addendum no. 2 to the request for bids … #2.pdfplease state compaction requirements for fill...

18
DFW International Airport Addendum No. 2 Founders’ Plaza Contract # 9500309 1 of 6 November 9, 2007 ADDENDUM NO. 2 TO THE REQUEST FOR BIDS CONTRACT NO. 9500309 CONSTRUCTION OF FOUNDERS’ PLAZA November 9, 2007 BID DATE THURSDAY NOVEMBER 15, 2007 2:00PM LOCAL TIME THE REQUEST FOR BIDS (RFB) FOR THE ABOVE IS HEREBY REVISED AS FOLLOWS: THIS ADDENDUM CONSISTS OF 18 PAGES TOTAL. IF THERE ARE ANY QUESTIONS, CONTACT DAVID HORTON AT (972) 586-6016 or [email protected]. DALLAS/FORT WORTH INTERNATIONAL AIRPORT

Upload: truongdung

Post on 01-Apr-2018

218 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 1 of 6 November 9, 2007

ADDENDUM NO. 2

TO THE REQUEST FOR BIDS

CONTRACT NO. 9500309

CONSTRUCTION OF

FOUNDERS’ PLAZA

November 9, 2007 BID DATE THURSDAY NOVEMBER 15, 2007 2:00PM LOCAL TIME

THE REQUEST FOR BIDS (RFB) FOR THE ABOVE IS HEREBY REVISED AS FOLLOWS: THIS ADDENDUM CONSISTS OF 18 PAGES TOTAL. IF THERE ARE ANY QUESTIONS, CONTACT DAVID HORTON AT (972) 586-6016 or [email protected].

DALLAS/FORT WORTH INTERNATIONAL AIRPORT

Page 2: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 2 of 6 November 9, 2007

A. RESPONSE TO CONTRACTORS’ QUESTIONS:

Q1. Are there restrictions on light plants or equipment headlights for work that may need to be performed at night in order to meet project schedule?

A1. Lighting will be allowed on the project. The contractor will be required to coordinate with Airfield Operations on a nightly basis to determine orientation of lighting equipment so as not to interfere with Aircraft Operations.

Q2. Are there any particular restrictions regarding cranes needed to dismantle the existing

beacon or installing the new beacon? A2. An airspace study has been submitted to the FAA requesting 120’ crane height for this

area. Q3. Please confirm that Owner will obtain all necessary construction permits including electrical

permits, street permits and any public utility permits, etc. A3. No. This contractor is required to obtain construction permits from DFW Code Enforcement. Q4 Please confirm that Owner will contract directly with TXU or electric service provider for

electrical power for beacon and related electrical items to be installed as permanent fixtures to the site.

A4. Yes, TXU primary and transformer are billed directly to DFW Airport. This contractor is required to construct duct bank and transformer pad for TXU’s use for installing these items. This contractor is required to coordinate with TXU for these services.

Q5. Note 5 on GN02-02 states that the Contractor shall obtain construction permit from DFW

Building Standards. Is this correct? If the Contractor is to obtain this, what is the estimated cost of the permit?

A5. Yes, the contractor is required to obtain the permit. There is no cost to the contractor for the permit. Cost of the permit is paid by DFW

Q6. Are there any particular specifications regarding Note 8 on GN02-02 which states the

Contractor must fence this staging area? A6. Reference Division 1 sections 01500, 01505 and 01520, a 6’ high chain link fence in good

repair is required. Q7. When is the turn lane work to be performed by Others expected to take place? A7. This scope of work has been added to this contract. See below additions. Q8. Is Note 1 shown on GN04—03 correct? Should it say 8am to 3pm? Please clarify. A8. No, note is correct. The peak traffic for West Bound traffic is from 3pm-8pm. Two lanes

must be open during this time. Work can be performed during off peak hours as stated from 8pm-3pm(19 hour period).

Q9. Please confirm that there shall be no import or export of material for general

excavation/embankment. If import/export is required to meet plan grades, then it shall be an additional pay item to the Contractor.

A9. No import or export is expected. If contractor expects shrinkage/swell factors to be significant, surrounding grades can be adjusted to accommodate no import or export.

Q10. Please confirm that all material in the existing on-site stockpile is useable soil material and

the Contractor is not responsible for debris removal or processing. A10. Confirmed. If unsuitable material is encountered, it will be treated as an unforeseen

condition.

Page 3: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 3 of 6 November 9, 2007

Q11. What shall the Contractor do with the concrete barriers required for the Temporary AOA

fence that is to be installed once the Permanent AOA fence is complete? (SC01-02) A11. Concrete Traffic Barriers are the contractor’s property and shall be hauled off airport. Q12. Is the Contractor to provide a Field Office for the Engineer? (GP-19, 60-5) A12. No. Q13. Please state compaction requirements for fill material placed under non-paved areas. (P-

152, 152-2.2h) (P-152, 152-2.6b) A13. As stated in P-152.2.h the subgrade under paved areas within excavation zones shall be

compacted 12” deep and to a density of not less than 95% nor more than 100% Standard Proctor at +1 to +4% of optimum moisture conditions. No additional compaction is required in excavation areas outside pavement areas. All fill areas shall be compacted to no less than 95% Standard Proctor at +1 to +4% of optimum moisture except areas under pavement shall not be compacted in excess of 100% Standard Proctor at +1 to +4 optimum moisture condition. In embankment areas outside the pavement areas, the top four inches of embankment will not require compaction.

Q14 Please confirm that it is the Owner’s intent that only on-site topsoil shall be used for the site

and that the Contractor is not responsible for importing topsoil meeting criteria set forth in the specifications. (P-152, 152-2.10) (02910, 2.01) Importing topsoil would add a significant cost to the project.

A14. Confirmed. All topsoil is from onsite excavation. Note though that Bed Preparation per LA01-06 and Specification 02900 Exterior landscaping is a requirement.

Q15. Are the Contractor’s Subcontractors working within the AOA required to provide the

$10,000,000 Umbrella Liability policy in addition to that required by the Contractor? (SP-8, 3.0, D.e.)

A15. Any subcontractor gaining vehicle access to the AOA is required to have the $10,000,000 liability policy.

Q16. I am confused about the Contractor Quality Control Program and the Owner’s Quality

Assurance. I think the Owner hires an independent lab to perform soils and concrete testing. Does the Contractor Quality Control Program require the Contractor to also hire an independent lab to perform the same testing?

A16. Yes, Reference Division 1 section 01400 and 01410. The contractor is the first line of inspection and Quality Control is the responsibility of the contractor. The owners Quality Assurance testing is only conducted to verify work for acceptance and payment purposes.

Q17. Section 02885 – Outdoor Sculpture and Ornamental Work – Do you have dimensions for

the sculptures and placard footings other than the required depth? What do the sculptures weigh? Are they attached to the footings? Also the basis of payment includes compensation for storage. Will the sculptures remain in DFW’s salvage yard until they are re-installed? Will the Contractor be charged a storage fee?

A17. These are very minor structures. The sculptures are approximately 3’ high and weigh approx 100 lbs. The sculptures have rods that are embedded into the footing which is approx an 8 inch dia x24 inch deep footing. The placard is also minor and is approximately 1’x2’ and 6” deep. No reinforcing is required. The sculptures and placard will remain in DFW’s storage yard with no fee to the contractor.

Page 4: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 4 of 6 November 9, 2007

Q18. Plan Sheet LA01-08 – Note 8 says the Contractor is too provide 100% irrigation coverage for all defined landscape areas. Portions of the wildflower areas appear to be out of the limit of permanent irrigation. Do these areas also have to be permanently irrigated?

A18. These areas are not required to be permanently irrigated. Reference Specification 02922 Seeding and Sodding, contractor is required to supply adequate moisture to establish growth.

B. SPECIFICATIONS VOLUME 1 OF 2 -

1. Page "i" - Delete reference to: "The Owner will determine the preferred bid based upon the most advantageous Bid, as determined solely by the Owner."

Replace with: "The contract, if awarded, shall be to the lowest responsive bidder whose bid, conforming with all material terms and conditions of the invitation for bids, is the lowest in price for the mandatory bid or the selected alternate bid."

2. Page B-2 – Replace in its entirety with the attached Revised Pages B-2 (2 pages) 3. Page B-3 – Replace sheets 7 and 8 with the attached pages 7 and 8 for Mandatory 180day

schedule(2 pages), Alternate 150 day schedule(2 pages), and Alternate 120 day schedule (2 pages) This change adds 1 lump sum pay item for Intersection improvements – Airfield Drive & Texan Trail and modifies the Bid Summary. This revised Excel spreadsheet will be made available for download on MS Dallas Website http://msdallas.com/active_bids.html.

4. PAGE – B-42 – Add the attached Construction Permit Environmental Questionnaire (3 pages) 5. Special Provisions - Add section 40.0 as follows:

“40.0 PROCUREMENT OF ANCILLARY/INTEGRAL PROFESSIONAL SERVICES A. The Contractor shall not select a provider of professional services or a group or

association of providers or award a subcontract for the services on the basis of competitive bids submitted for the subcontract or for the services, but shall make the selection and award: 1. on the basis of demonstrated competence and qualifications to perform the services;

and 2. for a fair and reasonable price.

B. The professional fees under the subcontract:: 1. must be consistent with and not higher than the recommended practices and fees

published by the applicable professional associations; and 2. may not exceed any maximum provided by law.

C. In procuring architectural, engineering, or land surveying services, the Contractor shall: 1. first select the most highly qualified provider of those services on the basis of

demonstrated competence and qualifications; and 2. then attempt to negotiate with that provider a subcontract at a fair and reasonable

price.

Page 5: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 5 of 6 November 9, 2007

D. If a satisfactory subcontract cannot be negotiated with the most highly qualified provider of

architectural, engineering, or land surveying services, the Contractor shall: 1. formally end negotiations with that provider; 2. select the next most highly qualified provider; and 3. attempt to negotiate a subcontract with that provider at a fair and reasonable price.

E. The Contractor shall continue the process to select and negotiate with providers until a subcontract is entered into.

F. “Professional services” means services:

1. within the scope of the practice, as defined by state law, of: i. accounting; ii. architecture; iii. landscape architecture; iv. land surveying; v. medicine; vi. optometry; vii. professional engineering; viii. real estate appraising; or ix. professional nursing; or

2. provided in connection with the professional employment or practice of a person who is licensed or registered as:

i. a certified public accountant; ii. an architect; iii. a landscape architect; iv. a land surveyor; v. a physician, including a surgeon; vi. an optometrist; vii. a professional engineer; viii. a state certified or licensed real estate appraiser; or ix. a registered nurse.”

C. SPECIFICATIONS VOLUME 2 OF 2

1. Division 10 Section 10800 BEACON LIGHT AND TOWER – a. 1.01 SUMMARY – Add the following paragraph

“B. The existing beacon to be demolished has paint remnants which has been determined to be lead containing. Laboratory analysis of swab samples collected during the inspection indicated the presence of LBP’s in excess of 2.0 micrograms. Removal of the structure shall be in compliance with 29 CFR 1926.62. It is not known at this time whether the lead is leachable.”

Page 6: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

DFW International Airport Addendum No. 2Founders’ Plaza Contract # 9500309 6 of 6 November 9, 2007

D. PLANS

1. Add Sheet CV11-01 Intersection Improvements – Airfield Drive & Texan Trail (included herein at 11x17). Full size sheet can be obtained from MS Dallas

2. GN02-02 – GENERAL CONSTRUCTION NOTES – NOTE 18 – add the following:

a. “Existing Chesapeake utilities cathodic protection stations will require adjustment by Chesapeake during grading operation. Contractor to coordinate this work with Chesapeake.”

ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT DOCUMENTS REMAIN AS PRINTED IN THE BID/PROPOSAL DOCUMENTS.

Page 7: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

_____________________________________________________________________________ Construction of Founders’ Plaza BID PAGES Contract 9500309 B-2

CONTRACT NO. 9500309 CONSTRUCTION OF FOUNDERS’ PLAZA

FAA AIP GRANT NO. 3-48-0064-82-07

Receipt is hereby acknowledged of the following Addenda to the Contract Documents: Addendum No. 1 Date Received Ack. By Addendum No. 2 Date Received Ack. By Addendum No. 3 Date Received Ack. By Addendum No. 4 Date Received Ack. By Addendum No. 5 Date Received Ack. By The contract, if awarded, shall be to the lowest responsive bidder whose bid, conforming with all material terms and conditions of the invitation for bids, is the lowest in price for the mandatory bid or the selected alternative bid. Bidders must bid on the Mandatory Bid. Only bidding on one or both Alternate Bids will be considered non-responsive bids and will not be read at the bid opening. Bidders are not required to bid either or both of the Alternate Bids.

SUMMARY OF BID

MANDATORY BID CONTRACTOR agrees to construct Contract No. 9500309, “Construction of Founders’ Plaza" in accordance with the plans and specifications and to complete the work within 180 (one hundred eighty) consecutive calendar days for substantial completion, with an additional 60 (sixty), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule, Unit Prices, attached hereto, for the following estimated amounts: MANDATORY BID: DOLLARS and ____/100 ($ . Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated .....................................................................$ All Other Costs .........................................................................................$ Total Mandatory Bid..................................................................................$ For informational purposes, provide the total costs associated with additional Insurance Coverage for this Contract .....................................................................$ ALTERNATE BID - 150 DAYS CONTRACTOR agrees to construct Contract No. 9500309, “Construction of Founders’ Plaza" in accordance with the plans and specifications and to complete the work within 150 (one hundred fifty) consecutive calendar days for substantial completion, with an additional 60 (sixty), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule, Unit Prices, attached hereto, for the following estimated amounts: ALTERNATE BID - 150 DAYS: DOLLARS and ____/100 ($ . Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated .....................................................................$ All Other Costs .........................................................................................$ Total Alternate Bid ....................................................................................$ For informational purposes, provide the total costs associated with additional

Page 8: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

_____________________________________________________________________________ Construction of Founders’ Plaza BID PAGES Contract 9500309 B-2

Insurance Coverage for this Contract .....................................................................$ ALTERNATE BID - 120 DAYS CONTRACTOR agrees to construct Contract No. 9500309, “Construction of Founders’ Plaza" in accordance with the plans and specifications and to complete the work within 120 (one hundred twenty) consecutive calendar days for substantial completion, with an additional 60 (sixty), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule, Unit Prices, attached hereto, for the following estimated amounts: ALTERNATE BID - 120 DAYS: DOLLARS and ____/100 ($ . Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated .....................................................................$ All Other Costs .........................................................................................$ Total Alternate Bid ....................................................................................$ For informational purposes, provide the total costs associated with additional Insurance Coverage for this Contract .....................................................................$

The bidder shall complete the following statement by checking the appropriate space.

The bidder has ____ has not ____ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246.

The bidder has ____ has not ____ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts.

If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract.

Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee, 1800 G Street, Washington, DC 20506.

( ) The below listed firm is a Disadvantaged Business Enterprise (DBE / M/WBE).

NAME OF BIDDER/CORPORATION:

BIDDER'S ADDRESS:

CITY, STATE, ZIP: PHONE NO.:

PRINTED NAME & TITLE OF PERSON SIGNING BID FEDERAL I.D. NUMBER

SIGNATURE:

(Seal, if bid by a Corporation)

Page 9: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

ITEM NO.

SPEC ITEM

ESTIMATED QUANTITY

UNIT UNIT BID PRICE

AMOUNT BIDNAME OF PAY ITEM WITH UNIT BID PRICE

IN WORDS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

CUP FIBER CONNECTIVITY

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

AIRPORT BEACON

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

ADDITIONAL CAMERAS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

INTERSECTION IMPROVEMENTS INCL. PAVING, TRAFFIC CONTROL, SIGNALIZATION, STRIPING AND ALL INCIDENTALS PER CV11-01

-$ -$

76 CV11-01 1 LS

REMOVAL AND DISPOSAL OF EXISTING BEACON TOWER and SITE RESTORATION

-$ -$

75 16780 1 LS ADDITIONAL CCTV CAMERAS(2 FIXED/2PTZ CAMERAS INCL MOUNTING AND CONNECTIVITY TO CCTV PANEL)

-$ -$

74 10800 1 LS

CCTV SYSTEM FIBER CONNECTIVITY (incl conduit/ Raceways) (CUP to DPS 2)(CO 01-01 thru CO 01-7)

-$ -$

73 10800 1 LS NEW BEACON AND TOWER (including electrical)

-$ -$

72 16,780 1 LS

71 16780 1 LSCCTV SYSTEM FIBER CONNECTIVITY (incl conduit and bore) (DPS 2 to FP)(CO 01-08 thru CO 01-11)

-$ -$

B-37 of 8

MANDATORY BID - 180 DaysContract No. 9500309

ADDENDUM #2

Page 10: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

MANDATORY BID- 180 CONSECUTIVE CALENDAR DAY SCHEDULEFOUNDERS PLAZA

ITEMS 1 THROUGH 71 = $

CUP FIBER CONNECTIVITY

ITEM 72 = $

AIRPORT BEACON

ITEMS 73 THROUGH 74 = $

ADDITIONAL CAMERAS

ITEM 75 = $

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

ITEM 76 = $

GRAND TOTAL - 180 CONSECUTIVE CALENDAR DAY SCHEDULE

ITEMS 1 THROUGH 76 = $

$$

-$

MATERIALS INCORPORATED INTO THE PROJECTALL OTHER COSTSTOTAL COST OF PROJECT

SEPARATE COST BREAKDOWN

B-38 of 8

MANDATORY BID - 180 DaysContract No. 9500309

ADDENDUM #2

Page 11: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

ITEM NO.

SPEC ITEM

ESTIMATED QUANTITY

UNIT UNIT BID PRICE

AMOUNT BIDNAME OF PAY ITEM WITH UNIT BID PRICE

IN WORDS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

CUP FIBER CONNECTIVITY

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

AIRPORT BEACON

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

ADDITIONAL CAMERAS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

INTERSECTION IMPROVEMENTS INCL. PAVING, TRAFFIC CONTROL, SIGNALIZATION, STRIPING AND ALL INCIDENTALS PER CV11-01

-$ -$

76 CV11-01 1 LS

REMOVAL AND DISPOSAL OF EXISTING BEACON TOWER and SITE RESTORATION

-$ -$

75 16780 1 LS ADDITIONAL CCTV CAMERAS(2 FIXED/2PTZ CAMERAS INCL MOUNTING AND CONNECTIVITY TO CCTV PANEL)

-$ -$

74 10800 1 LS

CCTV SYSTEM FIBER CONNECTIVITY (incl conduit/ Raceways) (CUP to DPS 2)(CO 01-01 thru CO 01-7)

-$ -$

73 10800 1 LS NEW BEACON AND TOWER (including electrical)

-$ -$

72 16,780 1 LS

71 16780 1 LSCCTV SYSTEM FIBER CONNECTIVITY (incl conduit and bore) (DPS 2 to FP)(CO 01-08 thru CO 01-11)

-$ -$

B-37 of 8

ALTERNATE BID - 150 daysContract 9500309

ADDENDUM #2

Page 12: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

ALTERNATE BID- 150 CONSECUTIVE CALENDAR DAY SCHEDULEFOUNDERS PLAZA

ITEMS 1 THROUGH 71 = $

CUP FIBER CONNECTIVITY

ITEM 72 = $

AIRPORT BEACON

ITEMS 73 THROUGH 74 = $

ADDITIONAL CAMERAS

ITEM 75 = $

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

ITEM 76 = $

GRAND TOTAL - 150 CONSECUTIVE CALENDAR DAY SCHEDULE

ITEMS 1 THROUGH 76 = $

$$

-$

MATERIALS INCORPORATED INTO THE PROJECTALL OTHER COSTSTOTAL COST OF PROJECT

SEPARATE COST BREAKDOWN

B-38 of 8

ALTERNATE BID - 150 daysContract 9500309

ADDENDUM #2

Page 13: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

ITEM NO.

SPEC ITEM

ESTIMATED QUANTITY

UNIT UNIT BID PRICE

AMOUNT BIDNAME OF PAY ITEM WITH UNIT BID PRICE

IN WORDS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

CUP FIBER CONNECTIVITY

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

AIRPORT BEACON

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

ADDITIONAL CAMERAS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

at_____________________________________ DOLLARS

and_____________________________CENTS per LS

INTERSECTION IMPROVEMENTS INCL. PAVING, TRAFFIC CONTROL, SIGNALIZATION, STRIPING AND ALL INCIDENTALS PER CV11-01

-$ -$

76 CV11-01 1 LS

71 16780 1 LSCCTV SYSTEM FIBER CONNECTIVITY (incl conduit and bore) (DPS 2 to FP)(CO 01-08 thru CO 01-11)

-$ -$

72 16,780 1 LS CCTV SYSTEM FIBER CONNECTIVITY (incl conduit/ Raceways) (CUP to DPS 2)(CO 01-01 thru CO 01-7)

-$ -$

73 10800 1 LS NEW BEACON AND TOWER (including electrical)

-$ -$ 74 10800 1 LS REMOVAL AND DISPOSAL OF EXISTING BEACON

TOWER and SITE RESTORATION

-$ -$

75 16780 1 LS ADDITIONAL CCTV CAMERAS(2 FIXED/2PTZ CAMERAS INCL MOUNTING AND CONNECTIVITY TO CCTV PANEL)

-$ -$

B-37 of 8

ALTERNATE BID - 120 DaysContract 9500309

ADDENDUM #2

Page 14: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

MANDATORY BID- 120 CONSECUTIVE CALENDAR DAY SCHEDULEFOUNDERS PLAZA

ITEMS 1 THROUGH 71 = $

CUP FIBER CONNECTIVITY

ITEM 72 = $

AIRPORT BEACON

ITEMS 73 THROUGH 74 = $

ADDITIONAL CAMERAS

ITEM 75 = $

NORTH AIRFIELD DRIVE AND TEXAN TRAIL INTERSECTION IMPROVEMENTS

ITEM 76 = $

GRAND TOTAL - 120 CONSECUTIVE CALENDAR DAY SCHEDULE

ITEMS 1 THROUGH 76 = $

$$

-$

MATERIALS INCORPORATED INTO THE PROJECTALL OTHER COSTSTOTAL COST OF PROJECT

SEPARATE COST BREAKDOWN

B-38 of 8

ALTERNATE BID - 120 DaysContract 9500309

ADDENDUM #2

Page 15: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

B-42 1 of 3

DALLAS/FORT WORTH INTERNATIONAL AIRPORT BOARD

Construction Permit Environmental Questionnaire

To be completed 7 days after Bid Date As the construction contractor for Founders Plaza, you are responsible for filing the necessary paperwork, performing the required activities, and obtaining the essential permits. In order to expedite your paperwork process and the project, the Airport on your behalf is preparing the following preliminary plans (outlines) for your review, edits, and final approval: Storm Water Pollution Prevention Plan, Spill Response Plan, Solid Waste Management Plan, and a Soil Management Plan. All of the above mentioned plans will need specific information from you, the construction contractor (e.g. company name, contact information, hazardous materials on site, information of landfill to be used, etc.), in order to finalize these plans for your review, edits, comments, final approval, and your firm’s representative’s signature. This does not relieve your company of compliance with the applicable environmental regulations or liability. Please complete the following information to assist the Airport with the Founders Plaza SW3P.

1) Total Area of Off-site Material Storage Areas, Burrows, Fill Areas, Stockpiles of Dirt, etc. needed: _______

2) Construction Support Activities (on-site or off-site asphalt or concrete batch plants, equipment staging, repair or refueling areas, and material storage areas providing sole and direct support to the construction project):

3) Description of Existing Storm Sewer Systems (existing onsite storm sewer systems including location of inlets & outfalls, pipe sizes, etc.):

4) Will this construction project generate or handle hazardous waste (i.e. waste that poses potential

harm to human health and/or the environment)? Examples of materials at construction sites that may be classified as hazardous waste include: organic solvents (spent cleaners), used oil, paint thinners, paints including lead-based paint, or wastes that contain ignitable and corrosive materials or certain toxic pollutants.

Yes No How you plan on managing/containing the on-site hazardous waste will be documented and tracked in your SW3P.

5) Will this construction project generate lead-based paint waste during demolition or remodeling of an airport structure/building?

Yes No Persons involved in lead-abatement projects or who perform certain lead-based paint activities have to be certified to do the work under 40 CFR Part 745.

6) Will this construction project entail demolishing or renovating an existing facility that contains a regulated asbestos-containing material? (Asbestos is a hazardous substance when it is in a form that can be reduced to dust by hand pressure (i.e. it is friable)).

Yes No

Page 16: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

B-42 2 of 3

If you answer “Yes”, the following asbestos abatement documents are required: Texas Department of State Health Services Renovation/Demolition Notification Abatement Design Document Current copies of abatement contractor’s licenses and accreditation for all employees,

including project manager and air monitoring technician Current copy of abatement contractor’s insurance certificates

(The Airport will conduct the necessary lead and asbestos surveys to determine their presence.)

7) Does this construction project have the potential to emit any air contaminants (i.e. does this project involve the use of stationary or mobile fuel powered machinery or equipment)?

Yes No

If “Yes”, you will be asked how far to any off-site receptor (surrounding buildings) in all directions from the project site in feet? North ___________, East ___________, South ___________, West________

8) Do you plan to locate a batch plant, rock crusher, or soil stabilization plant on Airport property for

this project? Yes No

(If “Yes”, you will need to take into account an air permit will be required for the facility)

A. If “Yes” to #2, will the project use an on-site lime slaking facility to mix quicklime with water?

Yes No B. Will the project produce dust or orders which could be a potential nuisance off site?

Yes No C. Will the project require an above ground petroleum storage tank?

Yes No If “Yes”; to bid this project, need to consider what size tank will be required (how many gallons). Documentation that installation will comply with 40 CFR 112 (provide design of spill containment to be installed pursuant to 40 CFR 112.7) will be required.

7) If no concrete batch plant is located on Airport property for this project, will the concrete for the

project be produced off the airport and transported on for use? Yes No

If “Yes”, you will need to consider the location of a properly permitted and functioning washout facility at which the truck(s) will be emptied and washed.

10) Will the construction project involve the installation of asphalt pavement? Yes No If “Yes”, you will be requested to provide asphalt specification.

11) Will any type of surface coatings be used on this project?

Yes No If “Yes”, material safety data sheets will be required, in addition to descriptions on type9s) of coatings and materials it will be applied to.

12) Will the project produce dust or any odors which could potentially be a nuisance off site or cause a traffic hazard or interfere with normal road use?

Yes No If “Yes”, handling of dust control and odor control will need to be addressed in the appropriate permit.

13) SPILL RESPONSE PLANNING

There are emergency planning and reporting requirements for hazardous chemicals under the Emergency Planning and Community Right-to-Know Act. The exact requirements depend on the type of chemical handled. Will this project utilize or result in any of the following? (Check all that apply)

Page 17: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet

B-42 3 of 3

Liquid or dry chemical storage _____ Vehicles other than personal vehicles _____ Petroleum powered equipment/tools _____ Hydraulic equipment _____ Waste accumulation _____

You will need to prepare a Spill Response Plan for this project if any of the above are checked.

14) CONSTRUCTION SITE SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN (SPCC PLAN) If during this project you will be using, consuming, storing, transferring, or otherwise handling fuels/oils at this construction site, you will need to take the appropriate actions to prevent spills and be prepared to take action in case of a spill. The EPA’s Spill Prevention Control and Countermeasures Plan (SPCC Plan) requirements were developed under authority of Section 311 of the Clean Water Act. Will this construction project involve the temporary storage of petroleum fuels for fueling construction equipment?

Yes No When calculating your storage capacity, you must include the capacity of the fuel and fluid tanks on your mobile and operational equipment (e.g., fuel tanks on bulldozers, cranes, backhoes of greater than 55 gallons). Also note that individual aboveground storage tanks with storage capacities greater than 1,320 gallons are regulated. If the combined total for all containers is greater than 1,320 gallons, a SPCC Plan certified by a Professional Engineer will be required.

Please Note the following for post construction operations: At the completion of construction, all construction BMPs must be removed in addition to any accumulated sediment. Per your Construction General Permit, the project is not considered complete until the submittal of the Notice of Termination (NOT) to the TCEQ. You will need to submit this to the TCEQ within 30 days after:

- Vegetation has been re-established or final stabilization has been achieved on all portions of the site for which the permittee is responsible, or - Coverage has been obtained under an individual or alternative TPDES permit, or - Another permittee/operator assumes control over all areas of the site that have not achieved final stabilization.

Page 18: ADDENDUM NO. 2 TO THE REQUEST FOR BIDS … #2.pdfPlease state compaction requirements for fill material ... Standard Proctor at +1 to +4 optimum ... This revised Excel spreadsheet