MEMO - Texas Department ...
←
→
Page content transcription
If your browser does not render page correctly, please read the page content below
MEMO To: All Plan Holders From: Russell Pehl, P.E., Centurion Planning and Design, LLC. Date: April 22, 2021 Re: Brownwood Regional Airport, Taxiway and Apron Rehabilitation Project, TxDOT CSJ No.: 2023BWOOD ‐ REBID Addendum No. 1 Attention of all Prospective Proposers/Plan Holders is directed to the following modifications to referenced Plans and Technical Specifications. This Addendum becomes a part of Contract Documents and modifies original Contract Documents dated January 2021. Please find attached the required addendum for the abovementioned project. Below are the listed changes and bid clarifications provided in response to requests for information during the pre‐bid meeting and project advertisement: 1. Pre‐bid meeting minutes and sign in sheet, dated April 14, 2021, Attachment A. The bidders do not have be prequalified (as was conveyed during the pre‐bid meeting). Prospective bidders should submit their qualification documentation packet, placed inside a sealed envelope with their bid form and bid bond, on bid opening day. 2. Attachment B is a Questions and Answers Memo addressing questions provided submitted during project advertisement. 3. The revised bid form can be obtained from TxDOT‐AVN Plans Online (https://www.txdot.gov/business/letting‐bids/plans‐online.html). 4. Add to the project specifications TxDOT Specification 720 – Repair of Spalling in Concrete Pavement, Attachment C. 5. Add to Part 2 (General Construction Items): Item Safety Plan Compliance Document (SPCD). The contractor is to complete the SPCD form and provide the signed form to the engineer as a project submittal. The signed form should be provided within 10 days of the Notice to Proceed issuance. The SPCD form can be found in Attachment D. 6. Plan Sheet 2, Summary of Quantities and General Notes, the summary of quantities for Item 3.04, 3.05 and 4.07 were changed to accommodate for the removal of T‐hanger lead‐in lines and removal of the proposed secure area in Terminal Apron area. As well, the concrete spall repair quantity was reduced. Plan Sheets 13, 14 and 15, shows the 69 N. CHADBOURNE ST. SAN ANGELO, TEXAS 76903
removed T‐hanger lead in lines and secure area. Replace Plan Sheets 2, 13, 14 and 15 with Attachment E. Attachments: Attachment A – Pre‐Bid Meeting Minutes and Sign In Sheet Attachment B – Questions and Answers Memo Attachment C – TxDOT Specification 720 – Repair of Spalling in Concrete Pavement Attachment D – Safety Plan Compliance Document Attachment E ‐ Plan Sheet 2, 13, 14, 15 4/22/2021
PREBID MEETING AGENDA ‐ MINUTES PROJECT: Brownwood Regional Airport – Taxiway and Apron Rehabilitation Project DATE & TIME: April 14, 2021 at 9:30 AM LOCATION: Brownwood Regional Airport, Hangar Conference Room, 6420 Airport Road Please find the meeting minutes in bold. 1. INTRODUCTION a. Brownwood Regional Airport (Owner) – Bobby Burks, Airport Manager, City of Brownwood b. Texas Department of Transportation (TxDOT) – Stephen Harp, P.E. c. Centurion Planning & Design (Engineer) – Russell Pehl, P.E. 2. GENERAL PROJECT DESCRIPTION AND OVERVIEW a. Project Description i. Item 1 Base Bid – Mobilization and Erosion/Sedimentation Control Measures ii. Item 2 Base Bid – Rehabilitate Taxiways. iii. Item 3 Base Bid – Rehabilitate Hanger Access Taxiways. iv. Item 4 Base Bid – Concrete Apron Improvements. v. Item 5 Base Bid ‐ East Terminal Apron Rehab/Reconstruct. vi. Additive Alternate Bid No. 1 – West Terminal Apron Rehab (Mill and Overlay). vii. Additive Alternate Bid No. 2 – Drainage Solution at Taxiway D and Runway 13‐31. b. Bidders must bid on both Base Bid items and all Add Alternate items. c. Disadvantaged Business Enterprise (DBE) i. Project Goal: 0% ii. DBE plan and commitment agreements are required 5 days after bid opening and a bid can be considered non‐responsive if documentation is not received within 5 days. d. Sealed bids for the construction of airport improvements at Brownwood Regional Airport need to be addressed and delivered to the Ms. Christi Wynn, City Secretary, City of Brownwood, 501 Center Avenue, Brownwood, TX 76801. Bids will be received until 2 P.M., April 29, 2021, then publicly opened and read. Any bid received after closing time will be returned unopened. i. TxDOT has 60 days to award the contract after bids are open. ii. TxDOT construction contracts that are $500,000 and above require 30% or more to be completed by the prime contractor and cannot be 100% subcontracted. e. General Provisions i. Contract Time – 105 calendar days under base bid, with 30 additional calendar days for work listed under Alternate 1 and 45 additional calendar days for work listed under Alternate 2. ii. Liquidated Damages – $800 per calendar day. iii. Bid form should be completed online and then signed with ink. 69 N. CHADBOURNE STREET SAN ANGELO, TEXAS 76903 TBPE Firm Registration # F- 19840 Page 1 of 2
iv. Each bidder must be prequalified. Prequalification must be completed by bid day. 3. ADDENDA a. Addendum No. 1 will include the following: i. Sign‐in sheet. ii. Prebid Agenda. iii. T‐hanger lead in lines, to be removed from project scope. iv. Secure areas, terminal apron secure area to be removed from project scope. v. General Construction Items, Safety Plan Compliance Document (SPCD), contractor is to complete the SPCD form and provide the signed form to the engineer as a project submittal. The signed form shall be provided within 10 days of the project Notice to Proceed issuance. vi. Issues or clarification from Prebid Meeting. b. Deadlines for Contractor’s questions and final addendum is April 20, 2021. 4. PRE‐BID MEETING AND SITE VISIT QUESTIONS 1. Ed Goodreau, with O. Trevino Construction, asked if the quantities for concrete spall were correct and if they could be verified. Ed said the quantities provided in the plans appear to be high compared to the condition of the existing concrete apron. a. A general discussion regarding the quantities provided was held and Russell Pehl, with Centurion Planning and Design, will review the plan quantities and provide any additional information in Addendum No. 1. Page 2 of 2
Attachment B
MEMO To: All Plan Holders From: Russell Pehl, P.E., Centurion Planning and Design, LLC. Date: April 20, 2021 Re: Brownwood Regional Airport, Taxiway and Apron Rehabilitation Project, TxDOT CSJ No.: 2023BWOOD ‐ REBID Questions and Answers Attention of all Prospective Proposers/Plan Holders is directed to the following questions that were brought to the Engineers attention during the pre‐bid meeting and project advertisement. Below each question is the provided answer in an attempt to provide clarity to the project. Please find the list of questions and answers below: Q1: I would be curious if consideration has been made for the phasing of the project, which reduces the work areas and efficiencies considerably, and also the specialized asphalt surface treatment. A1: The phases can be completed in smaller sections/phases. Please refer to sheet two, general note ten of the project plans. Q2: The existing sealant is a hot poured rubber that is to be removed. Is the new sealant hot poured rubber or a silicone sealant? Item P605 seems to allow both. A2: If on concrete pavement use silicone. On asphalt pavement use hot pour. 69 N. CHADBOURNE ST. SAN ANGELO, TEXAS 76903
Attachment C
720 Item 720 Repair of Spalling in Concrete Pavement 1. DESCRIPTION Repair spalling and partial-depth failures in concrete pavement. 2. MATERIALS Furnish either rapid-set concrete or polymeric patching material unless otherwise shown on the plans. 2.1. Rapid-Set Concrete. Provide concrete that meets DMS-4655, “Concrete Repair Materials,” Type “B.” Use a packaged blend of hydraulic cement, sand, and gravel (maximum size 3/8 in.) which requires the addition of water and has a maximum shrinkage of 0.15% in accordance with ASTM C928. Do not use chlorides, magnesium or gypsum to accelerate setting time. Demonstrate that mixture achieves flexural strength of at least 425 psi in 5 hr., a minimum compressive strength of 5,100 psi in 7 days, and 6,300 psi in 28 days before spall repair operations. Test in accordance with Tex-418-A and Tex-448-A. 2.2. Polymeric Patching Material. Provide polymeric patching material that meets DMS-6170, “Polymeric Materials for Patching Spalls in Concrete Pavement,” and matches the color of the pavement. 3. EQUIPMENT Furnish equipment in accordance with Item 429, “Concrete Structure Repair,” or as approved. 4. WORK METHODS Repair areas as shown on the plans or as directed. Dispose of debris off the right of way in accordance with federal, state, and local regulations. 4.1. Hydraulic Cement Concrete Material. Saw at least 1-1/2 in. deep around repair area before concrete removal, unless otherwise directed, providing a vertical face around the perimeter of the repair area. Protect and reuse existing reinforcing if encountered, unless otherwise directed. Provide a uniform rough surface free of loose particles and suitable for bonding. Remove concrete to a depth of 1-1/2 in. or the depth of deteriorated concrete, whichever is greater. Use chipping hammers not heavier than the nominal 15-lb. class or hydrodemolition equipment for the removal of concrete below 1-1/2 in. depth. Mix, place, and cure in accordance with manufacturer’s recommendations. Place concrete if the air temperature is 40°F or above. Screed concrete to conform to roadway surface. Provide a rough broom finish. 4.2. Polymeric Patching Material. Submit for approval a statement from the manufacturer identifying the recommended equipment and installation procedures. Remove the deteriorated concrete to the dimensions shown on the plans or as directed. Dry and abrasive blast the repair area to ensure it is free from moisture, dirt, grease, oil, or other foreign material that may reduce the bond. Remove dust from the abrasive blasting operation. Apply primer to the repair area in accordance with manufacturer’s recommendations. Reapply primer if conditions change before placing patching material. Mix, place, and cure in accordance with manufacturer’s recommendations. Begin placement of material at the lower end of sloped areas. Screed 1
720 polymeric patching material to conform to the roadway surface. Provide a non-skid finish with a notched trowel. 5. MEASUREMENT This Item will be measured as follows: 5.1. Hydraulic Cement Concrete Material. By the square foot of concrete repair material placed. 5.2. Polymeric Patching Material. By the square foot of polymeric patching material placed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Concrete Spall Repair” of the type (Hydraulic Cement; Polymeric, Flexible; or Polymeric, Semirigid) specified. This price is full compensation for sawing, chipping, milling, cleaning, abrasive blasting, repairing spalled concrete pavement, disposal of materials, materials, equipment, labor, tools, and incidentals. 2
Attachment D
Contractor Safety Plan Compliance Documents Owner Name: City of Brownwood Airport: Brownwood Regional Airport Project Description: Taxiway and Apron Rehabilitation Contractor: Each item listed below corresponds to a specific section of the approved CSPP. The Contractor shall certify that he/she will comply with each section of the approved CSPP. Each certified section with a "no" response must be fully explained in an attachment to the SPCD. The document shall be signed and dated by a principal or owner in the Contractor’s company. All other requested information shall be completed by the Contractor and submitted to the Engineer for approval as part of the SPCD. 1. Section 1 - Correspondence: This project shall be completed in accordance with Section 1 “Coordination” of the approved Construction Safety and Phasing Plan. Owner: Brownwood Regional Airport Contact: Bobby Burks Phone: 325-642-0868 Engineer: Project Manager: David Alexander, PE Phone: 325-757-1001 Project Engineer: Russell Pehl, PE Phone: 325-262-5957 Construction Observer: Joseph Garcia Phone: 512-423 9357 Materials Testing: Rodriguez Engineering Laboratories Phone: 512- 251-4454 Contractor: Project Manager: Phone: Superintendent: Phone: Subcontractors: Phone: LIST ALL SUBS Yes No 2. Section 2 - Phasing: This project shall be completed in accordance with Section 2 “Phasing” of the approved Construction Safety and Phasing Plan. Yes No 3. Section 3 – Areas of Operations Affected by Construction Activity: This project shall be completed in accordance with Section 3 “Areas of Operations Affected by Construction Activity” of the approved Construction Safety and Phasing Plan. Yes No
4. Section 4 – Protection of Navigational Aids (NAVAIDS): This project shall be completed in accordance with Section 4 “Protection of Navigational Aids (NAVAIDS)” of the approved Construction Safety and Phasing Plan. Yes No 5. Section 5 – Contractor Access: This project shall be completed in accordance with Section 5 “Contractor Access” of the approved Construction Safety and Phasing Plan. Yes No 6. Section 6 – Wildlife Management: This project shall be completed in accordance with Section 6 “Wildlife Management” of the approved Construction Safety and Phasing Plan. Yes No 7. Section 7 – Foreign Object Debris (FOD) Management: This project shall be completed in accordance with Section 7 “Foreign Object Debris (FOD) Management” of the approved Construction Safety and Phasing Plan. Yes No 8. Section 8 – Hazardous Materials (HAZMAT) Management: This project shall be completed in accordance with Section 8 “Hazardous Materials (HAZMAT) Management” of the approved Construction Safety and Phasing Plan. Yes No 9. Section 9 – Notification of Construction Activities: This project shall be completed in accordance with Section 9 “Notification of Construction Activities” of the approved Construction Safety and Phasing Plan. Yes No 10. Section 10 – Inspection Requirements: This project shall be completed in accordance with Section 10 “Inspection Requirements” of the approved Construction Safety and Phasing Plan. Yes No 11. Section 11 – Underground Utilities: This project shall be completed in accordance with Section 11 “Underground Utilities” of the approved Construction Safety and Phasing Plan. Yes No 12. Section 12 – Penalties: This project shall be completed in accordance with Section 12 “Penalties” of the approved Construction Safety and Phasing Plan. Yes No 13. Section 13 – Special Conditions: This project shall be completed in accordance with Section 13 “Special Conditions” of the approved Construction Safety and Phasing Plan. Yes No
14. Section 14 – Runway and Taxiway Visual Aids: This project shall be completed in accordance with Section 14 “Runway and Taxiway Visual Aids” of the approved Construction Safety and Phasing Plan. Yes No 15. Section 15 – Marking and Signs for Access Routes: This project shall be completed in accordance with Section 15 “Marking and Signs for Access Routes” of the approved Construction Safety and Phasing Plan. Yes No 16. Section 16 – Hazard Marking and Lighting: This project shall be completed in accordance with Section 16 “Hazard Marking and Lighting” of the approved Construction Safety and Phasing Plan. Yes No 17. Section 17 – Work Zone Lighting for Nighttime Construction: This project shall be completed in accordance with Section 17 “Work Zone Lighting for Nighttime Construction” of the approved Construction Safety and Phasing Plan. Yes No 18. Section 18 – Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces: This project shall be completed in accordance with Section 18 “Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces” of the approved Construction Safety and Phasing Plan. Yes No 19. Section 19 – Other Limitations on Construction: This project shall be completed in accordance with Section 19 “Other Limitations on Construction” of the approved Construction Safety and Phasing Plan. Yes No I certify that, for the project identified herein, the responses to the foregoing items are correct as marked, and that I shall comply with the approved Construction Safety and Plan. Signed: Print Name and Title of Contractor's Representative Date: END OF ITEM SS-101
Attachment E
Sheet List Table Sheet Number Sheet Title BASE BID QUANTITIES 1 COVER SHEET 2 SUMMARY OF QUANTITIES AND GENERAL NOTES Construction Item 1: Mobilization and Erosion/Sedimentation Control Measures 3 OVERALL PROJECT LAYOUT Item Spec. Estimated Description Units Actual Quantity 4 CONSTRUCTION SAFETY AND PHASING NOTES AND DETAILS No. No. Quantity 5 CONSTRUCTION SAFETY AND PHASING PLAN 1.01 C-105 Mobilization (Max. 10% of Construction Cost) LS 1 Centurion Planning and Design 6 CONSTRUCTION SAFETY AND PHASING PLAN 1.02 --- Barricades LS 1 69 N. Chadbourne Street 7 CONSTRUCTION SAFETY AND PHASING PLAN Suite 210.7 8 CONSTRUCTION SAFETY AND PHASING PLAN San Angelo, TX 76903 Construction Item 2: Rehabilitate Taxiways 9 TAXIWAY REHABILITATION PLAN Item Spec. Estimated 10 TAXIWAY REHABILITATION PLAN Description Units Quantity Actual Quantity Phone No. (325) 812-8430 No. No. 11 APRON REHAB PLAN Firm No. 19840 2.01 P-101-5.2 Joint and Crack Repair LF 5,393 12 PAVEMENT REHAB DETAILS 2.02 TxDOT 354 Planing Asphalt Concrete Pavement SY 100 13 TAXIWAY PAVEMENT MARKINGS PLAN 2.03 P-620-5.1e Existing Pavement Marking Removal SF 15,400 BROWNWOOD REGIONAL AIRPORT 14 TAXIWAY PAVEMENT MARKINGS PLAN 2.04 P-608-R-8.1 Asphalt Surface Treatment SY 35,950 15 APRON PAVEMENT MARKINGS PLAN 2.05 P-620-5.1a Yellow Markings (Reflective) SF 15,400 16 PAVEMENT MARKING DETAILS REHABILITATION PROJECT 2.06 P-620-5.1b Black Markings (Non-Reflective) SF 18,750 17 TYPICAL SECTIONS BROWNWOOD, TEXAS TAXIWAY AND APRON REBID PLAN SET 18 EAST TERMINAL APRON DEMO PLAN 19 EAST TERMINAL APRON GRADING PLAN Construction Item 3: Rehabilitate Hanger Access Taxiways 20 EAST TERMINAL APRON JOINT LAYOUT PLAN Item Spec. Estimated Description Units Actual Quantity 21 WEST TERMINAL APRON DEMO PLAN No. No. Quantity 22 WEST TERMINAL APRON GRADING PLAN 3.01 P-101-5.2 Joint and Crack Repair LF 3,322 23 TAXIWAY D DEMO PLAN 3.02 P-620-5.1e Existing Pavement Marking Removal SF 4,840 24 TAXIWAY D GRADING PLAN 3.03 P-608-R-8.1 Asphalt Surface Treatment SY 22,145 25 SWPPP SHEET 3.04 P-620-5.1a Yellow Markings (Reflective) SF 3,575 1 26 SWPPP EROSION CONTROL LAYOUT 3.05 P-620-5.1b Black Markings (Non-Reflective) SF 5,095 3.06 P-620-5.1c White Markings (Non-Reflective) SF 435 Construction Item 4: Concrete Apron Improvements (GA Apron) Item Spec. Estimated Description Units Actual Quantity No. No. Quantity 4.01 P-101-5.3 Concrete Spall Repair SF 750 1 4.02 TxDOT 354 Planing Concrete Pavement SY 100 4.03 P-620-5.1e Existing Pavement Marking Removal SF 2,990 4.04 P-605-5.2 Self-Leveling Sealant for PCC Pavement LF 39,327 GENERAL NOTES QUANTITIES AND 4.05 P-620-5.1a Yellow Markings (Reflective) SF 2,390 GENERAL NOTES SUMMARY OF 4.06 P-620-5.1b Black Markings (Non-Reflective) SF 4,780 ACCESS ROUTE NOTES: 4.07 P-620-5.1d Red Markings (Non-Reflective) SF 478 1 SAFETY NOTES: 1. DAMAGE TO EXISTING PAVEMENTS WHICH IS CAUSED BY THE CONTRACTORS OPERATIONS 1. SEE SHEET 4 FOR SAFETY AND PHASING NOTES SHALL BE REPAIRED TO ORIGINAL OR BETTER CONDITION AT NO EXPENSE TO THE OWNER. Construction Item 5: East Terminal Apron Rehab/Reconstruction CONSTRUCTION NOTES: 2. THE ACCESS ROUTE FOR THIS CONSTRUCTION PHASE SHALL BE COORDINATED WITH THE Item Spec. Estimated ENGINEER AND OWNER. ROUTES SHOWN ARE PRELIMINARY AND ARE SUBJECT TO Description Units Actual Quantity No. No. Quantity 1. AIRPORT SECURITY IS OF UTMOST IMPORTANCE. THE CONTRACTOR SHALL SUPPLY HIS CHANGE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL ACCESS OWN LOCK FOR ACCESS GATES AND SHALL KEEP THE GATES LOCKED OR GUARDED AT ALL ROUTES (PAVED AND UNPAVED). SEE PHASING PLANS (SHEETS 4 - 8) FOR ADDITIONAL 5.01 C-102-5.1 Installation and Removal of Silt Fence and Erosion Control LF 350 TIMES, EXCEPT FOR THE BRIEF PERIOD REQUIRED FOR PASSAGE OF AUTHORIZED VEHICLES ACCESS ROUTE INFORMATION. OR EQUIPMENT. LOCKS SHALL BE KEPT IN SERIES WITH THE AIRPORT'S LOCK SUCH THAT THE 5.02 P-101-5.1 Pavement Removal SY 2,578 AIRPORT HAS ACCESS THROUGH THE GATE VIA THEIR OWN LOCK. 3. THE PAVEMENT ON THE ACCESS ROUTE MAY NOT SUPPORT CONSTRUCTION TRAFFIC. THE 5.03 P-152-4.1 505 Unclassified Excavation CY CONTRACTOR SHALL LIMIT LOADS AS NECESSARY TO PREVENT DAMAGE. IF PAVEMENT TO 2. EACH CONSTRUCTION AREA SHALL BE SHAPED TO ALLOW DRAINAGE OF SURFACE WATER REMAIN IS DAMAGED OR REMOVED DURING CONSTRUCTION, THE CONTRACTOR SHALL 5.04 TxDOT 360 Concrete Pavement (7") SY 932 DURING AND AFTER WORK OPERATION. REPLACE AND/OR REPAIR THE PAVEMENT TO ORIGINAL CONDITION OR BETTER, AT THE CONTRACTORS EXPENSE AND IN ACCORDANCE WITH FAA SPECIFICATIONS. 5.05 TxDOT 247 6" Crushed Aggregate Base Course (TY A GR 1-2)(CMP IN PLC) SY 932 3. THE MAJORITY OF THE WORK WILL BE ACCOMPLISHED DURING NORMAL DAYTIME 5.06 P-152-4.2 6" Compacted Subgrade CY 430 WORKING HOURS, OR AS APPROVED BY THE ENGINEER. 4. CONTRACTOR SHALL LOCATE, MARK AND PROTECT EXISTING ELECTRICAL CABLES, TELEPHONE CABLES, WATER UTILITIES AND WASTE WATER UTILITIES. ANY DAMAGE TO 5.07 TxDOT 340 3" Asphalt Pavement (TY D PG64-22) TON 272 4. ALL WASTE OR SPOIL MATERIAL SHALL BE DISPOSED OF OFF THE AIRPORT PROPERTY BY THESE FACILITIES SHALL BE REPAIRED AT NO COST TO THE OWNER. 10" Crushed Aggregate Base Course (TY A GR 1-2)(CMP IN PLC) 5.08 TxDOT 247 SY 1,645 THE CONTRACTOR, UNLESS OTHERWISE NOTED. 5. CONTRACTOR SHALL WATER EXCAVATION, EMBANKMENT AND ACCESS ROUTES AS 5.09 TxDOT 310 Emulsified Asphalt Prime Coat (AE-P) GAL 250 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OF ANY DAMAGE TO EXISTING REQUIRED TO MINIMIZE DUST ON THE RUNWAYS, TAXIWAYS AND OTHER AIRCRAFT PAVEMENTS, UNDERGROUND CABLES, PIPES AND ETC. ENCOUNTERED DURING OPERATION AREAS. CONTRACTOR IS RESPONSIBLE FOR DUST CONTROL OVER THE CONSTRUCTION. ALL REPAIRS MUST BE MADE IN COMPLIANCE WITH THE CITY OF DURATION OF THIS PROJECT. BROWNWOOD, THE ENGINEER AND FAA REQUIREMENTS. 6. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND ACQUIRING AN ACCEPTABLE WATER SOURCE AS REQUIRED FOR CONSTRUCTION. CITY WATER IS AVAILABLE ON AIRPORT PROPERTY. CONTACT THE CITY OF BROWNWOOD WATER DEPARTMENT, (325) ADDITIVE ALTERNATE QUANTITIES 646-6000 FOR REQUIREMENTS FOR USING CITY WATER. REVISION 1 04/19/2021 1 7. THE CONTRACTOR MUST PROVIDE A MINIMUM OF 72 HOURS NOTICE TO THE ENGINEER Additive Alternate No. 1: West Terminal Apron Rehab (Mill and Overlay) MARK REVISION DATE AND RESIDENT PROJECT REPRESENTATIVE (RPR), PRIOR TO BEGINNING CONSTRUCTION Item Spec. Estimated ACTIVITIES. A NOTICE TO AIRMEN (NOTAM) SHALL BE ISSUED. THE CONTRACTOR SHALL Description Units Actual Quantity Seal: NOTIFY THE ENGINEER WHO WILL THEN NOTIFY THE RPR. No. No. Quantity 04/19/2021 01/29/2021 AA1.01 P-101-5.1 Pavement Removal SY 4,870 8. THE CONTRACTOR SHALL CLEAN UP ALL MUD, DIRT AND DEBRIS DROPPED ON EXISTING PAVEMENTS AS A RESULT OF CONSTRUCTION ACTIVITIES ON A DAILY BASIS. ALL CLEANUP AA1.02 TxDOT 251 Reworking Base Material (Type C) SY 4,870 F TE O TEXA MUST BE COMPLETED PRIOR TO FINAL ACCEPTANCE OF THE PROJECT. TA S AA1.03 TxDOT 340 4" Asphalt Pavement (TY D PG64-22) TON 1,072 S 9. THE CONTRACTOR ON BEHALF OF THE OWNER, WILL OBTAIN ALL PERMITS REQUIRED BY AA1.04 TxDOT 310 Emulsified Asphalt Prime Coat (AE-P) GAL 740 THE CITY OF BROWNWOOD AND/OR BROWN COUNTY, TEXAS PRIOR TO STARTING RUSSELL J. PEHL CONSTRUCTION. 104755 R PR FE L I C ENS ED N EE 10. APRON PHASES SHALL BE SEQUENCED IN A MANOR SUCH THAT ONLY AREAS OF THE Additive Alternate No. 2: Drainage solution at Taxiway D and Runway 13-31 O SS I PROJECT ACTIVELY BEING WORKED ON ARE CLOSED RATHER THAN THE ENTIRE PHASE BEING I ONAL ENG Item Spec. Estimated CLOSED FOR THE FULL CONSTRUCTION TIME. ACCESS TO HANGARS AND OTHER BUILDINGS Description Units Actual Quantity SHALL BE MAINTAINED TO THE MOST REASONABLE EXTENT POSSIBLE. No. No. Quantity 10.1. CONTRACTOR SHALL SUBMIT A PROPOSED SEQUENCING SCHEDULE PRIOR TO AA2.01 C-102-5.1 Installation and Removal of Silt Fence and Erosion Control LF 330 CONSTRUCTION SHOWING PROPOSED WORK PLAN AND PROPOSED BARRICADE AA2.02 P-101-5.1 Pavement Removal SY 670 PLACEMENT DURING EACH PHASE. AA2.03 TxDOT 360 Concrete Pavement (7") SY 670 LATEST REVISION: 01/29/2021 04/19/2021 Sheet No. 10.2. BARRICADES WILL ONLY BE REQUIRED TO BE PLACED AROUND ACTIVE WORK AREAS. AA2.04 TxDOT 251 Reworking Base Material (Type C) SY 670 BARRICADES WILL NOT NEED TO BE PROVIDED TO CLOSE ENTIRE PHASES AT ONE TIME. AA2.05 P-620-5.1a Yellow Markings (Reflective) SF 260 DRAWN BY: JWD AA2.06 P-620-5.1b Black Markings (Non-Reflective) SF 310 DESIGNED BY: JWD 2 JOB NO. BWD1901D
RWY 17-35 Centurion Planning and Design 69 N. Chadbourne Street Suite 210.7 San Angelo, TX 76903 245' 245' Phone No. (325) 812-8430 REPAINT RUNWAY HOLD REPAINT Firm No. 19840 TWY A POSITION MARKING RUNWAY HOLD POSITION MARKING BROWNWOOD REGIONAL AIRPORT REPAINT TAXIWAY 50' 31 3- T/W B CENTERLINE MARKING REHABILITATION PROJECT Y1 RW BROWNWOOD, TEXAS TAXIWAY AND APRON REBID PLAN SET TWY A 245' REPAINT R87' TAXIWAY CENTERLINE MARKING MATCHLINE - SHEET 14 R142' 50' 50', TYP. 245' R60' R60' R392' TWY A REPAINT RUNWAY HOLD R224' POSITION MARKING 45' PAINT BROKEN TAXIWAY EDGE LINE SEE DETAIL FOR DIMENSIONS 268' TIE-IN TO EXISTING WEST TERMINAL APRON CENTERLINE REPAINT RUNWAY HOLD POSITION MARKING TAXIWAY PAVEMENT MARKINGS PLAN 1 R55' REPAINT TAXIWAY CENTERLINE MARKING N R53' 0' 400' 800' GRAPHIC SCALE IN FEET 1 REVISION 1 04/19/2021 MARK REVISION DATE Seal: 01/29/2021 04/19/2021 R90' F TE O TEXA TA S S RUSSELL J. PEHL 104755 R PR FE L I C ENS ED N EE O SS I I ONAL ENG 0' N 50' 100' LATEST REVISION: 01/29/2021 04/19/2021 Sheet No. GRAPHIC SCALE IN FEET LEGEND DRAWN BY: JWD ADD ALT No. 2 PAVEMENT MARKINGS NOTES: 1. REFER TO SHEET 16 FOR PAVEMENT MARKING DETAILS. PROPOSED AIRFIELD PAVEMENT MARKINGS DESIGNED BY: JWD 13 JOB NO. BWD1901D
N 0' 200' 400' GRAPHIC SCALE IN FEET Centurion Planning and Design 69 N. Chadbourne Street Suite 210.7 San Angelo, TX 76903 Phone No. (325) 812-8430 RWY 17-35 Firm No. 19840 BROWNWOOD REGIONAL AIRPORT REHABILITATION PROJECT BROWNWOOD, TEXAS TAXIWAY AND APRON TWY C REPAINT REPAINT REBID PLAN SET TWY A RUNWAY HOLD RUNWAY HOLD POSITION MARKING POSITION MARKING 50' REPAINT CONTINUOUS TAXIWAY EDGE MARKINGS 50', TYP. R118' PAINT BROKEN TAXIWAY EDGE LINE SEE DETAIL FOR DIMENSIONS REPAINT TAXIWAY CENTERLINE MARKING REPAINT TAXIWAY EDGE AND R60' R60' SHOULDER MARKINGS TWY A R500' REPAINT MATCHLINE - SHEET 13 TAXIWAY CENTERLINE MARKING TAXIWAY PAVEMENT 1 MARKINGS PLAN R40' R40' R51' REPAINT TAXIWAY CENTERLINE MARKING R41' REPAINT CONTINUOUS TAXIWAY EDGE MARKINGS 1 1 REVISION 1 04/19/2021 MARK REVISION DATE Seal: 04/19/2021 01/29/2021 F TE O TEXA TA S S RUSSELL J. PEHL 104755 R PR FE L I C ENS ED N EE O SS I I ONAL ENG LATEST REVISION: 01/29/2021 04/19/2021 Sheet No. LEGEND DRAWN BY: JWD NOTES: 1. REFER TO SHEET 16 FOR PAVEMENT MARKING DETAILS. PROPOSED AIRFIELD PAVEMENT MARKINGS DESIGNED BY: JWD 14 JOB NO. BWD1901D
N 0' 100' 200' GRAPHIC SCALE IN FEET Centurion Planning and Design 69 N. Chadbourne Street Suite 210.7 San Angelo, TX 76903 Phone No. (325) 812-8430 TWY B Firm No. 19840 REPAINT BROWNWOOD REGIONAL AIRPORT TIE DOWN T's MARKING REPAINT (10 PLACES, TYP.) TAXIWAY CENTERLINE MARKING SEE DETAILS FOR DIMENSIONS REHABILITATION PROJECT BROWNWOOD, TEXAS TAXIWAY AND APRON REBID PLAN SET TWY A TWY A R60' R60' R60' R60' R60' R60' R60' R60' R50' 22' 25' R30' 115' 61' 60' R50' 66' R50' 98' 142' 146' 149' R60' 262' 129' APRON PAVEMENT R60' MARKINGS PLAN R50' 150' 48' R75' R75' REPAINT SECURE AREA LINE (RED) R75' R50' AIRPORT ROAD 1 REVISION 1 04/19/2021 MARK REVISION DATE Seal: 01/29/2021 04/19/2021 F TE O TEXA TA S S RUSSELL J. PEHL 104755 R PR FE L I C ENS ED N EE O 1 SS I I ONAL ENG LATEST REVISION: 01/29/2021 04/19/2021 Sheet No. NOTES: LEGEND DRAWN BY: JWD 1. 2. REPAINT APRON PAVEMENT MARKINGS IN EXISTING LOCATION. REFER TO SHEEET 16 FOR MARKING DETAILS PROPOSED APRON PAVEMENT MARKINGS DESIGNED BY: JWD 15 JOB NO. BWD1901D
You can also read