I Final Engineering Report Addison Airport Customs Apron and Hangar Pavement Reconstruction April 22, 2003 TxDOT CSJ # 0218ADDON Airport Prepared by HNTB Corporation 5910 W. Plano Parkway Ste. 200 Plano, TX 75093 972-661-5626 www.hntb.com TABLE OF CONTENTS 1.0 INTRODUCTION ................................................................................................................................. 1 1.1 CONTENTS OF THIS REpORT............................................................................................................ 1 1.2 BACKGROUND............................................................... ................................................................ 1 1.3 SCOPE Of THE PROJECT............................................................................................................ ...... 1 1.4 STANDARDS AND REfERENCES ...................................................................................................... 6 2.0 AIRFIELD DESIGN..................................... ................................................................................... 8 2.1 INTRODUCTION................................................................................................. .............................. 8 2.2 DESIGN DESIGN AIRCRAfT .......................................................................................................................... 8 2.3 HORIZONTAL GEOMETRy ............................................................................................................... 9 2.4 T AXJWAY FILLET DESIGN................................. .............................................................................. 9 2.5 VERTICAL GEOMETRy ................................................................................................ .................. 11 3.0 PAVEMENT DESIGN .................................................................................................................. 12 3.1 INTRODUCTION....................... ...................................................................................................... 12 3.2 DESIGN CRlTERlA ......................................................................... ................................................ 12 3.3 EXISTING SUBGRADE CONDITIONS ............................................................................................... 12 3.4 AIRfiELD PAVEMENT ALTERNATIVES ........................................................................................... 12 3.5 SUBSURfACE DRAINAGE ............................................. ................................................................. 12 3.6 AiRfIELD PAVEMENT RECOMMENDATIONS .................................................................................. 12 4.0 DRAINAGE AND UTILITIES ..................................................................................................... 14 4.1 INTRODUCTION................................................ ............................................................................. 14 4.2 DESIGN CRlTERlAAND STANDARDS .. ; ................................................................................ .......... 14 4.3 EXISTING DRAINAGE CONDITIONS................................................................................................ 14 4.4 STORM DRAIN DESIGN .............................. ................................................................................... 14 5.0 AIRFIELD LIGHTING AND SIGNAGE .............................................................................. ...... 15 5.1 INTRODUCTION............................................................................................................................. 15 5.2 EXISTING AIRFIELD LIGHTING AND SIGNAGE................................................................................ 15 5.3 AIRFrELD LIGHTING !MPROVEMENTS...................................................................... ...................... 15 5.4 SIGNAGE SYSTEM !MPROVEMENTS............................................................................................... 15 6.0 PAVEMENT MARKING ...................... ....................................................................................... 16 6.1 INTRODUCTION............................................................................................ ................................. 16 6.2 EXISTING APRON AND TAXlLANEMARlGNG ................................................................................. 16 6.3 TAXlLANE MARlGNG IMPROVEMENTS.......................................................................................... 16 1J! CONSTRUCTION SEQUENCING ................................................................. ............................ 17 7.1 CONTRACTORREQUIREMENTS..................................................................................................... 17 8.0 DEVIATION FROM FAA STANDARDS .........................................................................M ........ 21 8.1 SEPARATIONS .................................................................................. .............................................21 8.2 TAXIWAY DESIGN ........................................................................................................................ 21 8.3 SPECIFICATIONS ...........................................................................................................................21 2J! ENGINEER'S OPINION OF PROBABLE COST ..................................................................... 22 APPENDIX................................................................................................................. ................................ 26 APPENDIX A ADVISORY CiRCULARS......................................................................................................... 27 APPENDIX B PROPOSED SHEET LISTING .................................................................................................... 28 APPENDIX C SCHEDULE................................................... .......................................................................... 29 ApPENDIX D PAVEMENT DESIGN CALCULATIONS ................................................................................. .... 30 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 Table of Figures Figure 1.1 Current Configuration................................................................. ..................................... 2 Figure 1.2 Hangar 'A' .......................................................................................................................... 4 Figure 1.3 Hangar 'B' .......................................................................................................................... 5 Figure 1.4 Hangar C .............................. .............................................................................................. 7 Figure 2.1 Project Limits ............................................................................ ...................................... 10 Figure 7.1 Phasing Layout................................................................................................................ 17 Ii 1.0 INTRODUCTION 1.1 Contents of this Report This report documents the findings of engineering studies undertaken to identify and evaluate solutions to the engineering challenges associated with the Apron and Hangar Pavement Reconstruction at Addison Airport, TxDar CSJ No. 0218ADDON. This report documents engineering studies in the following areas: • Airfield Design • Pavement Design • Drainage and Utilities • Airfield Lighting and Signage • Pavement Marking • Construction Sequencing • Engineer's Opinion of Probable Cost These topics are discussed in derail in the following sections and attachments of this report. 1.2 Background Addison Airport (ADS) is located approximately 15 minutes north of downtown Dallas in the Town of Addison. ADS includes a single, 7,200 ft runway on a 366 acre site. ADS is one of the busiest general aviation airports in Texas and is consistently in the top 4 busiest general aviation airports in the nation with approximately 177,000 annual operations. The primary service area for ADS is the North Dallas Metro area. Figure 1.1, on page 2, depicts the Addison Airport at its current configuration. 1.3 Scope of the Project Apron Pavement Reconstruction The HMAC apron pavement serving the U.S. Customs facility has deteriorated to a condition to justify reconstruction. The Town of Addison desires dUs ramp to be reconstructed with a Portland Cement Concrete (pCC) pavement. The pavement design and geometric layout of the ramp has been completed to accommodate II. single Boeing Business Jet Or 737 aircraft mixed with additional general aviation aircraft. The existing apron is approximately 190 feet wide and 500 feet long with tie-downs for approximately 30 small aircraft. New aircraft tie-downs will be installed to accommodate 18 Group I Aircraft. Some of the existing 30-aircraft tie-down locations are actually inside the Runway Object Free Area (ROFA). FAA guidelines restrict parking planes inside the ROFA or a Taxiway Object Free Area. Some of these tie downs are inside the TOFA for Taxiway 'A'. Due to these restrictions, it was not possible to replace the existing 30 tie-downs in their existing locations. The tie-down layout waS based on FAA AC 150/5300-13 CH 7. The spacing for the existing tie-downs was not in compliance with the current FAA advisory circular. For those reasons it was not possible to accommodate the existing 30 aircraft tie-downs on the Customs ramp. The ramp drainage must be designed to provide positive drainage, eliminate ponding on the ramp and provide positive drainage away from the current customs building facility. The available grade on the apron was utilized to allow drainage to sheet flow off the apron into existing drainage ditches. No drainage structures were required to allow for positive drainage or to prevent ponding. Existing grade-lines were held at the edge of the proposed pavements limits. There was enough differential between the existing elevations across the apron to provide sheet flow of drainage. 21 APR-2003 11.51 G,\37365\Cod\Exhibits\fig1-1.dgn . ,.;0/." ".e,·, . "3 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 Special consideration will be given to safety during construction per FAA Advisory Circular 150/5370 2E, Operational SofotJ on Airports during Construction. This project includes: • demolition of the existing HMAC and PCC pavements, • erosion and sedimentation controls, .• stabilization of the subgrade, • construction of the base and PCC pavement courses, • installation of tiedowns, • marking of tiedowns and taxilanes, • seeding. Other elements associated with the project include airfield geometries, grading, pavement design, marking, lighting, operational considerations, cost analyses and comparisons, cost center administration, construction and operational safety and construction sequencing. Hangar Pavement There are three hangars on the airfield whose HMAC pavement adjacent to the hangar buildings has failed and is need of repair. The pavement will be replaced with PCC pavement and be designed to accommodate a Group II general aviation aircraft. Hangar 'A' -The middle Hangar along Taxilane 'T' is approximately 1175-feet east ofTaxiway 'A' and for this project will be called Hangar 'A'. The limits ofwotk for this hangar will consist of two areas, one to the east and onc to the west ofHangar 'A'. For the western portion, the pavement reconstruction is approximately 245'x71'. The limits are from the edge ofTaxilane 'T' south 245feet to the end of the existing pavement and from the roof line of Hangar 'A' west 71-feet to the roofline of the next adjacent hangar. The Eastern portion of the pavement reconstruction is approximately 294'x29'. The limits for the eastern portion are from the roofline of Hangar 'A' east approximately 29-feet to the end of the HMAC pavement and from the edge ofTaxilane 'T' south approximately 294-feet to the end of the existing pavement. See figure 1.2. Planes in Hangar 'A', 'A1', and 'A2', see Figure 1.2, will be affected during construction. The contractor will need to coordinate with the Addison Airport to allow tenants of these hangars to move their planes to an alternate location. Adjacent hangars will be affected due to the restricted working space. Planes in the adjacent hangars will not have enough room to maneuver around the construction area and will need to be relocated during construction. Hangar 'B' -The hangar directly in line with Taxilane 'S' is approximately 840-feet east ofTaxiway 'N and will be called Hangar "B" The pavement surrounding Hangar 'B' will be replaced from the roof line of Hangar 'B' out for a distance of 35-feet along the north and south side of the Hangar 'B'. Along the western edge of Hangar 'B', the limits are from the roofline of the hangar out approximately 65-feet. As is the situation for Hangar 'A', the planes in the hangars adjacent to Hangar 'B', Hangars 'Bl' and 'B2', see Figure 1.3, will need to be relocated during construction. This can be done in phases to min.imi:ze the number of planes to be relocated at one time. The contractor will be required to coordinate the phasing with the airport to make these moves as easy as possible for the tenants. 3 I Customs Apron Reconstruction Final Engineering Report Addison Airport April 22,2003 Hangar 'C'-The western most hangar along Taxilane 'R'is approximately 575-feet east of Taxiway 'A' and will be called Hangar 'C.' Limits for pavement reconstruction is focused on the western and southern ends of this hangar. Approximate dimensions are 427'x 53'. The limits along the western edge are from the roofline of Hangar 'C' west approximately 53-feet to the end of the existing pavement. The limits on the southern edge of the pavement are from the roof line of the hangar to the edge ofTaxilane 'R'. Drainage for all of the hangars was evaluated to determine the need of storm drains. All the hangars had sufficient grade differential as to not require any underground drainage system. Existing grades were utilized to for allow sheet flow drainage conditions. Special consideration has been given to construction phasing with regard to the hangars. All reconstruction areas will impact adjacent hangars and phasing during construction will be an issue consideration to minimize the disturbance encountered by adjacent hangar occupants. Phasing for all three hangars is discussed in detail in the Construction Sequencing Section. Work for this project may include, in various phases: demolition of existing HMAC and PCC pavement erosion and sediment controls installation of drainage structures stabilization of the subgrade pavement markings seeding 1.4 Standards and References The Addison Airport improvement project is funded and administered through the TxDOT Aviation Capital Improvements (CIF) program. TxDOT's role in implementing airport CIP projects is as the agent of the state and sponsor for the purpose of applying for, receiving, and disbursing federal airport development funds through the Federal Aviation Administration (FAi\.) Airport Improvement Program (AlP). Airport improvements funded by grants from the FAA are subject to the requirements contained in Part V Assurances. These prescribe that the project shall be carried out in accordance with policies, standards and specifications approved by the Secretary of Transportation, including, but not limited to, the current FAA Advisory Circulars (AC's) for AlP projects (see Appendix A). Additionally, the project shall incorporate the Town of Addison Department of Public Works S!)lndard Specifications and the Texas Department of Transportation Standard Specifications where applicable. 6 Customs AI Final Engineering Report Addison Airport April 22, 2003 2.0 AIRFIELD DESIGN 2.1 Introduction This section presents the design criteria for the development of the project airfield geometries. The criteria used follows FAA recommendations for the design aircraft in the Airport's fleet mix. 2.2 Design Aircraft Addison Airport currently serves a variety of aircraft types from single engine general aviation aircraft to the larger Boeing 737 and the Boeing Business Jet aircraft. FAA guidelines for airfield geometries and grading are presented in FAA Advisory Cin:1(lar 150/5300·13, "Airport 􀁄􀁥􀁳􀁩􀁧􀁬􀁬􀀧􀁾􀀠The criteria used in developing the geometric layout of airfield components will be based upon the most demanding current and future aircraft, in this case the 737 and BBJ. The Adv:isory Cixcular provides recommended taxiway/taxilane/parking dimensions and other design standards based on the key aircraft wingspan dimension. listed below are the mcraft provided as the basis for design consideration consideration that may use the project ramp at the present time in addition to the standard design group definitions. AIRCRAFT WINGSPAN AND APPROACH CATEGORY II Aircraft Wmgspan (feet) Approach Category GRP III mcraft 79.0 B B-737-300 94.8 C Boeing Business Jet 117.42* C Sag"" AC ISO/SlOG,Appendix 13 *Boeingftelfl dtx:utnentation, in/ertre! 'Website DESIGN GROUP AND CORRESPONDING WINGSPAN II Wmgspaa Design Group Up to, but not including 49 feet Group I 49 feet (15 m) up to, but not including 79 feet Group II 79 feet (24 m) up to, but not including 118 feet Group III 118 feet (36 m) up to, but not including 171 feet Group IV 171 feet (52 m) up to, but not including 214 feet Group V 214 feet (65 m) up to, but not including 262 feet Group VI The "worst case" horizontal design criteria to be applied will be for the Boeing Busmess Jet. A check during the preliminary design phase will be performed to assure adequate separation between the proposed Taxiway 'A' and the Taxilane (tamp) based on the requixements for independent Aircraft Design Group (ADG) -II and III operations. Taxiway 'A' will be modeled for ADG III with the ramp modeled for the defined design mcraft. 8 Customs Apron I Final Engineering Report Addison Airport April 22, 2003 APPLICABLE DIMENSIONAL CRITERIA il Dimension Group II ..: 737. BBJ I (In Feet) (In Feet) (In Feet) Wingspan Standard 79.0 94.8 117.5 Wingtip Clearance Standards Taxiway Wingtip Clearance 26.0 29.0 33.S Taxilime Wingtip Clearance 18.0 19.5 21.7 Taxiway Centerline to: Parallel Taxiway /Taxilane Centerline 105.0 123.8 150.9 Fixed or Movable Object 65.5 76.4 92.2 Taxilane Centerline to: Parallel Taxilane Centerline 97.0 114.3 139.2 Fixed or Movable Object 57.5 66.9 80.5 Taxiway Width 35.0 50.0 50.0 Shoulder Width 10.0 20.0 20.0 Safety Area Width 79.0 118.0 118.0 Taxiway Object Free Area Width 131.0 152.7 184.4 Taxilane Object Free Area Width 115.0 133.8 160.9 Taxiway Fillet Dimensions Radius ofTaxilane 'T'urn 75.0 100.0 100.0 Length of Lead-into Fillet 50.0 150.0 150.0 Fillet Radius for Tracking Centerline 55.0 55.0 55.0 Fillet Radius for Judgmental Over-Steering (Symmetrical Widening) 57.5 68.0 68.0 Fillet Radius for Judgmental OverSteering (One Side Widening) 57.5 60.0 60.0 2.3 Horizontal Geometry A local coordinate system will be created to provide control for the ramp and hangars. All plan dimensions and stationing will be based on this local coordinate system. The general project limits of the apron are as shown on Figure 2.1 on the following page. Figures 1.2-1.4 show the project limits for the hangars. 2.4 Taxiway Fillet Design Cockpit over centetline tracking criteria will be used to design all Taxilane to apron turning movements for the 737 aircraft. As necessary, each fillet radius design will provide for standard Group III radius, lead--out and edge safety margins as recommended by FAA. This design will accommodate all other aircraft that may use the Customs Apron. 9 21-APR-2003 12:32 G: \37365\Cod\Exhibits\fig2-1. dgn Customs Apron Reconstructi on Final Engineering Report Addison Airport April 22, 2003 2.5 Vertical Geometry Apron Pavement The apron will be designed to meet the existing grndes of the parallel Taxiway 'A' and potential connecting ramps at both the north and south ends of the project. A future FBO or administrative facility to replace the existing building will be anticipated to extend parallel to the ramp. The edge of pavement along the northeast corner of the ramp connects and provides access to the adjacent parking tie-downs will be constructed 'at a minimum of 3-inches higher than existing. This will allow for a future HMAC overlay of this parking area. All finished east side elevations may require an asphalt wedge to tie into existing grndes. All apron grndes and any tie-in wedges will be designed and constructed to a minimum 0.5% grnde and a maximum 1.0%. Hangar Pavements All three pavement area will be designed to meet existing grndes of the pavement under the hangars and adjacent taxilanes. Grades will vary from 0.5% to 1.5% in order to accommodate positive drainage away from existing hangars. II Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 3.0 PAVEMENT DESIGN 3.1 Introduction This section summarizes the design procedures to be implemented prior to design for preliminary pavement structural sections for the PCC apron pavement section. The proposed pavement section will be reviewed and designed as information is made available, in order to address the following: Apron 1) Updated traffic/fleet mix data to include the 737 and BB], 2) New geotechnical investigation results, 3) Implementation of FAA's elastic-layered design methodology, LEDFAA. Hangar 1) Design aircraft under 30,000lbs. 2) New geotechnical investigation results, 3) Implementation of E>\A's pavement design methodology, F.AA Advirory Circular 150/5320·6D, "Airpott PallCment Design and Eua/uation". 3.2 Design Criteria The guidelines for airfield pavement design are presented in F.AA Advisory Circular 150/5320·6D, ':Airpott Pavement Design and Eva/uation ': 3.3 Existing Subgrade Conditions The results of the subsurface investigations will be thoroughly documented prior to any pavement design. Mas-Tek will drill a total of 9 geotechnical borings to a depth of 1O-feet. The base and subbase will be sampled to get a sampling of existing conditions. 3.4 Airfield Pavement Alternatives The pavement design will satisfy two criteria, to ensure the durability of the pavement surface for 20 years and to minimize impacts to airport operations during construction. The ramp pavement will be designed to accommodate a'daily 171,000 lb BB] loading. FAA pavement design criteria require all pavements designed for aircraft over 100,000 lbs to be constructed with a stabilized subbase. The hangar taxilane pavements will be designed for aircraft under 30,000 lbs. Each pavement section will be modeled using the approved FAA LEDFAA pavement design program. See Appendix 'D' for pavement design calculations. 3.5 Subsurface Drainage Subsurface drainage systems are typically utilized in pavement design to keep water from ponding in the subgrade of the pavement, giving the water a place to go. In some areas the subsurface drainage systems are required to keep the subgrade as dry as possible to prevent damage to the pavement Subsurface drainage systems will not be incorporated into the pavement section based on soil boring logs. 3.6 Airfield Pavement Recommendations The recommended pavement sections will be based on the soil testing information and the pavement design advisory circular. 12 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 4.0 DRAlNAGE AND UTILITIES 4.1 Introduction The purpose of this section is to present the design procedures and criteria used for developing the surface chainage associated with the project. 4.2 Design Criteria and Standards FAA guidelines for the design and evaluation of the existing airport chainage systems are presented in ':Airport Drainage'; Advisory eim/far 150/5 320-5B. All storm chain collection system improvements for this project adhere to these guidelines. The FAA guidelines recommend a five-year design storm. The Town of Addison design standards require a rime of concentration of to-minutes and an intensity of a 100-yr design storm. 4.3 Existing Drainage Conditions The apron chainage system consists of ponding and surface sheet flow to adjacent open ditch channels to the north and south. The hangar chainage system also consists of ponding and surface sheet flow of water. Hangar C has a dJ:ainage inlet that may need to be replaced. The chainage design for the hangars will consist primarily of surface sheet flow off the hangar pavement into grassed areas adjacent to the hangars. 4.4 Storm Drain Design The above mentioned standards specify the Rational Method he used for computing storm drain design volumes. A 5-year design storm of will be used to evaluate dJ:ainage on the ramp. The grading on this project was designed to limit the need for underground storm dJ:ainage system. All storm drainage consists of surface sheet flow to existing dJ:ainage ditches or chainage structures. 13 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 5.0 A1RFIELD LIGHTING AND SIGNAGE 5.1 Introduction This section presents the design procedures and criteria to be implemented in the modification of any edge lighting or ramp area lighting system modifications. 5.2 Existing Airfield Lighting and Signage There is minima\ existing airfield lighting within the project limits. There is no airfield signage within the project limits. 5.3 Airfield Lighting Improvements It is not anticipated that ramp edge and/or area lights will he incorporated into the final design of this project. 5.4 Signage System Improvements It is not anticipated there will be any modifications or improvements to the airfield signage system. Customs Apron Reconstruction Final Engineering Report Addison Airport April 22. 2003 6.0 PAVEMENT MARKING 6.1 Introduction In order to aid pilots in guiding aircraft, airfield pavements are marked with lines and numbers. These markings are of benefit primarily during daylight and dusk. 6.2 Existing Apron and Taxilane Marking There are no markings across the apron or along any adjacent taxilanes with in the project limits. 6.3 Taxilane Marking Improvements A "T" will be marked for each parking tie-down position using 6-inch yellow stripes. 15 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 7.0 CONSTRUCTION SEOUENCING 7.1 Contractor Requirements Because of the nature and location of the work, all construction activities must be performed in a way that does not significantly hinder the operation of the airport or the safety and security of such operations. Unless othetwise noted, where taxiways, taxilanes, navigational equipment critical zones and other areas required to be open for aircraft operations, such facilities shall be fully operable under FAA requirements. This will also apply to lighting circuit continuity, and includes to the limits of the defined safety or critical areas. In scheduling and performing the work, the Contractor shall comply with the following requirements and take suggested phasing into account in scheduling his work. OPERATIONAL RqQUIREMENTS: As stated above, the overall goal in the construction sequencing is to minimize the operational impacts ofthe airfield. As a result of that goal, a preliminary phasing plan has been established for this project and is outlined below. Phase I -Reconstruct U.S. Customs Ramp and half of Hangars 'A','B' and 'C' Phase I will consist of the pavement reconstrUction of the U.s. Customs Ramp and half of the pavement around Hangars 'A', 'B' and 'C.' The contractor will be required to coordinate with Addison Airport operations to relocate the planes that are parked in the effected hangars. See Figure 7.1 for an overall phasing layout. The following assumptions were used in determining the phasing. 1) Access to the apron north of the U.S. Customs ramp will be prohibited and any planes currently parked in the apron will be relocated during construction. 2) The contractor will be able to work simultaneously on the U.S. Customs Ramp and the desigoated Yz of each of the hangars. 3) An alternate fire truck and emergency vehicle route will be established outside the limits of construction. This impacts the current gate situation on the ramp, The current gate wiring system will dictate how complicated the temporary gate situation will need to be. It is possible that the current emergency gate is hard wired to the fire station, if this is the case, the temporary gate will also need to be hard wired in the event ofan emergency. At the moment, this is an unknown and details will need to be worked out as the design progresses. Also key to this project is the timing of the ramp work with the annual Town of Addison "Kaboom Town" celebration July 3n:1. The Town traditionally uses the ramp area to set off fireworks for this celebration every year. The Town has expressed concern regarding the construction of the ramp effecting the July 3'" celebration based on the design schedule in appendix C, the ramp construction cannot be completed before July 3rcl, therefore the contractor will be given notice to proceed on Monday July 7,2003 for construction in Phase I. 16 .0 ro·v.c .. X -cu -/",0 " OU 0/Non 'CO 0: '"a.t"'M,/􀁾􀁡􀀠􀁾􀀠􀁾􀀠§ § 0 ... '" is 􀁾􀀠􀁾􀀠->... 􀁾􀀠w 􀁾􀁾􀀠􀁾􀀠if 􀁾􀀠' ..􀁾􀀠'" .. !l!z• e::'O 1 c=:z, 􀁾􀀠Coo 􀁉􀁾􀀠.... in 􀁾􀀺􀀺􀀺􀀠I' ::c,.!.../'. 'i '"a.. Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 1) Apron Conditions A. No equipment or =terials may be stored or parked within the Runway 15-33 OFA, 400-ft. from the Runway centerline. B. Work within 93 ft. of the Taxiway 'A' centerline will be restricted to periods when the taxiway can be closed. C. Lighted timber barricades will be placed on Taxiway 'A' along the work area. D. An alternate route to the airfield will be used for Airport fire and emergency vehicles. The contractor will need to coordinate with the Addison Airport and the Town of Addison Fixe Department during construction regarding the emergency vehicle route. 2) The work in this phase will begin on Day 1 and will be completed ",-ithin 1 0 weeks. Phase I Hangar 'A' Reconstruct the connector and a portion of the existing pavement on the east side of Hangar 'A'. 1. Access to the west side of Hangar 'A l' and east side of Hangar 'A' will not be available. 2. Work will be coordinated and performed on a pullback basis to maintain aircraft movements on Taxilane T. 3. Work in this phase will begin following pavement removal in Phase I, approximately 3 weeks after Day 1, and continue for 2 weeks. Phase I Hangar 'B'-Reconstruct a portion of the existing pavement on the north side of Hangar 'B'. 1. Access to the south side of Hangar 'B'1 and the north side ofHangar 'B' will not be available. 2. Work in this phase will begin following completion ofPhase lIB and continue for 2 weeks. Phase I Hangar 'C' is to be constructed in two subphases in order to provide access to the maintenance facility north of Hangar C. All aircraft must be towed from Taxilane R to the maintenance facility during this phase. 1. Reconstruct the half of the existing pavement, approximately 25 ft. wide, adjacent to the west side of Hangar C and a portion of that south of the hangar. 2. The work will be coordinated and performed on a pullback basis in order to maintain access to the maintenance facility to the north. 3. Work in this phase will begin following completion of Phase lIIB and continue for 2 weeks. Phase II -Reconstruct half of Hangars 'A' ,'B' and 'C' Phase II Hangar 'A' -Reconstruct the connector and existing pavement on the west side of Hangar "A'. 1. Access to the west side of Hangar 'A' and east side of Hangar 'A2' will not be available. 2. Work will be coordinated and performed on a pullback basis to maintain aircraft movements on TaxilaneT. 3. Work in this phase will begin following completion ofPhase IIA and continue for 2 weeks. Phase II Hang;u: 'B'-Reconstruct existing pavement on the west end and a portion of the south side ofHangar 'B'. 1. Work at the west end of Hangar 'B' will be coordinated and performed on a pullback basis to allow access to the south side of Hangar 'B'2. 2. Work in this phase will begin following completion ofPhase IlIA and continue for 2 weeks. 18 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 Phase II Hangar 'C Reconstruct the outer half of the existing asphalt pavement on the west side of Hanger C plus the remainder of the pavement on the south side. 1. The work will be coordinated and performed on a pullback basis in order to maintain access to the maintenance facility to the north. 2. Work in this phase will begin following completion of Phase IVA and continue for: 2 weeks. 19 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 8.0 DEVIATION FROM FAA STANDARDS This section of the report highlights the primaI}' design items that do not meet recommended FAA standards. Deviations to FAA standards will be considered the last resort in the design. The following sections will address any deviations adopted dnring the design phase of this project. 8.1 Separations It is not anticipated that any deviation from FAA standards will be encountered in this project. 8.2 Taxiway Design It is not anticipated that any de>,iation from FAA standards will be encountered in this project. 8.3 Specifications Table 9.1 will highlights any differences from the Standard FAA Specifications as published in the FAA AC 150/5370-1OA, ''Stondardsfor Specifying Construction ofAirports': 20 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 9.0 ENGINEER'S OPINION OF PROBABLE COST Included in this report is the Engineer's opinion ofprobable cost for the construction cost, engineering cost, construction testing and construction inspection. It is not anticipated that this project will require any additional allowances for 1) cost ofland and right-of-way, 2) charges from other professional or consultants or 3) other services to be provided by others for the agent. A Preliminary opinion ofprobable cost for the construction of the apron pavement is listed below: E􀁾􀁮􀁧􀁭􀁥􀁥􀁲􀁳􀀠JplDlOnOfPtobable Cost-liminary R'• 0 .. Pre ev:tew .•􀂷􀀮􀁩􀁾􀀺􀁌􀁟􀁩􀁩􀁩􀁾􀁾􀁾􀁾􀀹􀁾􀁾􀁜􀀠􀀧􀁟􀂷􀀧􀂷􀁪􀀮􀂷􀁟􀀻􀀬􀂷􀀮􀂷 􀀻􀁾􀀻􀀮􀀺􀁾􀀮􀁦􀁘􀁣􀀬􀁣􀁣􀀺􀀭􀀺􀂷􀀮􀀨􀀮􀀻􀀺􀁦􀁾􀂷􀀺􀁾􀀻􀁕􀁑􀁾􀁾􀁔􀁊􀀮􀁊􀁅􀁓􀁾􀁴􀀱􀁪􀁾􀁴􀁭􀀭􀁲􀁩􀀧􀀻••􀀧􀁩􀁩􀁾􀁩􀂣􀀭􀂷􀀠Base BidM-101 MOBILIZATION 1 LS $76,000.00 $76,000.00 ! M-102 MAINTENANCE OF TRAFFIC 1 I LS $76,000.00 $76,000.00 • P-150-1 REMOVE BITUMINOUS PAVEMENTS 10,100 SY $7.00 $70.700.00 . P-150-2 REMOVE CONCRETE PAVEMENT 560 SY $20.00 $11,200.00 • P-152-1 UNCLASSIFIED EXCAVATION , 5200 CY $7,00 $36.400.00 i P-155-1 LIME-TREATED SUBGRADE, 6" 11.750 SY $2.50 $29.375.00 P-155-2 LIME (5%) 211 TON $100.00 $21.100.00 • P-157-1 SILT FENCE 600 LF $5.00 $3,000.00 : P-304-1 CEMENT TREATED BASE COURSE. 6" 12200 SY $15.00 $183,000.00 • P-400-1 BITUMINOUS SURFACE COURSE 110 TONS $200,00 $22.000.00 I P-501-1 12 INCH PCC PAVEMENT NON-REINFORCED 7,625 : SY $45.00 $343.125.00 • P-501-2 12 INCH PCC PAVEMENT, REINFORCED 850 SY : $48.00 $40.800.00 i 12-15 INCH PCC PAVEMENT. NONP-501-3 REINFORCED 2,250 SY $50.00 $112,500.00 • P-501-4 12-15 INCH PCC PAVEMENT. REINFORCED 1.075 : SY $53.00 $56.975.00 P-602-1 BITUMINOUS PRIME COAT 305 GAL $12.00 $3.660.00 : P-603-1 BITUMINOUS TACK COAT 92 GAL $10.00 $920.00 • • MILLING BITUMINOUS PAVEMENT. 11/21NCH P-612-1 i DEPTH 405 SY $8.00 $3,240.00 SP-21 TIE DOWNS -NEENAH R-3490-A 54 EA $350.00 $18,900.00 • PAVEMENT MARKING. NON REFLECTIVE 4" : P-620-620-1 YELLOW 8,100 SF $2.00 $16,200.00 • T-904-1 SODDING 250 SY $60.00 $15,000.00 SP-22 GATE ASSEMBLY 1 EA $20,000.00 $20.000.00 , I I Total . Base Bid $1,160,095.00 The engineers opinion of probable cost for the construction of the hangar pavement is listed below: 21 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 -" ,. ""; ",'"," --,.' "S' """,,' ./>,.-., ,,', ,.' , , JTEM,' DESCRIPTION "i}e "'.".',"'" 􀀬􀀧􀀾􀀼􀀺􀁾􀁕􀁁􀁎􀁔􀁉� �􀁉􀁅􀁓􀀬--. . i . ' " ", ''',-" ' . '.:_ .. Base BidM-10l-1 MOBILIZATION 1 LS M-102-1 MAINTENANCE OF TRAFFIC 1 LS • P-150-1 REMOVE OF BITUMINOUS PAVEMENTS 11.300 SY P-150-3 REMOVE DRAINAGE STRUCTURE 1 EA P-152-1 UNCLASSIFIED EXCAVATION 1750 CY P·157-1 SILT FENCE 1.000 i LF P·304·1 CEMENT TREATED BASE, 6" 10500 SY P-400-1 BITUMINOUS SURFACE COURSE 165 TON P·501·5 8 INCH PCC PAVEMENT, NON-REINFORCED 5,225 SY • P·501-6 8 INCH PCC PAVEMENT. REINFORCED 3.300 i SY , 8-10 INCH PCC PAVEMENT. NONP-50l-7 • REINFORCED 1,290 SY P-501-8 8-10 INCH PCC PAVEMENT, REINFORCED 550 SY P-603-1 BITUMINOUS TACK COAT 155 GAL D-751-1 INLET. TYPE A 1 EA F-162-2 • TEMPORARY GATE 1 EA T-904-1 SODDING 1,500 SY 1 􀁾.., 'uNIT ...•. TOTAL "..', 􀁅􀁾􀁮􀁔􀁨􀀱􀁁􀁔􀁅􀁅􀁓􀁔􀁉􀁍􀁁 􀁔􀁅􀀠'. I $62.000.00 $62.000.00 • $62.000.00 $62.000.00 • $7.00 $79.100.00 $2.000.00 $2,000.00. $7.00 $12,250,00 • $5.00 $5.000.00 : $15.00 $157.500.00 i $200.00 $33,000.00 i $40.00 $209,000.00 ! $41.00 $135.300.00 ! $45.00 i$58,050.00 • $48.00 t $26,400.00 • $10.00 $1,550.00 ! $6000.00 $6,000,00 $1,750.00 $1,750.00 $60.00 $90,000.00 I I Total Base Bid ' $940,900,00 22 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 It is not anticipated that the engineers cost will change from what was contracted with TxDOT. The following table is the fee that was included in the contract for this project. TxDOT ESTIMATE OF CONSULTANT'S FEE TillOT Proj No: Aitport: Project Manager: Consultant: 0218ADDON Addison TONY KRAUSS HNTB TOTAL PAYROll. COSTS $78,204.08 TOTALMISC. EXPENSES $1,150.00 SUBCONTRACT SERVICES Service Charges $19,300.00 Carrying Charge 'I--==1"'".1"-:5:'1 . Total Subcontract Services $22,195.00 TOTAL BASIC SERVICES CONTRACT COSTS $101,549.73 TOTAL ENGINEERlNG COST $102,000.00 Construction Testing An opinion of probable cost for construction testing is approximately $14,000. A cost break down follows. Materials Testing A. Subgrade 1.) 2 Proctors @$160/Ea.= $320.00 2.) 6 Gradations @$55/Ea.= 330.00 3.) 12 Field Densities @$17.50/Ea.= 210.00 4.) 40 Hrs. Technician Time@$35/Hr.= 1,400.00 B. Asphalt Base 1.) 8 Gradations @$55/Ea.= $440.00 2.) 8 Plant Tests @$250/Ea.= 2,000.00 3.) 16 Core Tests @$22/&.= 352.00 4.) 20 Hrs. Technician Time @$55/Hr.= 1,100.00 C. Concrete Paving 1.) 20 Air Tests @$25/Ea.= $500.00 2.) 20 Sets of 4 beams w/slump, 80 Ea. @$24/Ea.= 1,920.00 3.) 110 Hrs. Technician Time @$40/Hr.= 4,400.00 D. Responsible Engineer, 10 Hrs. @$100/Hr.= 1,000.00 $13,972.00 23 Customs Apron I Final Engineering Report Addison Airport April 22, 2003 Construction Inspection Construction Inspection costs will include a full time inspector for the duration of the project. Assuming the project goes according to the schedule provided, an inspector will need to be on the job site approximately 14 weeks, 50-hours a week for a total of700 hours at a rate of $25.00 an hour. This would bring the cost of an inspector $49,000.00 for a 14-week project. Construction admin.istration was not included in this estimate. 24 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22. 2003 APPENDIX 25 Customs Apron I Final Engineering Report Addison Airport April 22, 2003 Appendix A Advisory Circulars Advisory Circulars 1. AC 150/5370-2C, Operational Safety on Airports during Construction 2. AC 150/5300-13 CH7 ,AirportDesign 3. AC 150/5320-6D, Airport Pavement Design and Evaluation 4. AC 150/5320-5B, Airport Drainage 5. AC 150/5340-1G, Standards for Airport Markings 6. A C 150/5370-1 OA, Standards for Specifying Construction ofAirports 26 Final Engineering Report April 22, 2003 Customs Apron Reconstruction Addison Airport Appendix B Proposed Sheet Listing PrQPQsed Sheet Listing COVER SHEET /LOCATION MAP PROJECT LAYOUT GENERAL NOTES GENERAL NOTES QUANTITIES PROJECT PHASING PLAN APRON AND HANGAR TYPICAL SECTIONS APRON 'N CONSTRUCTION PHASING PLAN APRON 'N DEMOLITION AND BORING PLAN APRON 'N PAVING AND JOINT LAYOUT PLAN APRON 'A' GRADING/DRAINAGE/SW3P PLAN APRON 'A' TIE DOWN LAYOUT PLAN HANGAR 'A' CONSTRUCTION PHASING PLAN HANGAR 'N DEMOLITION AND BORING PLAN HANGAR 'N PAVING AND JOINT LAYOUT PLAN HANGAR 'N GRADING/DRAINAGE/SW3P PLAN HANGAR 'B' CONSTRUCTION PHASING PLAN HANGAR 'B' DEMOLITION AND BORING PLAN HANGAR 'B' PAVING AND JOINT LAYOUT PLAN HANGAR 'B' GRADING/DRAINAGE/SW3P PLAN HANGAR 'C' CONSTRUCTION PHASING PLAN HANGAR 'C' DEMOLITION AND BORING PLAN HANGAR 'C' PAVING AND JOINT LAYOUT PLAN HANGAR 'C' GRADING/DRAINAGE/SW3P PLAN BARRICADE DETAILS pAVING JOINT DETAILS PAV.INGDETAILS TYPE 'N INLET DETAILS DRAINAGE AND SW3P DETAILS STORM WATER POLLUTION PREVENTION NOTES STORM WATER POLLUTION PREVENTION DETAILS FENCING DETAILS 27 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22,2003 Appendix C Schedule 28 Customs Apron Reconstruction Final Engineering Report Addison Airport April 22, 2003 Appendix D Pavement Design Calculations 29 Rigid Pavement Design For Airport Name: Addison Airport Associated City: Addison, Texas Design Finn: HNTB AlP Number: TxDOT 0218ADDON Program Date 10102102 ACMe/hod Date: 2113/03 Designer: J Nicewander New Pavement Section Required Stabilized Subbase Is Not Required 7.5 PCC Thickness 650 psi New Concrete Flexural Strength 0.0 Stabilized Base 0.0 Subbase 0.0 Non-Frost Layer (free draining material) Large Aircraft Parallel/o Join/s (standard design) Overlay Sections NIA Asphalt Overlay Thickness NI A Existing Slab Thickness NtA Unbonded PCC without leveling cOurse NI A PCC needed for existing section Nt A Unbonded PCC with leveling course N/A Existiog Stabilized Subbase N/A Bonded PCC NIA Existing Aggregate Subbase NtA Existing Slab Flexural Strength NtA F -Factor used in design NIA Cr Factor N/A Cb Factor Frost Considerations (for new pavement section) Dry Unit Weight ofSoil (lb/ef) 100 Degree Days OF 200 Soil Frost Code Non-Frost Frost Depth Penetration (in) 20.50 k value on top ofstabilized layer 100 k value on top ofsubbase layer 100 Original subgrade k value 100 Subgrade k-value was not modified for frost Design Aircraft Information SINGLE WH-30 20 Design Life (years) 30000lbs Gross Aircraft Weight 7,500 Equivalent Annual Departures This software is currently under development and is not officially adopted as a FAA standard. Designs developed using this program should be checked against AC 150/5320-6D to insure accuracy and confonnance to existing standards Addison Airport AlP Number AC Method Addison, Texas TxDOT 02 I 8ADDON 2113/03 IiNTB J Nicewander ",. .6INPUT VALUES .. 0 ...S "" 􀁾􀀠" £ 􀁾􀀠c O(t 􀁾􀁯􀀠.... 0..... ::;:$ 􀁾􀀠{I) 􀁾􀀠0 bJ) > -..... 􀁾􀀠I 􀁾􀀠􀀮􀁾􀀠C c. a "'O..s: .Q.. .s 􀁾􀀠.I U 􀁾􀀠'l) c.o {) 8 (1 t; its 􀁾􀀠50 0<1< ,..:;:; <0 ,, __ ;;:K "':::::"'0 00 t)...J a 􀀭􀁾􀀢􀀠􀁾􀀠0 g" 􀁾􀀮􀂭a 􀁾􀀠« . a '" .2:: 􀁡􀀮􀁾􀀠􀀦􀁧􀀮􀁾fJ.l,,-o 75093 591fJlv.PlwIIJ Parku({)' I : I 􀁾Ii i =l ARCHITECTS ENGINEERS PLANNERS October 31, 2003 Mr. Tony Krauss TxDOT Aviation Division 125 E. IIth Street Austin, TX 78701-2483 TXDOT CSJ # 0318 ADDON ADDISON AIRPORT Dear Tony: Sllfte 2f1U P/rmo. Te.'tas (1)7].) 661·5626 I.fLY (972) 66J·561·j IIIII'n:b"rb.t'O/ll We have reviewed the bids for the referenced project. The. low bidder for the project is Site Concrete, Inc. The following is a summary ofthe Bid Tab: Bid Totals Base Bid $1,033,000.00 Additive Alternative I $ 203,000.00 Additive Alternative 2 $ 304,000.00 Additive Alternative 3 $ 173,000.00 TxDOT Total $ 1,713,000.00 Ineligible Items $ 18,000.00 Total $ 1,731,000.00 We have received positive references for the Contractor and based on each ofthese being positive, we recommend TxDOT award the contract to Site Concrete, Inc. As a reminder, item 30-09 ofthe Special Provisions in the specifications requires a preconstruction conference to be held. Prior to the meeting the contractor has to deliver a schedule to you that we can discuss at the meeting. HNTB can set up this meeting as soon as possible after the notice to procced has been issued. Thank you for letting us work on this project with you and your staff. Very truly yours, HNTB CORPORATION /O!#.fJJerry D. Holder, Jr., P.E. Director of Capital Projects JDHlapw c: Jim Pierce -Town ofAddison TlJt' flN'J'fJ CQmpflllle:i 􀁯􀁾􀂷􀁲􀁈􀀮􀁾􀂷􀀠"LkX·\:-;lIW.\ \'.'>: \N"....'I.I'UL;,. 􀁾􀀨􀁄􀀺􀀠ArtAN1'.\. 􀁾􀁁􀁟􀀠At'1'1'lK Te.;, HKfol'> :1\l\'Gt:. L\. »O'lTOX 􀁾􀁮􀀮􀀠CAMltESTO;". ;.C. Cl-HKI.ESF)r-., W\: CHh,:,\r;o. II.. l:Il'YhLM'O. mI. rOU"HlI,.,. 01{. 􀁉􀁉􀀮􀁜􀁌􀁌􀁜􀁾􀀠D•. OEM'F.I<. co, Ilvruorr. \\1. HK!;':", \n. nmfffll>, 􀁾􀁊􀀺􀀠1"'1" \\'Ol(fll. r:x, IIAlfffOI!O, CT. 􀁉􀁻􀁮􀁬􀀧􀁾􀁔􀁏􀀢􀀢􀀢􀀠n:. 􀁉􀁎􀁦􀀩􀁊􀀮􀁜􀁉􀁜􀀧􀀭􀁜􀁉􀀧􀁏􀁌􀁬􀁾􀀮􀁬􀁎􀀮􀀠Ik\'l:-;H. C,\; 􀁋􀁁􀁾􀁾􀁾􀁾􀀠('ITY \hl io.'\O'-\ll.1.t:, ',;<.; I_V'h(\":, \\1: ,,0'> 􀁜􀁘􀁴􀀻􀁉􀀺􀁕􀁾􀀠CA. L<,)PbY1LLE. K" "\(.\P!",}X, Yt';. 􀁍􀀡􀀢􀁾􀁈􀀮􀀠fL, \llLW.\I,'Kn:, ,'d. \1\;-':ijrc..v;!), "11" Il\U:h,;l.:\C 􀁾􀁔􀀠􀁉􀁈􀁉􀂷􀁴􀁾􀀮􀀠􀁾􀁉􀀺􀀡􀀮􀀠...,,1,; UXI' em. IT .",\),,; 􀁾􀀢􀁉􀀨􀀩􀀱􀀾􀀮􀂷􀁉􀁉􀀩􀀮􀀠1':\. 􀁾􀀻􀁜􀀻􀀮􀀮􀀠IIf,ni\ 􀁜􀀱􀁾􀀱􀀩􀀨􀀢􀀨􀀱􀀠(:,\ M; ,..!la....􀁬􀁾􀀠.􀁾,<\,1\ "1')" GA..\lISTJN is: il"'1'<'1<. 􀁉􀁴􀀰􀁲􀀢􀁾􀀢􀀠L\. BOJiTilN. .'>V>: <.liARI,f.S'rot>:, 􀁾􀁌􀀠CHAl!lr."n;... W\". I:HIt;A("'. II.., ,;I.P\t:lv,n. WI I CI.I"lI\l 􀁾􀀠􀀢􀁈􀀮􀁉􀁈􀁌􀁉􀀮􀀢􀀧􀁾􀀠IX; 􀀡􀁬􀁲􀀺􀀻􀀢􀀮􀁜􀀧􀁾􀁉􀁬􀀮􀀠C(/, IWTI(OO', \11. Ett..I")o, 􀁜􀁾􀁹􀀺􀀠􀁾􀁾􀁉􀁋􀁉􀀧􀁉􀁅􀁕􀀩􀀬􀀠SJ; 1'1: '«"OM'fH. -r.<, 􀀱􀀱􀀢􀁾􀁬􀁮􀀬􀁬􀁦􀁴􀁬􀀩􀀮􀀠(:r; HOP);TO/>:. th. jNn:.\),IA1'OLl.'>. IN, HWINt;, 1•.\; 􀀢􀀬􀁜􀀩􀀬􀀬􀁾􀀧􀀺􀀭􀁬􀁬􀁮􀀮􀀠\1<) .... \ ..:-.:\"11.1.1-.. ,..,1. 􀁌􀁜􀀧􀁾􀀱􀀢􀀢􀀻􀀮􀀠1.11. UD; 􀀮􀁜􀁜􀀺􀀡􀀧􀁈􀁉􀀺􀁾􀀠1:11., ;,.,)Pb\'ItU:. KY, MA()lM;:-:, "0, :'IlA,'.II. I'l 􀀻􀀧􀁉􀀱􀁬􀁴􀁜􀁾􀀧􀁍􀀧􀀧􀀧􀁾􀁅􀀬􀀠Wl. ;'IIlNkf..\I'l)lIS. M\:. ;.!ASIIVIUf.. TK '\(!,",,;> "h '''I' 􀀬􀁭􀁬􀁾􀀠nil 10\1),,\ I' 11I'.\IIC'" I1IIWIII IU HI,I"\' \\\ n \\0,(1)1 f"\ 􀀱􀀱􀁜􀁬􀁴􀁦􀁬􀀧􀁉􀁉􀁾􀀡􀀩􀀠\, 􀀱􀀱􀁉􀁜􀀬􀀬􀁾􀁜􀀱􀁌􀀱􀀱􀀠" 􀁉􀁈􀁉􀁾􀁪􀀼􀁬􀀢􀀠1\ I\P'\'\P'lIb,' 􀁨􀀮􀁜􀁜􀀧􀁜􀁾􀁜􀁮􀀧􀀠"I" "'II''.IIL: I' 􀀢􀀧􀁾􀁩􀀧􀁬􀀠\11 􀁪􀀼􀁬􀁾􀀠􀁜􀀢􀀬􀁈􀁉􀁾􀀠"./1)1["'11.1.1 h' \1\1)/"'" \\1 11(\:111 II 11I1\\\(td! \\1 \II""I\I'PU' I!, '1",\11.11 I' '1\\ '.J.'h ,\ oI,hl,'P;\ '11:",,1 • "I '" , \ • II;; 􀁜􀀧􀁜􀀮􀀺􀁾􀀠j H. "" "i ,", 1'\',... 􀁾.. 1'1111 \0"1'111 1,1'\ 1'(>I(lLI'\I' '", 1'D11i1 \'1' 'm Init 1\.11," 􀁾􀀬􀀠to ,I 􀁉􀁾􀀠11" q.l) Ih! ,,'11 !! 􀁾􀀠,>.. ,>"1> ''\.I'' I>" 􀁍􀁾􀁂􂂬􀀻􀁜􀀮􀀧􀀱􀀢􀀧􀀷􀀳􀀦􀀵􀁾􀁁􀀧􀁤􀁣􀁴􀁩􀁳􀁯􀁬􀁬􀀮􀀴􀀺􀁐􀁜􀁥􀁏􀁍􀁍􀁍􀁔􀀭􀁇􀁓􀁜􀁌􀁅􀁔􀁔􀁉􀀧􀁅􀁒� �􀁜􀀰􀀳􀀧􀀱􀀰􀀲􀁾􀀠krausS1;doc' JII \\ "" \i 111'1"", I' .,. p. ADDISON AIRPORT PAVEMENT RECONSTRUCTION T,DOT CSJ # 0318ADDON 8id Bki Bid Bid I 1 M·IOI·I I 2 : M-IO, 3 : P-150-1 10,100 4 • P·"o-2 56. , ••;,,,., ,200 • :'-"'-1 11.'50 7 . P-'55-2 I 8 P·I57·' '50 • P-304·! 􀀡􀁾􀀱􀀰􀀰􀀠10 ,-IOI·! 110 II .·""·1 7.625 12 MO'·2 '50 13 '·"M 2,2" 14 ,.,',,-1 1.075" .-603., 92 Base Bid U.S. Customs Description Wrirten Unl' Price LS I LS Trnflk SY !Remove: i SY .Removal Concrete p.vemenl :y , SY Urn, T, , 6" dep!h 'ON lFSilt Feoee SY Cemenl'.6" TON , s",roc, eou"" SY 12 )""hPCC SY 12 indo PeC SY 12-15 ;'.ch I ,l'Ion', i SY 12.15, GAL rCou' '6 ''''2·' 410 SV, I 􀁾􀁤􀁥􀁰􀁴􀁨􀀠17 SI'-2' 42 IS '-621).' '.'00 '9 I-904-' 2S1): EA fie: SF I MMkino_ Non SY Sodding ,Bid NYmenc Uni, Price Total Price 176.' 􀀮􀁾􀁽􀀭􀀭􀀭􀁟􀁾􀀺􀁾􀁾􀀺􀀺􀁾􀁾􀁾􀁾􀁾􀀧􀀠.00 .00 􀁓􀀳􀀻􀀺􀁾􀀠$2.00 S60.001 ,200.00 􀁾􀁏􀁏􀁏􀀺􀁏􀁏􀀠5343,125.00 1112.500.01 mo.O! 1 UNIT PRICE 􀁓􀀵􀁾􀀠$3. : 514.50. 􀀤􀀱􀀷􀀮􀀲􀁾􀀠I 52.50 5115.00 53.00 514.50, 585.001 $53.00. $56.00: $63.00 566.00 $1.50 $10.50 $350.00 52.00 54.00: 2 3 UNIT PRICE TEp,s STERLING UNIT PRICE r.OO 51'.OC 4 UNIT PRICE 56.(1( . ; REaCON 􀀬􀀺􀁾􀁾􀀭􀀭􀁾􀁾􀁾􀀭� �􀀭􀀭􀁾􀀬􀁾􀀡􀀺􀁾􀀠􀁾􀀻􀀻􀁾􀀠􀀤􀀺􀁾􀀻􀁝􀀭􀀭􀀷􀀬􀀻􀀭􀁾􀁾􀀠I-··..........·..􀂷􀀼􀀬􀀬􀁾􀁾􀀺􀁾􀀠.3.00 􀁭􀀮􀁾􀁟􀀭􀀮􀁾52.,0<:' S105.00 .155.0{ 5130.OC $2.00 51,100.0{ S2.OC 512.00 $21 .. '.8.00 ..........................·57.480.(1( $83.0( 543,00 $44.40 $58.00 􀀵􀁾􀁾􀁾􀁟􀀠􀀮􀁾􀁾􀁾􀁾􀀠􀁉􀀺􀀻􀁾􀁾__-f"" 􀁾􀀺....................􀁟􀁾􀀭􀁾􀀧􀀧􀀢􀁾__􀁾􀀤􀁾􀀳􀀶􀀳􀁾􀀮􀀠1.50 􀁾􀁾􀀺􀁪􀁾􀀠.......·....... ..............•.S...􀁉􀁾􀁾􀁾􀀺􀀺􀀺􀀺􀁾􀁾􀁾􀀭􀀭􀀭􀁾􀁾􀀺􀂷􀁾􀁾􀀠􀁉􀁾􀁾􀁾􀀺􀀺􀀠S2.UO • 11.50 􀁳􀁩􀁾___􀁾S3.U=O__􀀮􀀮􀀮􀀢􀀢􀀬􀁾􀀠1'.00, 􀁉􀁬􀀮􀀱􀀳􀁾􀀠􀀵􀀱􀀬􀁾􀀠$I 11.100.01 59. BO.a! 5322.0C 54.200.0C 􀁉􀁉􀁾􀁾􀀢􀁾􀀠􀁓􀁉􀀺􀀺􀁾􀁾􀀠􀁾􀁩􀀺􀁾􀀠S!.8C 1990.00 S14.0C 5n.01 560.0C. 􀁾􀀺􀀻􀀺􀀻􀀺􀁏􀁃;$66.1>£! 􀀺􀀻􀀺􀁾􀁃􀁉􀀠Sloe.oc 51.3(1 $5.' I $27600 M·'O'-' , 2 M·102 , . , •.,11).' 3.160 • p.",., '" 5 P·I57·' JIS 6 P-304-' 1 3,100 , '-401·' 35 , P·'OI·' ',OSO , '-'0'" on 10 '-'01·' l3 P·501·' 15 I' '-603-' '0 13 T·904·! '61) LS LS SY CY IF SY TON SY IS inch PCC Sy Is inch PCC SY Ig· 10 inch CC SY IS.lOinch Written Ilnit Price .6" ,C.ou" •. 6 • Non GAl ;Tack Coo, sv ISodding Sub Total Addiflve .1 . $ $ $ 7.(){ 7iX 48.0( 10.0( 60.0C $ 57.000.0( S300.0C 545.600.0! UNIT PRICE' S3.OC 516.OC 5l.OC 51',(\( $100,OC S4,.OC S48.OC S,3.OC S57.OC suo S4,OC . OMEGA UNIT UNIT CONSTRUCTING UNIT . l'Il!BCON 􀁡􀁾􀀭􀀽􀀽􀁾􀁽􀁩􀀤􀀵􀁾􀀳􀀼􀁬􀀮􀁏􀁉􀁾􀂷􀁾􀁾􀁳􀀻� �􀀮􀁯􀁴􀁾􀀽􀂥􀀮􀁩􀂷􀁾􀁐􀀭􀀢􀀻􀁒􀁾􀁉􀁃􀁅􀀡􀀽􀀡􀁩􀁵􀀠$32.775.0£ S45,OC 􀀤􀀲􀀳􀀸􀁾􀀠53'.OC $:ifoc 145.0C 􀁾􀀱􀁏􀀮􀀰􀁃􀀠S3.0C 514.20 544.020. 5100.00. 53,500. '5.001 $31.501 539.375. $41.001 539.852; $45.501 524.251. $54.30 531,222, 5300,OC $8.00 5240.OC 112M! $4.00 , M-IOI-' I 2 M-'02 I J P-""1 5,020 • '·152-' 250 5 1'-157-' '.lIS 6 P-ltl4-1 4,7 􀁐􀀭􀀴􀀰􀀱􀁾􀀱􀀠100 Written Unit Price LS LS ....., of n.flic SY CV TON 8 1'-401-2 30 TON 􀀮􀀮􀁴􀀢􀁾􀀠Course Tcmpomry PavemCflt • '·'01·' ',6" SY 8 innh Prr • Non: 10 '·'01-1 2,162 SY .... 8.10 inch FCC II "'00-' 90 I GAL 12 T-904-' "() SY Sodding Sub Total Additive Numeric Uoit $ $ $ $ $ Price 7.0( 5.0( 15.0(;::: 40.0( 450( W.O( W.O( $ Tota! Price $23.0.QQ:O<: m,ooo.OC SI,7;O.0( S900.0( UNIT'. PRICE·' 􀀤􀁉􀁾􀁯􀁯􀀺􀀠55.000.00: 53.00 SIS.1ie 590.00" 􀀤􀁾􀁾􀀺􀀺􀀠$53.00, sue: $4.001 . '. $1 060.00 sm.O{ 5680.0; S10.01 SI'.OC TEXAS 􀁓􀁲􀁅􀁾􀁕􀁎􀁇􀀧􀀠.' UNIT . '. • 􀁾􀁒􀁉􀁃􀁅􀀠.... ..: 􀁾􀀠REBCON 515.700.. $31 590) S510.oo 53.00 $13.00 $2.00, $14.001 􀀤􀁾􀀺􀀺􀀠$37.50 $41.00 53.60 14.00 $1.50 515.00 .j.• ' .., •. 􀁾􀁾􀁾􀁾􀀮􀁾􀁾􀀠<, ,nn n, ti!----'􀀭􀁾􀀤􀁾􀁉􀁾􀂷􀂷􀂷􀂷􀁾􀁾􀀮􀀻􀀻􀁊 􀀭􀀭􀀭􀀮􀀮􀀻􀀵􀀺􀀷􀀵􀀵.. 􀀰􀀰􀁾􀀮􀀭􀀭􀀭􀀭􀁾􀀡􀀡􀁾􀁓􀁏􀁯􀁾􀀮􀀠$278,971. $3S0.670.sC 1m .' I M:\JOBS\373S&AddlsonA?\T£CHl"ROO\Estlmates\bid tab 37365.XlS lOf4 ADOISON AIRPORT PAVEMENT RECONSTRUCTION TyOnT"'U Numeric Unit Total Price Descriplion SUTTON & ASSOCIATESUNITPrice PRICEWritten Unit Prjce 510,400.00 Sltl,4tlO.O1 $ 18,000.00 SI8,OOO.0M·IOH I I LS Mobilization 2 M·102·1 SI8,OOO.OC1􀀭􀀭􀀭􀁣􀁣􀀭􀀪􀁾􀁾􀁾􀁾􀀭􀀫􀁾􀁌􀁓􀀺􀀺􀀻􀀭􀀭􀀧􀁽􀁩􀁾􀁩􀁮􀁩􀁥􀀭􀁯􀀻􀀻􀁮􀂷􀁣􀀬􀀬􀂷􀁥􀂷􀁾􀀰􀀧􀁣􀁦􀀭􀀭 􀁾􀁔􀁾􀁭􀁾􀁦􀁦􀁩􀀺􀀬􀀭􀀻􀀻􀀻􀁾􀂷􀂷􀁟􀁾___􀀭􀀭􀀭􀀭􀁦􀀭􀁣􀀡􀀧􀀭􀀭􀀭􀀢􀀺􀁯􀀢􀀢􀁾􀁾􀀭􀀭􀀭􀀭􀁾􀁾􀁾􀀺􀁉􀁟􀀠55,000.00 5$,000.0$ 18,000.00 ....,􀀱􀀭􀀷􀀭􀀫􀀷􀀮􀁾􀀺􀀫􀀢􀀢􀀢􀀬􀀬􀁾􀁣􀀭􀁬􀀭􀀭􀀻􀀺􀁓􀀢􀁙􀁾􀁒􀁥􀁾􀁯� �􀁶􀁥􀂷􀂷􀁂􀁨􀁵􀁭􀁩􀁮􀁯􀁵􀁳PavementsP-150-1 3,120 521,840.0C 53,00 59,360.0$ 7.00 .. 4 P-ISO-) 1 52,000.0 $1,000.00 SI,OOO.OEA Remove Draio1.'lLlC Structure $ 2,000.00, '1"-150-4 141 1,2504,. 1,750 .) 790 '25 141 EA $ 10.00: $ 7.00: $ 5.00: $ 40.00: $ 41.00: $ 45.00 $ 48.00 $ 55.00 51,410.0 510.00 iiAlo,oO 6 P-l:52-[ 58,750.0 115.80 Si§;750:0 1 P-IS7-I 12,100.0 13.00 11,260.0 • P.50V; $45.00 578,150.00570,000.0 9 '1"-501-6 .$3,813.0 $48.00 54,464,00 10 '1"-501-7 $53.00 $4(87000$35,550.0 11 P-P-50I-3 515,600.0 551.00 S18,525.00 12 p..70H 555,00 57,755,0S7,755.0 -----ifnlt!. Type A """""""$2,000,001).751.1 ! 52,000.0$ 6,000.00 $6,000.0 SI,15{io·14 " F-162-1 , I EA 51,200.00 S1,200.0$ 1,150.00:Temponuy Gate $ 60.00 534,200.0(15 T-904-11 51. Sy ISOOding 14.00 52,280.0 5205,024,1\($ 246,768.0Sub Total 􀁁􀁤􀁤􀁕􀁩􀁶􀁾􀀮􀁁􀁬􀁴􀁥􀁲􀁮􀁡􀁩􀁥􀀠No.3 . lllml 􀁾􀀠IQJy I 0-701-2 l!.!nil i Written Unit Price 12" , 2 0-151-2 2 , SP-" 2 􀁉􀁾􀁾􀁾􀁾􀁴􀀭􀁾.. . + .....􀁅􀁁􀁾􀁟􀁬􀁵􀁫􀁴􀁔􀁾􀁂􀀠SubTotal] , Item. tlymeric Unit Total Price . Price UNIT PRICE ' .. $ 60.()( 5 $40.0( $ • nnn!1( $ $ 1,200.()( $ $500.00 $ 􀁁􀀺􀁾􀀺􀁲􀀺􀁳􀀠. 􀁰􀀬􀀺􀁧􀁾􀀧􀀠TEXAS STERLING' , 539'<)( sm:o< 􀁓􀁬􀁾􀀠UNIT PRICE $37,00 $300.00 􀁏􀁍􀁅􀀵􀀳􀁾􀀠CQNSlRUCTING S600.0( UNIT PRiCe 145.00: $700.00 S9,ISO.()( Sub T alai Base Bid Sub Total ADdilive Alternale No.1 Sub T alai ADditive Allernale No.2 Sub Total Additive Alternate NO.3 Sub To1allneligible Items Total Bid Addison Airport Project 􀁏􀁍􀀺􀁾􀁇􀁁􀀠TEXAS STeRLING UNIT CONSTRUCTING UNIT PRiCe UNIT PRice PRICE SIO,ODMO 510,000,0 $5,200.00 􀁓􀀵􀀬􀀧􀀰􀀰􀀰􀀮􀀻􀀨􀀱􀀬􀀬􀀭􀀭􀀬􀀬􀀻􀁓􀁳􀁉􀁾􀀲􀀹􀀧􀁩􀀺􀀧􀀬􀁏􀁏􀀻􀀻􀀻􀀰􀀰􀀰􀀰􀁣􀀺􀂷􀀮􀁏􀁯􀀻􀀺􀀻􀁏􀁯􀁴􀀭􀁾􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀀢􀁾􀀵􀀱􀀲􀀹􀀢􀀬� �􀁾􀀢􀀧􀀽􀀧􀀬􀀰􀀰56,500.00 $6,500.00 ;1,000,0( SI1.00 534,320.00 SI2)00.00 512,300,0 53.00 59,360.00 57.00: ........ 521,840.0( sm,oo, S515.00 5500.00 5500.00 $2,000.00 52,000,00 119.00: $2,679.00 $8.00: 51,128.00 510.00 51,410.0 S9.00: .$11,250.00 113.00 􀀭􀁾............ ,,_____􀁳􀀺􀀮􀀻􀁉􀀢􀁩􀁳􀀻􀁾􀀡􀀢􀀧􀁾􀀬􀀬􀀺􀁾􀀭􀀭􀀭􀀭􀀽􀁳􀀧􀁩􀁩􀀡􀁾􀀬􀀬􀀽􀀢􀀢􀀠􀁓􀁉􀀸􀀻􀁪􀁪􀁾􀁾 ········$2·:001 5840,00 $200 $37.50: 565,625.0( 554.00 594,500.0 $42,00 53,906.00 i34.00 559,500.00 $41.00: 􀀤􀀳􀀬􀀸􀀱􀀳􀀮􀁾􀀰􀀨􀀠__􀀭􀀭􀀻􀁓􀀢􀀬􀀵􀀶􀀻􀀻􀁣􀀧􀀰􀀰􀁾􀀬___􀀭􀀮􀀺􀀻􀀮􀀻􀁓􀁓􀀢􀀧􀀬􀀲􀁾􀁏􀁓􀀻􀀻􀀺􀀻􀀧􀁏􀁡􀀠$4 1.00 $32,390.00 542.601 533,654:0< . 558,00, $45,820.0 554.30: $17,647,5 560,00, SI9,500.0 .$46,00: 56,486,00 558.00 118,850.0 $53.00' 51,473.0( 565.00, 59,165.0 53,000.00: 53,000.0 SI,200.00 $1,200.0 $2,500.001 S2,5OttO 12,500,00, 52,50M< $4,000.001 $4,000.0 SI,500.oo! lI,soii:o' $3.00, SI,71O.0( $.4.00: 52,280.0 55,001 $2,850.01 $200306.0 $115470.5 1 $246799.0 1 􀁍􀀺􀁜􀁊􀁏􀁂􀁓􀁜􀀳􀀷􀀳􀀶􀁳􀀮􀀮􀁁􀁤􀁤􀀢􀁬􀁳􀁯􀁮􀁁􀁐􀁜􀁔􀁅􀁃􀁈􀁐􀁒􀁏􀁄􀁜􀁅􀁳􀁴􀁬􀁭􀁡􀁾􀁜􀁢􀁬􀁤􀀠tab 373e5.xls 2014 ---------ADDISON AIRPORT PAVEMENT RECONSTRUCTION TxDOT CSJ # 0318ADDON Bid Bid Bid Bid R ••• Rid n. s 6 1 B -. i 3 4 5 • i • 􀁾􀀠).I:jOj:l jllf • M:joiTK • Trnffi' • p·15().1 10,100 SY p."O-' 'lS<) sv:ReiMVail P·1S2·' 5.200 CY P·ISS·I ,"0 " :UIDeTrealedSubJmlde,6"deDIh .:1":' 'ij TON ILlm, (5%) P·151·1 SSO Lf lsIftFence :􀀺􀁾􀁾􀀺􀀺􀁩􀁾􀀺􀁾􀀺􀀠;! 􀁾􀁅􀁾􀀬􀀻􀀻􀁾􀁾􀁴􀁾􀀡􀁾􀁾􀁾􀀢􀀮� �---"....._-_.j._-UNIT PRice 􀁾􀀮􀀠S15.001 $3:00 S120.00 53.00: 520.00i $7'.00' JL STEEL UNIT pRlCE SITE CONCRETE UNIT PRICE 􀀤􀀵􀀰􀀮􀀵􀁬􀁬􀁾􀀠s,.no.O( UNIT PRICE JAY REESE I $44.10 S7J.7C 'S2.7( $65.7: 􀁓􀁬􀀮􀁾􀀠56. 􀀵􀀱􀀵􀀰􀀮􀁾􀀠52. 55.00 5 570,681.25 􀀵􀁾􀀠52,665001 51,ISI 􀀱􀀷􀀹􀀮􀀷􀁾􀀱􀀠542.00 550.0( 550.01 54S.0C 520.0C SI0.0! 5350.0{ $5.0{ 55.01 551,600. $67,150.0{ $460.01 $5,208.01 ",100.0< 575.00 ;;'00 􀁾􀁾􀁾􀁾􀀮􀁾􀀠510. 􀀵􀀴􀁾􀀠__􀀢􀀬􀀵􀀱􀀱􀁾􀀧􀀷􀀧􀀮􀀠􀁾􀀻􀀺􀀠__􀁾􀀠􀁾􀀠Low • Avera 0 I Hi h $50,100.00 $17,412.50 $100,000.00 $5.00 .....L....􀂧􀀮􀁾􀀮 􀀡􀀿􀀹􀀴􀀠$20.00 $7.00 I. SI2·7fL $20.00 $11,70 '$2.63 $4.00 $111.88 $130.00 $1.00 $2.29 $'.00 $12.00 $15.72 $21.00 $66.00 $100.00 $69.00 $79.00 $71.00 SSg.co $20.00 􀁉􀀭􀁾􀀡􀀮􀁌􀀭􀀬􀀮􀀮􀀮􀀮􀀮􀁊􀁧􀀬� �􀁯􀀠$1f!g.OO __􀁾􀁾􀁂􀀴􀀮􀁡􀁡􀀠i $350.QO $1.00 $2.19 $5.00 $3,00 $4.75 I $7.00 Description ·KANZA. ,.:.,O::j l,i6O 4 P·152·1 ". 5 P·1S7·1 315 6 : P·304·' 3,!OO 7.;"'1·1 " 8 MOI·5 LOS.9 ..,0,.. ., LS Tmfli, SY IRemove' CV LF I Silt Fence SY ,,6" 'ON i SY 18 inch pee , Non sy 'linch SITe CONCRete 5630.001 $2.0( CONSTRUCTION UNITUNIT JLSTEEl UNIT JAY REESE PRICe PRICE, PRICEW,;lIen Unlt Prie.. LS .... $5. $2. $13.0( $16. 598.0( 5125. . 54,.0( 551!.i3 ,500,O! S44.0( $.59. co NOI·7 533 537.0( -$'1 10!SY !. 10 inch PCC i58.54'." I MOl·' 7S SY i :-10 inch pee $45.81' 5)9.0( T2 S.O! $60. S34.S00.()< 12 ?"O'·I 30 ---oAt I Coat 􀁾􀀴􀀰􀀮􀀰􀀡􀀠$6. $180.0<$3.m $90.01 __􀀭􀀬􀁓􀁾􀀲􀀨􀀱􀀮􀀻􀀺􀀻􀀮􀀰􀀨;;t...􀁾􀁟......􀁾􀁏􀀮􀁏􀀡····················1 . iiT:25 12 : 0-701·) ,., lJ : D.751wj I 14 : F-162-J I " 1 T-9()4,1 510 !l2·1 iedExca" $7.00 l 􀀿􀀺􀁾􀀺􀁉􀀠􀁾􀀠I 􀁾􀀠􀀬􀂷􀀺􀀺􀀺􀀺􀀻􀀮􀁾􀀷 􀁟􀁾􀀠,:;: 6 P·"'·I 11.750 􀁔􀁶􀁾􀀠!.'" depth 􀀤􀀲􀀮􀁾􀀠___􀁾􀁓􀀻􀀺􀀲􀀹􀀧􀁩􀀢􀁩􀀡••:37",,5. 􀁾􀀱􀁾􀂷􀀲􀀠211 􀁾_________________............+____􀁾􀁓􀁉􀁏􀁏􀁾􀁊􀀮􀁯􀁯􀁡􀀠......... __􀁾􀀤􀀲􀁾􀁉•• 􀁬􀁾􀁏􀁾􀀠• p·",·t 'SO LF $5.1 $2.750. , p.,,,,., 12.200 'YCemen'· ••" '15.1 ,. ...":,0':' '10 TON i,S"nace C • ..,. $200.001I M01·l 7.62' SY :12 Inch PCC $45.00 MOl·' 850 SY' 12 'moh PCC 13 P·"1·3 ....·,.:150 SY 12·15in,hl '4 p.,.,... 1.075 SY 12·15in,hl 1'... .-<.J·I 92 GIlL: , ,Coat 16 .-<12·1: 410 SY . II depth ... SP·21" 42 EA Tie 'R-3490-A. ... 18 ''',.,.1 8.100 SF lMarl2·1 2l 6 '·304-1 4.440 7 ' ....1·1 100 8 􀁐􀀴􀀰􀀱􀁾􀀲􀀠30 , P-S.I-S 1,650 10 2.'62'·'01·7 P-603·1 I 90I 17012 : T-9<)4.1 I Sub' Won•• no;, PriN LS LS • Traffic SY Remove. CY LF Silt Fence SY ,'"TON TON SY SY GAL SY ISoddiog •2 , . SUTTON.& .' .... -. .'.' '. 􀀬􀀻􀀺􀀮􀁾􀁲􀁅􀀮􀀠. . . 􀁾􀀭TEXAS STERLtNG -UNIT. . UNIT PRICE '. $I '.000.00 510.00 5 . PRI.CE $4.000.OC $3.OC m.oc 􀁾__] 􀀤􀁾􀁾􀁾􀀢􀀢􀀢􀀢􀀢􀀢􀀭􀀭􀁩􀀧􀁾􀀠" .. : RESCON Numeric Unil fQI.1 Price $ $ $ 7.00 $ 7.00: $ 5.00, $ 15.00 $ 200.00 $ 􀀲􀀺􀁾􀁾􀀠$ 45.00 $ 10.00 1900.00 $ 60.00 $ 􀁾􀁾􀁾􀀮􀀺􀀠􀀬􀀬􀁾􀀺􀀺􀀻􀀠537:'0 «I m /l( $40.001 S4tOO $I! $3.60 5324.OC5l3S.OC si:OOI 54.00 $680.0($.80.OC 53.001 $347,720.00 • $45.00 $49.00 54.00 5$.00: .Additive Alternate No:.-3 Hangars 􀁟􀁾􀁃􀂷􀁟􀀠M:\JOBSI37365-AddlsooAPlTECHPROO\EsUmate:s\bid tab 37365.xls 'Of' BIDDER Sutton & Associates, LP SIGNED J . Bid Bond .; a1 v a2 a3 a4 a5 ... 0 Z-« v 'II /,/I \'3'1. L-/201 , 􀁜􀁾􀀠.ry,. 0 0 Z Z 􀁾􀀠􀁾􀀠< < 'l...'38'1 ;'£10 3*1/1]0 *, , Total Bid 1-051 D:J..t Ill'7S; 5j::l... Texas SterlinQ if ;/v v v .,/.11' V \) (lDB: 01,,10 1UJtI(P;J.. oJB'. v50 iJ-e>O. 􀁾f){" 11'£,'2;; '*59, Omega Contracting v' vi ./J /􀁾􀀠/IJ f 􀀱􀀭􀁾􀀠ift? /..05: ObI ]...1g':tl1( !'1!J;'i-10, L v V v'" V 􀁾􀀠>t/1 :l..1'Z., "'fJ{" ')..b5.b5/1';& b 'l{), 5"( 1..1fiL>, 1qlj'Rebcon V' JL Steel, LP /V vi' v' v v V ,/"t81, no/.7"5 :lJf1, tfQ1,5"5 :i.ffJ.., qo/, io 't.?3 I oIi, ,'(0 Site Concrete, Inc. .././v tI v "" v v I O!J?:Il"ODO 􀁾􀁴􀀬􀀧􀀩􀀿􀀠000 1;04 000 IT:?, /)00 Kanza Construction, Inc. i V /v y' ..,. V" ,/Iv 1, "n+ 9'3 S'1-17, '-f 55 ?;&{P, 1.,0'6"" j q1. I()b Jay Reese V -/IV V v' if' v \,3 b9 I;;"''f 1. 7f; tff'f 7 :7 71, i9? 1JJ...f f(6o, 􀀺􀁉􀁩􀀱􀁥􀁬􀀧􀁦􀀨􀁍􀁾􀀠rf..eW/6 JF z. ILl LH tf:=. 3 1Dt 􀁾􀂥􀀠􀁾􀀠I. qD04b1􀁾􀀠f ti7.., I S'v :2.lb, i, o/(P'f; fr; ,􀁾􀀠􀁾􀀠I T51 () Db IJ-.I!){,{ :;"'0'1 ,].., lie"> U3 􀀮􀁾􀁾􀀠\) ·¥tlvfovr -{,k'('vVI< VI"",I gt'.( Vlt.p IT't-Dt!)-' '\ \'0'0<::i" .Airl'ort Parkin"ay Roe rgIilheflt F'ro.Je:bt-.J , 􀁻􀁾􀁁BID NO 03-301 􀁾􀀠DUE: October 23, 2003 􀁾􀀠2:00PM J '),. "3 r 5 ?> 1 .'( Mlnok Suh, Purchasing Coordinator 􀁾t:k:t..l P:f(!)( 􀁾􀁾􀀮􀀠􀁚􀀭􀀳􀁾􀀠k. 􀁨􀁵􀁉􀁾􀀠L -Lf w-uJ.-1r: a-􀁾􀁾􀀠􀁾􀁬􀀠No{ 1v-(Sf' 1Jt. 􀁾􀀠AJ J tile.. Ir-fw 􀀬􀁾􀁣􀁻􀀠􀁾􀀠,t> o :-If I Lfl 580 S )(9/JOt;, # f::, )8 600 . -#:. '7 15;/or it. fr /If, :2.30 Jim Pierce From: Tony Krauss [TKRAUSS@dot.state.!x.us] Sent: Thursday, August 21,20038:38 AM To: Jim Pierce; Edie Stimach Cc: Mark Acevedo; Mike Murphy; Minok Suh; Anna Saldana; jholder@hntb.com; jnicewander@hntb.com; lisa.pyles@wgint.com; luis.elguezabal@wgint.com Subject: RE: Addison airport project; TxDOT CSJ 0318ADDON advertising and bid opening dates Jim: Is the address (4651 Airport Parkway) correct for the terminal building for the prebid meeting? or should everyone meet some other place? »> Edie Stimach 08/21/03 08:33AM »> Tony, please remind the Consultant to notify us immediately after the bid opening of the results so that we can post to the internet. Also, I need the physical location of the Airport for the pre-bid meeting, is this 4651 Airport Parkway? Thanks. »> Tony Krauss 08/21/03 08:25AM »> Jim: thanks for the info, this is what we need to include in the bid documents. Our system is set up so that the project consultant, in this case HNTB, will open the bids and check each bid packet for the required information. We have a checklist of items for this purpose that will be furnished to the contractor. The consultant checks each bid as it is opened and reads the bid amount. Once all bids have been opended, the consultant will announce the Itapparent low bidder", but state this is unofficial until TxDOT Aviation has had an opportunity to confirm the qualified low bidder. The consultant then takes all the bid packets back to his/her office, checks all the numbers for correctness, checks into the background and qualifications of the apparent low bidder, then forwards the original bid packets to us with a recommendation letter recommending the apprppriate contractor for the bid award. We then make the contract award to the selected contractor. Jerry: since this is your first project with TxDOT Aviation Division, if you would prefer one of our Grant Management staff to assist in the bid opening, let us know and we can make arrangements accordingly. Anna: If any of the information I have provided above above is incorrect, or if our procedures have change, pls let us know by reply to this email. Edie: PIs use the following in the bid docs: Minok suh, Purchasing Coordinator, Addison Finance Building, 5350 Belt Line Road, Dallas, TX 75254. Edie stimach TxDOT Aviation Division (512) 416-4518 fax (512) 416-4510 estimach@dot.state.tx.u5 »> "Jim Pierce" 08/20/03 04:47PM »> Tony: Bids will be received by Minok Suh, Purchasing Coordinator, Addison Finance Building!' 5350 Belt Line Road, Dallas, TX 75254. Minok normally opens the bids and creates a list of bidders with their bids. I assume you would like her to do this, correct? Jim Pierce, P.E. Assistant Public Works Director P.O. Box 9010 Addison, TX 75001-9010 972-450-2879 -----Original Message----From: Tony Krauss [mailto:TKRAUSS@dot.state.tx.us] Sent: Wednesday, August 20, 2003 11:18 AM To: Jim Pierce: JHolder@HNTB.com: JNicewander@HNTB.com Subject: Addison airport project; TxDOT CSJ 0318ADDON advertising and bid opening dates Lady and Gentlemen: We are proceeding with the bidding of the Addison airport project. The following dates have been determined for advertising, prebid and bid opening: First advertising: 9-7-03 Second advertising: 9-14-03 Prebid meeting: 9-17-03 @10 a.m. to be held at airport with an opportunity for contractors to tour site. Bid opening: 10-2-03 @2 p.m. Jim: we need the name of the person who will receive bids, and the physical address where the bids should be delivered. If anyone has any questions, pIs contact me at your earliest convenience. This e-mail and any files or attachments transmdtted with it contains Information that is confidential and privileged. This document may contain Protected Health Information (PHI) or other information that is intended only for the use of the individual(s) and entity {ies) to whom it is addressed. If you are the intended recipient, further disclosures are prohibited without proper authorization. If you are not the intended recipient, any disclosure, copying, printing, or use of this information is strictly prohibited and possibly a violation of federal or state law and regulations. If you have received this information in error, please delete it and notify Hamid Khaleghipour at 972-450-2868 immediately. Thank you. 2