15
Addendum No. 1 To: All Plan Holders Airport: Sugar Land Regional Airport Date: Tuesday, August 6, 2019 Project: Parallel Taxiway Relocation ~ Project 3 KSA Project No.: SG.061F Client Project No.: TxDOT CSJ No. 1712SUGAR-REBID The plans, specifications, and contract documents are modified as described below. All bidders shall acknowledge receipt of this and all other addenda on page 4 of 5 of the revised bid form titled Revised by Addendum No. 1. 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. Contract Document Revisions A. Bid Form Replace Bid Form with the attached Revised Bid Form. 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. II. Plan Revisions A. Plan Sheet 2, Summary of Quantities and Index of Sheets 1. Replace with the attached Revised Plan Sheet 2, Summary of Quantities and Index of Sheets B. Plan Sheet, 8, Phasing Plan ~ Phase 1 1. Replace with the attached Revised Plan Sheet 8, Phasing Plan ~ Phase 1 C. Plan Sheet 17, Paving Details 1. Replace with the attached Revised Plan Sheet 17, Paving Details III. Attachments A. Revised Bid Form B. Plan Sheet 2, Summary of Quantities and Index of Sheets C. Plan Sheet 8, Phasing Plan ~ Phase 1 D. Plan Sheet 17, Paving Details E. Contractor Questions and Responses F. Pre-Bid Meeting Agenda G. Pre-Bid Meeting Sign In

Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Addendum No. 1 To: All Plan Holders

Airport: Sugar Land Regional Airport Date: Tuesday, August 6, 2019

Project: Parallel Taxiway Relocation ~ Project 3

KSA Project No.: SG.061F Client Project No.: TxDOT CSJ No. 1712SUGAR-REBID

The plans, specifications, and contract documents are modified as described below. All bidders shall acknowledge receipt of this and all other addenda on page 4 of 5 of the revised bid form titled Revised by Addendum No. 1. 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. Contract Document Revisions

A. Bid Form

Replace Bid Form with the attached Revised Bid Form. 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.

II. Plan Revisions

A. Plan Sheet 2, Summary of Quantities and Index of Sheets

1. Replace with the attached Revised Plan Sheet 2, Summary of Quantities and Index of Sheets

B. Plan Sheet, 8, Phasing Plan ~ Phase 1

1. Replace with the attached Revised Plan Sheet 8, Phasing Plan ~ Phase 1

C. Plan Sheet 17, Paving Details

1. Replace with the attached Revised Plan Sheet 17, Paving Details

III. Attachments

A. Revised Bid Form

B. Plan Sheet 2, Summary of Quantities and Index of Sheets

C. Plan Sheet 8, Phasing Plan ~ Phase 1

D. Plan Sheet 17, Paving Details

E. Contractor Questions and Responses

F. Pre-Bid Meeting Agenda

G. Pre-Bid Meeting Sign In

Page 2: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Addendum No. 1 Page 2 of 2 8/6/2019

Addendum No. 1 Issued By:

KSA

___________________________________ Craig A. Clairmont, P.E. Regional Manager

TBPE Firm Registration No. F-1356

Craig A. Clairmont, P.E.

Digitally signed by Craig A. Clairmont, P.E. Date: 2019.08.06 15:43:20 -05'00'

Page 3: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Form 2506

Page 1 of 5Bid Form (Rev. 01/16)

Bid: TxDOT CSJ No. 1712SUGAR-REBID Revised by Addendum No. 1

Project Description:

Parallel Taxiway Relocation ~ Project 3, Relocating a Section of Perimeter Access Road

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:

Item Qty Unit Description Unit Price Total Price

1.01 1,446 SY Asphalt Pavement Removal (Full Depth) $0.00

1.02 2,484 CY Unclassified Excavation $0.00

1.03 1,211 CY Unclassified Embankment $0.00

1.04 1,795 CY Strip, Stockpile and Reinstall Topsoil $0.00

1.05 1,650 SY Sodding $0.00

1.06 3 AC Seeding for Permanent Application $0.00

1.07 1,965 SY 18" Crushed Aggregate Base Course $0.00

1.08 492 GAL Prime Coat $0.00

1.09 277 TON 3" HMAC (Type D) $0.00

1.10 80 LF 12" Dia. ASTM C76, Class III RCP $0.00

squinlan
Typewritten Text
Page 4: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Form 2506 (Rev. 01/16)Page 2 of 5

Item Qty Unit Description Unit Price Total Price

1.11 2 EA Headwall with Flared Wings (0° Skew) For 2~12" Dia. RCP

$0.00

1.12 1 LS Remove and Dispose of 37 LF of 8" Steel Pipe

$0.00

1.13 338 LF Remove and Dispose of 6' Chain-Link Fence $0.00

1.14 397 LF Remove and Dispose of 6' Wrought Iron Fence

$0.00

1.15 1 LS Remove and Dispose of Miscellaneous Concrete

$0.00

1.16 1 LS Remove and Dispose of Existing Wooden Fence and Wooden Bollards

$0.00

1.17 1 LS Remove and Dispose of 32 LF of 6" Steel Pipe

$0.00

1.18 1 LS Remove and Dispose of Grate Inlet $0.00

1.19 94 LF Remove and Dispose of 12" RCP $0.00

1.20 1 LS Remove and Dispose of Existing Red ILS Notification Light Fixture and Foundation

$0.00

1.21 1 LS Remove and Dispose of Electric Access Gate, Gate Operator/Controller and Foundation, and Gate Access Controls/Keypad, etc.

$0.00

1.22 450 LF Remove and Dispose of Existing Cable, Conduit, Repair Trench

$0.00

1.23 930 LF Filter Fabric Fence $0.00

1.24 1 EA Stabilized Construction Exit $0.00

1.25 3 EA Inlet Protection Barrier $0.00

1.26 495 SF Yellow Pavement Markers (Reflective, Type II)

$0.00

1.27 20 EA Raised Pavement Markers (Type II-A-A) $0.00

1.28 1 LS Mobilization $0.00

1.29 1 LS Barricades and Closed Runway Markings $0.00

1.30 1 LS Temporary Construction Fence $0.00

1.31 1 LS 24' Electric Access Gate $0.00

1.32 102 LF #8 AWG L-824C in Conduit $0.00

1.33 196 LF 3 - #10 in Conduit $0.00

1.34 266 LF 3 - #12 in Conduit $0.00

1.35 450 LF Two 1" PVC in Trench $0.00

Page 5: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Form 2506 (Rev. 01/16)Page 3 of 5

Item Qty Unit Description Unit Price Total Price

1.36 102 LF One 2" PVC in Trench $0.00

1.37 102 LF Four 2" PVC in an 8" Cased Bore $0.00

1.38 3 EA Electrical Handhole $0.00

1.39 1 EA L-804 (L), Mode 2, Guard Light Furnished and Installed

$0.00

1.40 400 LF 6' Wrought Iron Fence Furnished and Installed

$0.00

1.41 1 LS Relocate Existing Pedestrian Access Gate $0.00

1.42 1 LS Relocate Existing Stop Sign $0.00

1.43 1 LS Relocate Existing Restricted Area Sign $0.00

1.44 2 EA Remove and Dispose of Tree $0.00

$0.00Total Base Bid:

BID SUMMARY :1

Subtotal

Total

Base Bid

Total

It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Bidders must bid on all items. 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 90 calendar days thereafter.

Page 6: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Form 2506 (Rev. 01/16)Page 4 of 5

Bidder further agrees to pay as liquidated damages to the sum of $1,000 for each calendar day to complete the work beyond the allotted time or as extended by an approved Change Order.

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

Mailing Address

Printed Name

Title

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.

Page 7: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Form 2506 (Rev. 01/16)Page 5 of 5

Qualification Acknowledgment Signature:

Mailing Address

Signature

City, State, Zip Code

Title

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)

Page 8: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

MAR

KR

EVIS

ION

DAT

E

KSA

JOB

NO

.:

LATE

ST R

EVIS

ION

:

DES

IGN

ED B

Y:

DR

AWN

BY:

05/1

3/20

19

SHEE

T N

AME:

PRO

JEC

T N

AME:

SEAL:TBPE Firm Registration No. F-1356

SHEET NO.

\\KSA

-SUG

-SER

VER\

PROJ

ECTS

\SG0

61F\

008 C

AD\30

SHE

ETS\

SG06

1F-C

-GI-0

002.D

WG

| INDE

X

DR

AWIN

G P

ATH

\NAM

E | L

AYO

UT

816

Park

Tw

o Dr

., S

ugar

Lan

d, T

exas

774

78T.

281

-494

-325

2 F

. 28

1-49

4-32

34w

ww

.ksa

eng.

com

NMAJ

SG.0

61F

PAR

ALLE

L TA

XIW

AYR

ELO

CAT

ION

~ P

RO

JEC

T 3

SU

GA

R L

AN

D R

EG

ION

AL

AIR

PO

RT

SUG

AR L

AND

, TEX

AS

SG.06

1F -

PAR

ALLE

L TAX

IWAY

REL

OCAT

ION

~ PR

OJEC

T 3 -

SUG

AR LA

ND R

EGIO

NAL A

IRPO

RT -S

UGAR

LAND

, TEX

AS

SUM

MAR

Y O

F Q

UAN

TITI

ESAN

D IN

DEX

OF

SHEE

TS

02

INDEX OF SHEETSSHEET

No. DESCRIPTION OF DRAWINGSCIVIL

01 COVER SHEET02 SUMMARY OF QUANTITIES AND INDEX OF SHEETS03 GENERAL NOTES04 AIRPORT LAYOUT DRAWING05 PROJECT LAYOUT AND DEMOLITION PLAN06 HORIZONTAL CONTROL PLAN07 HORIZONTAL CONTROL POINTS TABLE08 PHASING PLAN ~ PHASE 109 PHASING PLAN ~ PHASE 210 PHASING DETAILS11 PAVING AND GRADING PLAN12 PLAN AND PROFILE PROPOSED PARALLEL TAXIWAY A (STA. 74+00 TO END)13 PLAN AND PROFILE PROPOSED TAXIWAY L (STA. 10+00 TO STA. 14+00)14 PLAN AND PROFILE PROPOSED NORTH ACCESS ROAD (STA. 10+50 TO STA. 17+18)15 * TXDOT DETAILS - SAFETY END TREATMENT - (SETP-PD)16 * TXDOT DETAILS - HEADWALL (CH-FW-0)17 PAVING DETAILS18 PAVEMENT JOINT LAYOUT AND SPOT ELEVATION PLAN19 PAVEMENT JOINT DETAILS20 FENCING DETAILS 121 FENCING DETAILS 222 MARKING DETAILS23 STORM WATER POLLUTION PREVENTION PLAN24 STORM WATER POLLUTION PREVENTION PLAN LAYOUT25 STORM WATER POLLUTION PREVENTION PLAN DETAILS26 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (1 OF 7)27 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (2 OF 7)28 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (3 OF 7)29 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (4 OF 7)30 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (5 OF 7)31 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (6 OF 7)32 FAA DESIGN FORM 5100-1 TAXIWAY PAVEMENT (7 OF 7)

ELECTRICALE-0.1 ELECTRICAL KEY PLANE-4.1 ELECTRICAL SITE PLAN IE-4.2 ELECTRICAL SITE PLAN IIE-6.1 ELECTRICAL DETAILS IE-6.2 ELECTRICAL DETAILS IIE-6.3 ELECTRICAL DETAILS III

* THE STANDARD SHEETS SPECIFICALLY IDENTIFIED ON THIS SHEET HAVE BEEN SELECTED BY ME ORUNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT.

SUMMARY OF QUANTITIESITEM 1 - TAXIWAY AND ACCESS ROAD CONSTRUCTION

ITEMNO. SPEC NO. DESCRIPTION

ESTIMATEDQUANTITY

RECORDQUANTITY UNITS

1.01 TXDOT105-4.1 ASPHALT PAVEMENT REMOVAL (FULL DEPTH) 1,446 SY

1.02 TXDOT110-4.1 UNCLASSIFIED EXCAVATION 2,484 CY

1.03 TXDOT132-5.1 UNCLASSIFIED EMBANKMENT 1,211 CY

1.04 TXDOT160-5.1 STRIP, STOCKPILE AND REINSTALL TOPSOIL 1,795 CY

1.05 TXDOT162-5.1 SODDING 1,650 SY

1.06 TXDOT164-5.1 SEEDING FOR PERMANENT APPLICATION 3 AC

1.07 TXDOT247-6.1 18" CRUSHED AGGREGATE BASE COURSE 1,965 SY

1.08 TXDOT310-6.1 PRIME COAT 492 GAL

1.09 TXDOT340-6.1 3" HMAC (TYPE D) 277 TON

1.10 TXDOT464-5.1 12" DIA. ASTM C76, MINIMUM CLASS III RCP 80 LF

1.11 TXDOT466-5.1 HEADWALL WITH FLARED WINGS (0° SKEW) FOR 2~12" DIA. RCP 2 EA

1.12 TXDOT496-4.1 REMOVE AND DISPOSE OF 37 LF OF 8" STEEL PIPE 1 LS

1.13 TXDOT496-4.2 REMOVE AND DISPOSE OF 6' CHAIN-LINK FENCE 338 LF

1.14 TXDOT496-4.3 REMOVE AND DISPOSE OF 6' WROUGHT IRON FENCE 397 LF

1.15 TXDOT496-4.4 REMOVE AND DISPOSE OF MISCELLANEOUS CONCRETE 1 LS

1.16 TXDOT496-4.5 REMOVE AND DISPOSE OF EXISTING WOODEN FENCE ANDWOODEN BOLLARDS

1 LS

1.17 TXDOT496-4.6 REMOVE AND DISPOSE OF 32 LF OF 6" STEEL PIPE 1 LS

1.18 TXDOT496-4.7 REMOVE AND DISPOSE OF GRATE INLET 1 LS

1.19 TXDOT496-4.8 REMOVE AND DISPOSE OF 12" RCP 94 LF

1.20 TXDOT496-4.9 REMOVE AND DISPOSE OF EXISTING RED ILS NOTIFICATION LIGHTFIXTURE AND FOUNDATION

1 LS

1.21 TXDOT496-4.10 REMOVE AND DISPOSE OF ELECTRIC ACCESS GATE, GATEOPERATOR/CONTROLLER AND FOUNDATION, AND GATE ACCESSCONTROLS/KEYPAD, ETC.

1 LS

1.22 TXDOT496-4.11 REMOVE AND DISPOSE OF EXISTING CABLE, CONDUIT, REPAIRTRENCH

450 LF

1.23 TXDOT506-6.1 FILTER FABRIC FENCE 930 LF

1.24 TXDOT506-6.2 STABILIZED CONSTRUCTION EXIT 1 EA

1.25 TXDOT506-6.3 INLET PROTECTION BARRIER 3 EA

1.26 TXDOT666-6.1 YELLOW PAVEMENT MARKINGS (REFLECTIVE, TYPE II) 495 SF

1.27 TXDOT672-5.1 RAISED PAVEMENT MARKERS (TYPE II-A-A) 20 EA

1.28 KSA100-3.1 MOBILIZATION 1 LS

1.29 KSA105-3.1 BARRICADES AND CLOSED RUNWAY MARKINGS 1 LS

1.30 KSA108-3.1 TEMPORARY CONSTRUCTION FENCE 1 LS

1.31 KSA801-6.1 24' ELECTRIC ACCESS GATE 1 LS

1.32 L-108 #8 AWG L-824C IN CONDUIT 102 LF

1.33 L-108 3 - #10 IN CONDUIT 196 LF

1.34 L-108 3 - #12 IN CONDUIT 266 LF

1.35 L-110 TWO 1" PVC IN TRENCH 450 LF

1.36 L-110 ONE 2" PVC IN TRENCH 102 LF

1.37 L-110 FOUR 2" PVC IN AN 8" CASED BORE 102 LF

1.38 L-115 ELECTRICAL HANDHOLE 3 EA

1.39 L-804 L-804 (L), MODE 2, GUARD LIGHT FURNISHED AND INSTALLED 1 EA

1.40 SEE PLANS 6' WROUGHT IRON FENCE 400 LF

1.41 SEE PLANS RELOCATE EXISTING PEDESTRIAN ACCESS GATE 1 LS

1.42 SEE PLANS RELOCATE EXISTING STOP SIGN 1 LS

1.43 SEE PLANS RELOCATE EXISTING RESTRICTED AREA SIGN 1 LS

1.44 SEE PLANS REMOVE AND DISPOSE OF TREE 2 EA

1AD

DEN

DU

M 1

8/6/

19

1

Craig A. Clairmont, P.E.

Digitally signed by Craig A. Clairmont, P.E. Date: 2019.08.06 16:09:28 -05'00'

Page 9: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

LEGENDEXISTING FEATURES

PROP. PAVEMENT EDGE

EXIST. BUILDING / STRUCTURES

EXISTING RUNWAY SAFETY AREA (RSA)

LOW PROFILE BARRICADES

CONTRACTOR ACCESS ROUTE

PHASING WORK AREA

CONTRACTOR STABILIZEDCONSTRUCTION ENTRANCE/EXIT

INSTRUMENT LANDING SYSTEM (ILS)CRITICAL AREA

MAR

KR

EVIS

ION

DAT

E

KSA

JOB

NO

.:

LATE

ST R

EVIS

ION

:

DES

IGN

ED B

Y:

DR

AWN

BY:

05/1

3/20

19

SHEE

T N

AME:

PRO

JEC

T N

AME:

SEAL:TBPE Firm Registration No. F-1356

SHEET NO.

\\KSA

-SUG

-SER

VER\

PROJ

ECTS

\SG0

61F\

008 C

AD\30

SHE

ETS\

SG06

1F-C

-LO-

PHAS

-000

1.DW

G | P

HAS

1

DR

AWIN

G P

ATH

\NAM

E | L

AYO

UT

816

Park

Tw

o Dr

., S

ugar

Lan

d, T

exas

774

78T.

281

-494

-325

2 F

. 28

1-49

4-32

34w

ww

.ksa

eng.

com

NMAJ

SG.0

61F

PAR

ALLE

L TA

XIW

AYR

ELO

CAT

ION

~ P

RO

JEC

T 3

SU

GA

R L

AN

D R

EG

ION

AL

AIR

PO

RT

SUG

AR L

AND

, TEX

AS

SG.06

1F -

PAR

ALLE

L TAX

IWAY

REL

OCAT

ION

~ PR

OJEC

T 3 -

SUG

AR LA

ND R

EGIO

NAL A

IRPO

RT -S

UGAR

LAND

, TEX

AS

PHAS

ING

PLA

N ~

PHAS

E 1

08

40 40 80

GRAPHIC SCALE IN FEET

0

PHASE ONE CONSTRUCTION ACTIVITIES (90 CALENDAR DAYS):1. MOBILIZATION2. ISSUE NOTAM PERTAINING TO CONSTRUCTION ACTIVITIES. THEN,3. INSTALL SW3P DEVICES AS DETAILED IN PLAN SHEETS BEFORE COMMENCEMENT OF

WORK. THEN,4. CONDUCT CLEARING AND GRUBBING OPERATIONS. THEN,5. INSTALL PROPOSED FENCE AND ELECTRIC ACCESS GATE. THEN,6. DEMO EXISTING FENCE AND ELECTRIC ACCESS GATE. THEN,7. CONSTRUCT PROPOSED ACCESS ROAD. THEN,8. DEMO EXISTING ACCESS ROAD AND OTHER DEMO ITEMS. THEN,9. UPON COMPLETION OF ALL WORK IN PHASE 1, THE NOTAM SHALL BE CANCELED AND THE

CONTRACTOR SHALL DEMOBILIZE.

PHASING GENERAL NOTES:1. THE CONTRACTOR SHALL PHASE CONSTRUCTION ACTIVITIES ASSOCIATED WITH THE NEW ACCESS ROAD IN A

MANNER THAT WILL ALLOW AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES. CONTRACTOR TO SUBMITPROPOSED TRAFFIC CONTROL PLAN TO ENGINEER FOR APPROVAL BY OWNER PRIOR TO BEGINNING WORK.

2. A PORTION OF THE ACCESS ROAD WILL BE CONSTRUCTED DURING NIGHTTIME HOURS OF 10 PM - 5 AM. THEPORTION OF ACCESS ROAD TO BE CONSTRUCTED AT NIGHT IS THE SECTION THAT IS LOCATED INSIDE THE ILSCRITICAL AREA. DURING THESE NIGHT TIME OPERATIONS THE CONTRACTOR SHALL PROVIDE AND INSTALL LIGHTEDRUNWAY CLOSURE X'S OVER THE RUNWAY DESIGNATION ON EACH END OF THE RUNWAY. REFER TO SHEET 10 FORDETAILS. CONTRACTOR IS NOT ALLOWED TO STOCK PILE ANY MATERIAL INSIDE THE ILS CRITICAL AREA.

3. WHEN CONTRACTOR IS CONDUCTING NIGHT TIME WORK, CONTRACTOR SHALL BE COMPLETELY OUT OF THE ILSCRITICAL AREA AT THE SPECIFIED TIME ON THE PHASING AT THE COMPLETION OF EACH NIGHT. CLEARING THEAIRPORT OPERATIONS AREA WILL INCLUDE REMOVAL OF ALL WORKERS, EQUIPMENT AND MATERIALS; REMOVAL OFALL DEBRIS; AND CLEANING AIRPORT OPERATIONS AREA TO REMOVE DUST AND FOD (FOREIGN OBJECT DEBRIS).INSTALLED MATERIALS SHALL BE CURED AND ACCEPTABLE FOR AIRCRAFT TRAFFIC AT THE END OF THE SPECIFIEDDAILY WORK PERIOD. ANY OPEN EXCAVATION, PITS, TRENCHES, ETC. WITHIN THE ILS CRITICAL AREA SHALL BEFILLED OR COVERED IN A MANNER SUITABLE FOR SUPPORTING A 120,000 POUND AIRCRAFT AT THE END OF THESPECIFIED DAILY WORK PERIOD. WHEN WORKING IN ILS CRITICAL AREA, THE CONTRACTOR SHALL ONLY EXCAVATEAN AMOUNT OF SOIL THAT CAN BE REPLACED WITH BASE MATERIAL, ETC. BEFORE END OF WORK SHIFT.

4. CONSTRUCTION OF IMPROVEMENTS WILL OCCUR ON AN ACTIVE AIRPORT. AIRPORT WILL REMAIN OPEN FOR THEDURATION OF THE PROJECT EXCEPT DURING THE PERIOD TO CONSTRUCT THE SECTION OF ACCESS ROAD THAT ISLOCATED INSIDE THE RSA.

5. ALL IMPACTS TO THE AIRPORT'S OPERATIONS SHALL BE COORDINATED DIRECTLY WITH THE ENGINEER AND RPR.6. CONTRACTOR SHALL HAVE A WATER TRUCK, AND SWEEPER/POWER BROOM, ONSITE PRIOR TO BEGINNING

REMOVAL OF VEGETATION, OR BEGINNING EXCAVATION OPERATIONS. THE WATER TRUCK AND SWEEPER SHALLREMAIN ONSITE FOR THE DURATION OF THE PROJECT. THE CONTRACTOR SHALL WATER AND SWEEP THE SITE ASNECESSARY, OR AT THE DIRECTION OF THE OWNER, ENGINEER OR RPR, TO MINIMIZE FOD/DUST ISSUES. NODIRECT PAY.

7. CONTRACTOR IS REQUIRED TO MARK THE SAFETY AREAS SHOWN ON THIS SHEET. MARKINGS FOR THESEBOUNDARIES SHOULD BE EASILY VISIBLE BUT SHALL NOT ENDANGER OR AFFECT AIRCRAFT OPERATIONS.

8. AIRPORT SECURITY IS OF UTMOST IMPORTANCE. THE CONTRACTOR SHALL SUPPLY HIS OWN LOCKS FOR ACCESSGATES, AND SHALL KEEP THE GATES LOCKED OR GUARDED AT ALL TIMES, EXCEPT FOR THE BRIEF PERIODREQUIRED FOR PASSAGE OF AUTHORIZED VEHICLES OR EQUIPMENT.

9. WHEN CONSTRUCTION ACTIVITIES HAVE BEEN COMPLETED FOR THE WORK DAY, ALL EQUIPMENT SHALL BE MOVEDOUT OF ALL SAFETY AREAS.

10. SOME OF THE CONSTRUCTION ACTIVITIES ASSOCIATED WITH THE ACCESS ROAD WILL BE TAKING PLACE IN THEINSTRUMENT LANDING SYSTEM (ILS) CRITICAL AREA. THESE CONSTRUCTION ACTIVITIES WILL NEED TO BECOORDINATED WITH THE ENGINEER AND AIRPORT TO MINIMIZE THE IMPACT TO THE AIRPORT AND THISNAVIGATIONAL AID.

11. MATERIALS WILL NOT BE ALLOWED TO BE STOCKPILED ADJACENT TO ACTIVE PAVEMENT.12. CONTRACTOR TO INSTALL SECURITY FENCE AROUND MATERIAL STORAGE AND STOCKPILE AREA. CONTRACTOR

SHALL INSTALL FENCING TO THE EXTENTS THEY DEEM NECESSARY TO SECURE EQUIPMENT, MATERIALS, ETC. THELOCATION OF THE FENCING SHALL BE APPROVED BY THE AIRPORT AND ENGINEER. THE INSTALLATION ANDREMOVAL WILL BE PAID VIA KSA-109 SPEC./PAY ITEM.

HIGHWAY 6

HU

LL R

OAD

TAXI

LAN

E C

TAXI

LAN

E D

TERMINALAPRON

TAXIWAY A

TAXIWAY M

TER

MIN

AL L

ANE

JIM DAVIDSON DR.

LEE

DU

GG

AN R

D.

JIM DAVIDSON DR.

OXBOWLAKE

DET

ENTI

ON

PON

D

CONTRACTOR STAGING AND STORAGE AREAN.T.S.

STABILIZEDCONSTRUCTION EXIT

CONTRACTORSTAGING ANDSTORAGE AREA

RUNWAY 17-35

TAXI

LAN

E C

DETENTIONPOND

TAXIWAY M

TAXIWAY L

HU

LL R

OAD

EXISTINGHANGAR

ILS CRITICALAREA BOUNDARY

EXISTING RUNWAYSAFETY AREA (RSA) (153'FROM RW CENTERLINE)

TAXIWAY SAFETYAREA (TSA)

TAXIWAY SAFETYAREA (TSA)

TAXIWAY OBJECTFREE AREA (TOFA)

ILS

CR

ITIC

AL A

REA

BO

UN

DAR

Y IS

200'

FR

OM

RU

NW

AY C

ENTE

RLI

NE

EDGE OF TSA IS 58.5' FROMTAXIWAY CENTERLINE

1AD

DEN

DU

M 1

8/6/

19

1

NIGHT WORK

Craig A. Clairmont, P.E.

Digitally signed by Craig A. Clairmont, P.E. Date: 2019.08.06 16:10:26 -05'00'

Page 10: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

MAR

KR

EVIS

ION

DAT

E

KSA

JOB

NO

.:

LATE

ST R

EVIS

ION

:

DES

IGN

ED B

Y:

DR

AWN

BY:

05/1

3/20

19

SHEE

T N

AME:

PRO

JEC

T N

AME:

SEAL:TBPE Firm Registration No. F-1356

SHEET NO.

\\KSA

-SUG

-SER

VER\

PROJ

ECTS

\SG0

61F\

008 C

AD\30

SHE

ETS\

SG06

1F-C

-DT-

PAVE

-000

1.DW

G | P

AVE-

DETL

DR

AWIN

G P

ATH

\NAM

E | L

AYO

UT

816

Park

Tw

o Dr

., S

ugar

Lan

d, T

exas

774

78T.

281

-494

-325

2 F

. 28

1-49

4-32

34w

ww

.ksa

eng.

com

NMAJ

SG.0

61F

PAR

ALLE

L TA

XIW

AYR

ELO

CAT

ION

~ P

RO

JEC

T 3

SU

GA

R L

AN

D R

EG

ION

AL

AIR

PO

RT

SUG

AR L

AND

, TEX

AS

SG.06

1F -

PAR

ALLE

L TAX

IWAY

REL

OCAT

ION

~ PR

OJEC

T 3 -

SUG

AR LA

ND R

EGIO

NAL A

IRPO

RT -S

UGAR

LAND

, TEX

AS

PAVI

NG

DET

AILS

17

NOTES:

1. PROVIDE 112" DROP-OFF FROM TOP OF PAVEMENT TO

ADJACENT FINISHED GRADE AT EDGE OF ALL PAVEMENTCONSTRUCTED IN THIS PROJECT.

2. SUFFICIENT TOPSOIL MAY NOT BE AVAILABLE ON THEAIRPORT SITE. THE CONTRACTOR SHALL SUPPLYTOPSOIL FROM OFF-SITE AS REQUIRED. TOPSOIL MUSTMEET THE REQUIREMENTS OF TxDOT 160.

3. THE TOPSOIL SHALL BE LIGHTLY ROLLED INTO PLACE.

4. ALL TOPSOILED AREAS SHALL BE TREATED WITH SEEDAND FERTILIZER IN ACCORDANCE WITH TxDOT 164 &TxDOT 166.

5. UPON COMPLETION OF CONSTRUCTION, INSTALL 10' OFSODDING (TxDOT 162) ADJACENT TO ALL PROPOSEDPAVEMENT EDGES.

112"

4" TOPSOIL(TxDOT 160)

PAVEMENT DROP-OFF DETAILN.T.S.

COMPACTED EMBANKMENT(TxDOT 132)

FINISHED GRADE

HMAC PAVEMENT SURFACE

TYPICAL ACCESS ROAD PAVEMENT DETAILN.T.S.

2%2%

10' 10'2'

14 MAX

14 MAX

14 MAX

14 MAX

2'ACCESS ROAD

SEE PAVEMENTDROP-OFF DETAILTHIS SHEET

3" HMAC TYPE D(TxDOT 340)

18" TYPE A GRADE 1 OR 2FLEXIBLE BASE (TX247)

PROPOSED BITUMINOUS PRIMECOAT (TxDOT 300/TxDOT 310)

PG

PG / NG

WIDTH VARIES WIDTH VARIES

SLOPE VARIESSLOPE VARIES

PROPOSED TAXIWAY PAVEMENT SECTIONN.T.S.

3' 2'

WIDTH VARIES

NOTES:1. SEE COMPLETE GRADING ON PLAN AND PROFILE SHEETS.2. SEE JOINT LAYOUT PLAN AND JOINT DETAILS FOR TAXIWAY PAVEMENT ON SHEET 18.

112" DROP-OFF SEE

DETAIL THIS SHEET

12" REINFORCED CONCRETEPAVEMENT (FAA P-501)

BITUMINOUS PRIME COAT APPLIED AT 0.25GAL/S.Y. OR AS DIRECTED BY THE ENGINEER(FAA P-602)

8" LIME STABILIZED SUBGRADE, 8% LIME BY DRY WEIGHT,COMPACTED TO 95% OF STANDARD PROCTOR (ASTM D698)AT ± 2% OF OPTIMUM MOISTURE (FAA P-155)

1.5%SLOPE

SLOPE VARIES

(4:1 MAX)

PROPOSED/NATURALGROUND

118' TSA

1.5%SLOPE

SLO

PE V

ARIE

S(4

:1 M

AX)

PROPOSED/NATURALGROUND

4" TOPSOIL-LIGHTLYROLLED (FAA T-905)

COMPACTEDEMBANKMENT (FAA P-152)

WIDTHVARIES

WIDTHVARIES

7" HOT MIX ASPHALT BASE COURSE(FAA P-403)

SAWCUT AND REMOVEMINIMUM 3' OF EXISTING

HMAC MATERIAL FORSURFACE COURSE OVERLAP.

18"

10' MINIMUM

PROPOSED HMA TO EXISTING HMAPAVEMENT TRANSITION DETAIL

N.T.S.

EXISTING ASPHALT

PROPOSED AGGREGATEBASE COURSE

PROPOSEDHMAC

SURFACE

EXISTING BASEAND SUBGRADE

MATERIALPROPOSED COMPACTED

SUBGRADE

20"

3'

3

1 2

4NOT USED NOT USED

1AD

DEN

DU

M 1

8/6/

19

1

Craig A. Clairmont, P.E.

Digitally signed by Craig A. Clairmont, P.E. Date: 2019.08.06 16:10:54 -05'00'

Page 11: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Contractor Questions

To: All Plan Holders Airport: Sugar Land Regional Airport Date: Tuesday, August 6, 2019

Project: Parallel Taxiway Relocation ~ Project 3 KSA Project No.: SG.061F Client Project No.: TxDOT CSJ No. 1712SUGAR-REBID

1. Question: Why is job rebidding?

Response: The project was not awarded during the previous bidding cycle.

2. Question: Please attach previous bid tab or totals?

Response: This request needs to be made to TxDOT.

3. Question: Is there an alternate for the expensive 1 of kind lighted trailer barricade sown on sheet 10. I don’t see a real phase plan. Is this necessary only when working inside r/w critical safety area.

Response: The phasing plan is shown on Sheet 8. The contractor is allowed to work in both inside and outside of the ILS critical area. However, work done inside the ILS critical area has to be conducted at night between the hours of 10 PM – 5 AM. There is not an alternate for the lighted runway closure X’s. Lighted runway closure X’s are required for the duration of night work.

4. Question: It appear that t/w relocation is at least 2 phases, one outside r/w/critical safety area and 1 inside. That

will add substantial to the project labor, equipment and time.

Response: If the contractor chooses to phase the project in a manner different from what is shown in the plans, the contractor shall submit that phasing plan to the engineer for review. While it is possible for the work to be done in multiple phases, regardless of the amount of phases, the contract time for this project is 90 calendar days.

5. Question: Please provide current Engineers Estimate.

Response: $679,205.

Page 12: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Pre-Bid Meeting

Airport: Sugar Land Regional Airport Date: Wednesday, July 24, 2019 @ 10:00 AM Project: Parallel Taxiway Relocation ~ Project 3

Organizer: Nathan Mikell KSA Project No.: SG.061F Client Project No.: TxDOT CSJ No. 1712SUGAR-Rebid

I. Sign In Sheet

II. Introductions and Roles

A. Phil Savko, Director of Aviation, Sugar Land Regional Airport

B. Elizabeth Rosenbaum, Assistant Director of Aviation, Sugar Land Regional Airport

C. Cassandra Slater, Airport Operations Manager, Sugar Land Regional Airport

D. Mitchell Davies, Airport Planning & Development Manager, Sugar Land Regional Airport

E. Stephanie Kleiber, Project Manager, TxDOT Aviation

F. Craig Clairmont, Project Manager, KSA

G. Nathan Mikell, Senior Design Engineer, KSA

III. Bidding Procedures

A. See Notice to Bidders and Instructions to Bidders section in Contract Documents for bidding information.

B. All bidders are encouraged to review all contract documents including Mandatory Federal Contract Provisions, TxDOT General Provisions, Special Provisions, and Specifications.

C. Technical questions/comments should be submitted to Craig Clairmont ([email protected] 281-494-3252) or Nathan Mikell ([email protected], 281-494-3252) by Monday, August 5, 2019, at 5:00 PM. Questions must be in writing and received prior to date mentioned.

D. For other information visit the TxDOT Aviation website or call Sheri Quinlan at 512-416-4516.

E. Sealed bids for the construction of airport improvements at the Sugar Land Regional Airport are due to be delivered to Mr. Thomas Harris III, City Secretary, 2700 Town Center Boulevard North, Suite 122, Sugar Land, Texas 77479 at 2:00 p.m. on August 13, 2019. At that time, bids will be publicly opened and read aloud in the Brazos Room, which is located on the 1st floor in City Hall. Any bid received after closing time will be returned unopened.

F. Bid Proposal

1. Bidders must utilize the bid proposal form provided on TxDOT’s website.

2. Bidders must provide pricing for all the Base Bid items. The contract award will be based on the lowest qualified bid.

G. Bidder shall reference the Aviation Division General Construction Contract Provisions.

1. http://txdot.gov/inside-txdot/division/aviation/general-provisions.html

H. Contract will be awarded within 60 calendar days from bid opening.

Page 13: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Pre-Bid Meeting Page 2 of 3 7/24/2019

I. Federally funded project

1. The DBE goal for this project is 6.0%. Questions regarding DBE Goal percentage and Good Faith Efforts should be directed to Sheri Quinlan at 512-416-4516.

2. If DBE plan is not supplied with bid, the DBE plan is due within 5 calendar days from bid opening (Sunday, August 18, 2019 by 2:00 PM).

3. DBE plans submitted after bid opening shall be submitted to TxDOT Aviation via email to [email protected].

4. Wage rate requirements will be required as shown in the Contract Documents.

5. Buy American – Steel and Manufactured Products for Construction Contracts (See Special Notice to Bidders).

IV. Scope of Work

- Demo a portion of the existing Hull Road and construct a new relocated section of Hull Road

- Install 6’ wrought iron fence

- Install 24’ electric access gate

V. Site Access / Staging Areas

A. Site Access and Staging Area

1. Contractor staging and storage area shall be at the location shown on the phasing plan in the plan set. (Sheet 08)

VI. Safety and Phasing Plan

A. Contractor will be required to be in compliance with FAA Advisory Circular 150/5370-2G, Operational Safety on Airports during Construction.

B. Contractor will prepare a Safety Plan Compliance Document that outlines how they intend to comply with the established Construction Safety and Phasing Plan requirements.

C. Phase 1 (90 Calendar Days)

1. Install proposed fence and electric access gate

2. Demo existing fence and electric access gate

3. Demo existing access road

4. Construct proposed access road

VII. Other Information

A. Contract Time

1. 90 Calendar days for Base Bid

2. Liquidated Damages are $1,000 per calendar day

B. RPR Office (as required per Specification KSA-100)

C. Materials Acceptance by Owner / Materials Quality Control by Contractor

D. Protection of any existing utilities in the project area is the responsibility of the Contractor. Engineer has endeavored to show all known utilities within the Contract documents, but this shall not relieve the Contractor from full responsibility in anticipating all underground obstructions,

Page 14: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~

Pre-Bid Meeting Page 3 of 3 7/24/2019

whether or not shown on the plans. Contractor should call for utility locates and verify locations of all utilities prior to starting construction.

E. SW3P – Contractor’s Responsibility

F. Engineer’s Construction Estimate

1. Base Bid = $679,205.00

Notes:

Page 15: Addendum No. 1 - dot.state.tx.us · 05 project layout and demolition plan 06 horizontal control plan 07 horizontal control points table 08 phasing plan ~ phase 1 09 phasing plan ~