requirements in AC 150/5370-2.
VIII. Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either
in the air or on the ground) before crossing any area open to airport operations. If aircraft are in the vicinity of or moving along or
near the haul route, the contractor shall give the aircraft the right-of-way. Under no circumstances will aircraft traffic be allowed to
be affected by the operation of construction equipment, vehicles, or personnel on open sections of the airport pavement.
IX. Two-way radio communication procedures. The Contractor shall monitor Common Traffic Advisory Frequency (CTAF) 123.000
at all times during construction and shall respond to any instructions from the Engineer and/or Airport Personnel immediately. The
Contractor may utilize two way construction radios on the project provided that they do not interfere with existing Airport and FAA
communication equipment and frequencies. The Contractor shall utilize CTAF 123.000 to advise air and ground traffic of their intent
to cross the active pavement and when all personnel and equipment are clear of the active pavement. Aircraft shall always be
given the right-of-way.
X. Maintenance of the secured area of the airport. Except when moving materials, equipment, or personnel through the airport
perimeter fence, the Contractor shall keep the access gates closed. The access gates shall be locked during non-working hours.
8. WILDLIFE MANAGEMENT (Section 2.10)
A. Trash. All trash and food waste must be collected each day from construction personnel activities and removed off airport property.
B. Standing Water. All grading operations shall maintain positive drainage so as not to create ponding or other wildlife attractants.
The Contractor is responsible for correcting any area where grading operations create ponding water.
C. Tall Grass and Seeds. The Contractor will be required to establish a uniform stand of grass on all disturbed areas resulting from
construction activities. The airport maintenance personnel shall be responsible for mowing the airfield.
D. Poorly Maintained Fencing and Gates. If any existing fence and/or gate is damaged during construction the Contractor shall
repair it immediately at the Contractor's expense to the satisfaction of the Engineer.
E. Disruption of Existing Wildlife Habitat. No existing wildlife habitat will be impacted by the construction activities associated with
this project.
9. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT (Section 2.11)
The Contractor shall keep the project area free from loose or blowable debris at all times. This work shall be considered subsidiary to
other items in the contract. All pavements used by the Contractor shall be kept free of debris and thoroughly cleaned by the
Contractor.
All vehicles should be driven on clean, paved surfaces when possible. Vehicle operators shall monitor and inspect the condition of
their tires. FOD, including mud, dirt, sand, loose aggregate must be removed from pavement surfaces promptly and as completely as
practicable. Regular and thorough cleaning of the construction site, including the construction haul routes, is expected.
The contractor shall continuously inspect and monitor the surfaces of all movement areas including pavements (runways, taxiways
and aprons) to avoid and eliminate any loose objects/debris that might cause damage to aircraft or impair the operation of aircraft
systems. FOD awareness and removal shall be regularly discussed during contractor meetings.
DR
AU
GH
ON
-M
ILLE
R C
EN
TR
AL T
EX
AS
R
EG
IO
NA
L A
IR
PO
RT
PROJECT NO.
DRAWN BY
CHECKED BY
REVISIONS
DATE
DATE
DATE
DESIGNED BY DATE
12
75
0 M
erit D
rive
| S
uite
5
70
| D
alla
s, T
exa
s 7
52
51
P 2
14
.3
73
.7
87
3 | w
ww
.h
wlo
ch
ne
r.co
m
TE
MP
LE
, T
EX
AS
CIT
Y O
F T
EM
PL
E, T
EX
AS
Operational
Requirement
Normal Phase 1 Phase 2 Phase 3
Runway 15-33
7,000' length, ADG
C-II
Closed
Open
Closed
Runway 2-20
4,740' length ADG
B-II
Open
Closed Closed
Taxiway A
TDG II Closed
Open
Closed
Taxiway B
TDG II Closed
Open
Closed
Taxiway C
TDG II Closed
Partially Open
Closed
Taxiway D
TDG II
Partially Open
Closed Closed
Taxiway E
TDG II Closed Closed Closed
Taxiway F
TDG II Closed Closed Closed
Terminal Apron
ADG II
Open Open
Closed
Runway
Aircraft Approach
Category
Airport Design
Group
RSA, Distance
From RW
Centerline
Runway 15-33
C II 250'
Runway 2-20
B II 150'
Facility Type Phase Impact Impact
Runway 15 MALSR
Phase 1 &
Phase 3
Facility will be out of service when RW is closed
Runway 33 PAPI-4L
Phase 1 &
Phase 3
Facility will be out of service when RW is closed
Runway 20 PAPI-4L
Phase 2 &
Phase 3
Facility will be out of service when RW is closed
1
Revised Per Addendum
No. 1 (08-19-2020)
Addendum #1 08-19-2020
1
Revised Per Addendum
No. 1 (08-19-2020)
08-19-2020
009
Dra
win
g N
am
e: I:\A
VI\P
RJ\0
00
01
43
48
\0
1 - P
ro
je
ct\A
E\0
3 - A
CA
D\P
RO
DU
CT
IO
N D
RA
WIN
GS
\1
43
48
- C
SP
P.d
wg
A
ug
1
9,2
02
0 - 1
1:4
9a
m
SUMMARY OF
QUANTITIES
000014348
CL
RCJ
CL
07-22-2020
07-21-2020
07-21-2020
La
yo
ut N
am
e: S
UM
MA
RY
O
F Q
UA
NT
IT
IE
SP
lo
t S
tyle
: a
e.ctb
La
st S
ave
d B
y: e
lu
na
2
02
0/0
8/1
9
DR
AU
GH
ON
-M
ILLE
R C
EN
TR
AL T
EX
AS
R
EG
IO
NA
L A
IR
PO
RT
PROJECT NO.
DRAWN BY
CHECKED BY
REVISIONS
DATE
DATE
DATE
DESIGNED BY DATE
12
75
0 M
erit D
rive
| S
uite
5
70
| D
alla
s, T
exa
s 7
52
51
P 2
14
.3
73
.7
87
3 | w
ww
.h
wlo
ch
ne
r.co
m
TE
MP
LE
, T
EX
AS
CIT
Y O
F T
EM
PL
E, T
EX
AS
SUMMARY OF QUANTITIES
ITEM NO. SPEC ITEM DESCRIPTION UNIT
QUANTITY
ESTIMATED AS-CONST.
BASE BID
AIRPORT LIGHTING, RUNWAY MARKINGS AND SIGNAGE IMPROVEMENTS
OPTION #1 LED LIGHT FIXTURES
1 C-105 Mobilization LS 1
2 TEMP
Temporary Marking, Lighting, & Barricades
LS 1
3 P-101
Pavement Marking Removal
S.F.
73,000
4 P-620
Reflectorized Pavement Marking (White)
S.F.
67,500
5 P-620
Reflectorized Pavement Marking (Yellow)
S.F. 350
6 P-620
Non Reflectorized Pavement Marking (Black)
S.F.
18,000
7 L-105
Remove & Dispose Elevated Edge Light, Stake Mount Inc Box
EA 150
8 L-105
Remove & Dispose Elevated Edge Light, Base to Remain
EA 253
9 L-105
Remove & Dispose Elevated Edge Light, Base to be removed
EA 15
10 L-106
Remove & Dispose Elevated Edge Light, Base to Remain, Install Blank Cover
EA 3
11 L-105
Remove and Dispose Airfield Sign, Foundation to Remain
EA 41
12 L-105
Remove & Dispose Airfield Sign and Foundation
EA 2
13 L-105
Remove & Dispose Existing L-824C Direct Buried Cable
LF
34,870
14 L-105
Remove & Dispose Existing L-824C, in conduit
LF
46,300
15 L-105
Remove & Dispose Existing #6AWG Counterpoise Wire
LF
24,900
16 L-105 Remove Duct Marker EA 28
17 L-108
No. 8 AWG, L-824C, Installed in conduit
LF
92,890
18 L-108
No. 6 AWG Bare Counterpoise Wire including trench
LF
15,600
19 L-108
No. 6 AWG Bare Counterpoise Wire, Installed in conduit trench
LF
1,850
20 L-108
Temporary Elect Provisions
LS 1
21 L-109 Vault Electrical Modifications LS 1
22 L-109
4 kVA Regulator
EA 2
23 L-109
5 kVA Regulator
EA 1
24 L-109
7.5 kVA Regulator
EA 1
25 L-110
1-Way, 2" Sched 40 PVC Conduit in Unclassified Material
LF
17,185
26 L-110
4-Way, 2" Sched 40 PVC Conduit, Sand Encased Unclassified Material
LF
1,570
27 L-110
6-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 375
28 L-110
2-Way, 2" Sched 40 PVC Conduit, Directional Drilled
LF 130
29 L-110
4-Way, 2" Sched 40 PVC Conduit, Directional Drilled
LF 180
30 L-110
1-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 250
31 L-110
2-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 100
32 L-110
4-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 780
33 L-110
1-Way, 2" Sched 40 PVC Conduit, Open Cut in Existing Pavement
LF 475
34 L-115 L-867D Pull Box with Blank Cover EA 3
35 L-115
2-Way JCP
EA 24
36 L-115
4-Way JCP
EA 9
37 L-115
6-Way JCP
EA 2
38 L-125
L-861T(L) LED Elevated Taxiway Edge Light incl. base can
EA 195
39 L-125
L-861T(L) LED Elevated Taxiway Edge Light Incl. base can installed in existing pavement
EA 10
40 L-125
L-861T(L) LED Elevated Taxiway Edge Light Installed on existing base can
EA 120
41 L-125
L-861(L) LED Elevated Runway Edge Light Installed on existing base can
EA 109
42 L-125
L-861(L) LED Elevated Runway Edge Light Incl. base can installed in existing pavement
EA 1
43 L-125
L-861E(L) LED Elevated Runway Threshold Light on existing base can
EA 24
44 L-125
L-861E(L) LED Elevated Runway Threshold Light Incl. base can installed in existing pavement
EA 8
45 L-125
L-858(L) Guidance Sign, Size 1 - 1 Module, Single Face, on existing foundation
EA 14
46 L-125
L-858(L) Guidance Sign, Size 1 - 2 Module, Single Face, on existing foundation
EA 14
47 L-125
L-858(L) Guidance Sign, Size 1 - 3 Module, Single Face, on existing foundation
EA 13
48 L-125
L-858(L) Guidance Sign, Size 1 - 2 Module, Single Face, on new foundation
EA 1
49 L-125
L-853 Taxiway Retroreflective Edge Marker (Blue)
EA 7
SUMMARY OF QUANTITIES
ITEM NO. SPEC ITEM DESCRIPTION UNIT
QUANTITY
ESTIMATED AS-CONST.
BASE BID
AIRPORT LIGHTING, RUNWAY MARKINGS AND SIGNAGE IMPROVEMENTS
OPTION #2 INCANDESCENT EDGE LIGHTS
1 C-105 Mobilization LS 1
2 TEMP
Temporary Marking, Lighting, & Barricades
LS 1
3 P-101
Pavement Marking Removal
S.F.
73,000
4 P-620
Reflectorized Pavement Marking (White)
S.F.
67,500
5 P-620
Reflectorized Pavement Marking (Yellow)
S.F. 350
6 P-620
Non Reflectorized Pavement Marking (Black)
S.F.
18,000
7 L-105
Remove & Dispose Elevated Edge Light, Stake Mount Inc Box
EA 150
8 L-105
Remove & Dispose Elevated Edge Light, Base to Remain
EA 253
9 L-105
Remove & Dispose Elevated Edge Light, Base to be Removed
EA 15
10 L-105
Remove & Dispose Elevated Edge Light, Base to Remain, Install blank Cover
EA 3
11 L-105
Remove and Dispose Airfield Sign, Foundation to Remain
EA 41
12 L-105
Remove & Dispose Airfield Sign and Foundation
EA 2
13 L-105
Remove & Dispose Existing L-824C Direct Buried Cable
LF
34,870
14 L-105
Remove & Dispose Existing L-824C, in conduit
LF
46,300
15 L-105
Remove & Dispose Existing #6AWG Counterpoise Wire
LF
24,900
16 L-105 Remove Duct Marker EA 28
17 L-108
No. 8 AWG, L-824C, Installed in conduit
LF
92,890
18 L-108
No. 6 AWG Bare Counterpoise Wire including trench
LF
15,600
19 L-108
No. 6 AWG Bare Counterpoise Wire, Installed in conduit trench
LF
1,850
20 L-108
Temporary Elect Provisions
LS 1
21 L-109 Vault Electrical Modifications LS 1
22 L-109
7.5 kVA Regulator
EA 1
23 L-109
10 kVA Regulator
EA 2
24 L-109
20 kVA Regulator
EA 1
25 L-110
1-Way, 2" Sched 40 PVC Conduit in Unclassified Material
LF
17,185
26 L-110
4-Way, 2" Sched 40 PVC Conduit, Sand Encased Unclassified Material
LF
1,570
27 L-110
6-Way, 2" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 375
28 L-110
2-Way, 2" Sched 40 PVC Conduit, Directional Drilled
LF 130
29 L-110
4-Way, 2" Sched 40 PVC Conduit, Directional Drilled
LF 180
30 L-110
1-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 250
31 L-110
2-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 100
32 L-110
4-Way, 4" Sched 40 PVC Conduit, Sand Encased in Unclassified Material
LF 780
33 L-110
1-Way, 2" Sched 40 PVC Conduit, open cut in existing pavement
LF 475
34 L-115 L-867D Pull Box with Blank Cover EA 4
35 L-115
2-Way JCP
EA 24
36 L-115
4-Way JCP
EA 9
37 L-115
6-Way JCP
EA 2
38 L-125
L-853 Taxiway Retroreflective Edge Marker (Blue)
EA 7
39 L-125
L-861T Elevated Taxiway Edge Light incl. base can
EA 195
40 L-125
L-861T Elevated Taxiway Edge Light incl. base can installed in existing pavement
EA 10
41 L-125
L-861T Elevated Taxiway Edge Light installled on existing base can
EA 120
42 L-125
L-861 Elevated Runway Light installled on existing base can
EA 109
43 L-125
L-861 Elevated Runway Light incl. base can installed in existing pavement
EA 1
44 L-125
L-861E Elevated Runway Threshold Light installled on existing base can
EA 24
45 L-125
L-861E Elevated Runway Threshold Light incl. base installed in existing pavement
EA 8
46 L-125
L-858 Guidance Sign, Size 1 - 1 Module, Single Face, on existing foundation
EA 14
47 L-125
L-858 Guidance Sign, Size 1 - 2 Module, Single Face, on existing foundation
EA 14
48 L-125
L-858 Guidance Sign, Size 1 - 3 Module, Single Face, on existing foundation
EA 13
49 L-125
L-858 Guidance Sign, Size 1 - 2 Module, Single Face, on new foundation
EA 1
1
Revised Per Addendum
No. 1 (08-19-2020)
1
Revised Per Addendum
No. 1 (08-19-2020)
Addendum #1 08-19-2020
08-19-2020