dbe request for proposal / solicitation · dbe request for proposal / solicitation: minot...

446
PO Box 13500, Grand Forks, ND 58208-3500 Ph: 701.775.4205 ~ Fx: 701.775.5584 AGGREGATE . CONSTRUCTION . READY-MIXED CONCRETE . TRANSPORTATION DBE Request for Proposal / Solicitation April 11, 2020 DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20 - DBE Goal: 2.68% Strata Corporation, PO Box 13500, Grand Forks, ND 58208-3500, is soliciting sub quotes from Disadvantaged Business Enterprises on any/all items and/or materials for the following at the Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20 - DBE Goal: 2.68%. If interested in quoting or for further information, please contact Rob Martens, our general estimator in Grand Forks at 701-741-4239 or e-mail [email protected]. All quotes must be received by Strata Corporation prior to 5:00 p.m., central time the night before the bid date to be considered responsive. Project Specifications are attached for information purposes only and not bidding purposes. The Contract Documents may be examined during business hours (by appointment only) at Ulteig Engineers, Inc. 3350 - 38th Avenue South, Fargo, ND 58104-7079. Copies of the Contract Documents may be obtained through QuestCDN.com # 6908637 for $25.00 or at the office of Ulteig Engineers, Inc. located at 3350 38th Avenue South, Fargo, ND, upon payment of $250.00 for each set. Payment will not be refunded. Strata Corporation personnel are prepared to assist you in interpreting plans, preparing proposals, & providing advice on obtaining bonding and/or insurance if need be. Also, when preparing quotes, please be aware of the insurance limits required by the owner in the specifications. This insurance coverage needs to be included in your quoted price & in place PRIOR TO STARTING ON THE JOB SITE. The Minot Airport and Strata Corporation, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Minot Airport and Strata Corporation to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner and Strata Corporation encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Washburn Municipal Airport Authority and Strata Corporation to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner and Strata Corporation encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.

Upload: others

Post on 20-Jul-2020

11 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

PO Box 13500, Grand Forks, ND 58208-3500 Ph: 701.775.4205 ~ Fx: 701.775.5584

AGGREGATE . CONSTRUCTION . READY-MIXED CONCRETE . TRANSPORTATION

DBE Request for Proposal / Solicitation

April 11, 2020 DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20 - DBE Goal: 2.68% Strata Corporation, PO Box 13500, Grand Forks, ND 58208-3500, is soliciting sub quotes from Disadvantaged Business Enterprises on any/all items and/or materials for the following at the Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20 - DBE Goal: 2.68%. If interested in quoting or for further information, please contact Rob Martens, our general estimator in Grand Forks at 701-741-4239 or e-mail [email protected]. All quotes must be received by Strata Corporation prior to 5:00 p.m., central time the night before the bid date to be considered responsive. Project Specifications are attached for information purposes only and not bidding purposes. The Contract Documents may be examined during business hours (by appointment only) at Ulteig Engineers, Inc. 3350 - 38th Avenue South, Fargo, ND 58104-7079. Copies of the Contract Documents may be obtained through QuestCDN.com # 6908637 for $25.00 or at the office of Ulteig Engineers, Inc. located at 3350 38th Avenue South, Fargo, ND, upon payment of $250.00 for each set. Payment will not be refunded. Strata Corporation personnel are prepared to assist you in interpreting plans, preparing proposals, & providing advice on obtaining bonding and/or insurance if need be. Also, when preparing quotes, please be aware of the insurance limits required by the owner in the specifications. This insurance coverage needs to be included in your quoted price & in place PRIOR TO STARTING ON THE JOB SITE. The Minot Airport and Strata Corporation, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Minot Airport and Strata Corporation to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner and Strata Corporation encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Washburn Municipal Airport Authority and Strata Corporation to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner and Strata Corporation encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.

jolson
Highlight
Page 2: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

PO Box 13500, Grand Forks, ND 58208-3500 Ph: 701.775.4205 ~ Fx: 701.775.5584

AGGREGATE . CONSTRUCTION . READY-MIXED CONCRETE . TRANSPORTATION

A full list of Federal Provisions by which the Bidder must comply, are incorporated by reference and contained within the specifications. Federal Contract Provisions are also available at http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/ and include the following: 1. Buy American Preferences – Title 29 USC § 50101 2. Civil Rights – Title VI Assurances 49 USC § 47123 and FAA Order 1400.11 3. Davis Bacon Requirements – 2 CFR § 200, Appendix II(D) and 29 CFR Part 5 (Applicable to contracts exceeding $2,000) 4. Debarment and Suspension – 2 CFR Part 180 (Subpart C), 2 CFR Part 1200, and DOT Order 4200.5 (Applicable to contracts exceeding $25,000) 5. Disadvantaged Business Enterprise – 49 CFR Part 26 6. Trade Restriction Certification – 49 USC § 50104 and 49 CFR Part 30 7. Lobbying Federal Employees – 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR Part 200, Appendix II(J), and 49 CFR Part 20, Appendix A (Applicable to contracts exceeding $100,000) 8. Recovered Materials – 2 CFR § 200.322, 40 CFR Part 247, and Solid Waste Disposal Act (Applicable to contracts exceeding $10,000) Strata Corporation is an equal opportunity employer and all qualified applicants will receive consideration for employment without regard to their veteran status, disability, sex, sexual orientation, gender identity, race, color, national origin, age, religion, or any other characteristic protected under local, state or federal statute, ordinance, or regulation. Regards,

JoAnne C. Olson Contract Administrator EEO & DBE Officer [email protected]

Page 3: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

This document was originallyissued and sealed by ChristopherC. Dumont, PE-6863, on 4-8-2020and the original documents arestored at Ulteig Fargo, ND. Thismedia should not be considered acertified document.

This document was originallyissued and sealed by Thomas K.Conlin, PE-10389, on 4-8-2020and the original documents arestored at Ulteig Fargo, ND. Thismedia should not be considered acertified document.

Page 4: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 5: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 6: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 7: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 8: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 9: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 10: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 11: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 12: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 13: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 14: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Geotechnical Evaluation Report Proposed Cargo Apron Minot International Airport 305 Airport Road Minot, North Dakota Prepared for

Ulteig Engineers, Inc. Professional Certification: I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of North Dakota. Sarah A. Mattes, PE Project Engineer Registration Number: PE-27245 January 31, 2020 Project B1913055 Braun Intertec Corporation

Page 15: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

AA/EOE

Braun Intertec Corporation p3900 Roosevelt Road, Suite 113 ,Saint Cloud, MN 56301

Phone: 320.253.9940 Fax: 320.253.3054Web: braunintertec.com

January 31, 2020 Project B1913055 Chris Dumont, PE Ulteig Engineers, Inc. 3350 38th Ave. S. Fargo, ND 58104 Re: Geotechnical Evaluation Proposed Cargo Apron Minot International Airport 305 Airport Road Minot, North Dakota Dear Mr. Dumont: We are pleased to present this Geotechnical Evaluation Report for the proposed cargo apron at the Minot International Airport. Thank you for making Braun Intertec your geotechnical consultant for this project. If you have questions about this report, or if there are other services that we can provide in support of our work to date, please contact Sarah Mattes at 320.333.8353 ([email protected]). Sincerely, BRAUN INTERTEC CORPORATION Sarah A. Mattes, PE Project Engineer Charles W. Dickhut, PE Group Manager, Principal Engineer

Page 16: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Table of Contents Description Page A. Introduction ...................................................................................................................................... 1

A.1. Project Description .............................................................................................................. 1 A.2. Site Conditions and History ................................................................................................. 2 A.3. Purpose ................................................................................................................................ 2 A.4. Background Information and Reference Documents .......................................................... 2 A.5. Scope of Services ................................................................................................................. 2

B. Results .............................................................................................................................................. 3 B.1. Geologic Overview .............................................................................................................. 3 B.2. Boring Results ...................................................................................................................... 3 B.3. Groundwater ....................................................................................................................... 4 B.4. Laboratory Test Results ....................................................................................................... 4

Moisture Content Tests .......................................................................................... 4 B.4.b. Atterberg Limits Tests ............................................................................................ 5 B.4.c. Moisture-Density Relationship (Standard Proctor) ................................................ 5 B.4.d. California Bearing Ratio (CBR) Tests ....................................................................... 5

C. Recommendations ........................................................................................................................... 5 C.1. Design and Construction Discussion ................................................................................... 5 C.2. Cargo Apron......................................................................................................................... 6

C.2.a. Subgrade Preparation ............................................................................................ 6 C.2.b. Engineered Fill Materials and Compaction ............................................................ 6 C.2.c. Pavement Subgrade Proofroll ................................................................................ 6

C.3. Pavement ............................................................................................................................ 7 C.3.a. Recommended CBR Value ...................................................................................... 7

Materials and Compaction ..................................................................................... 7 D. Procedures........................................................................................................................................ 7

D.1. Penetration Test Borings ..................................................................................................... 7 D.2. Exploration Logs .................................................................................................................. 8

D.2.a. Log of Boring Sheets ............................................................................................... 8 D.2.b. Geologic Origins ..................................................................................................... 8

D.3. Material Classification and Testing ..................................................................................... 8 D.3.a. Visual and Manual Classification ............................................................................ 8 D.3.b. Laboratory Testing ................................................................................................. 9

D.4. Groundwater Measurements .............................................................................................. 9 E. Qualifications .................................................................................................................................... 9

E.1. Variations in Subsurface Conditions .................................................................................... 9 E.1.a. Material Strata ....................................................................................................... 9 E.1.b. Groundwater Levels ............................................................................................... 9

E.2. Continuity of Professional Responsibility .......................................................................... 10 E.2.a. Plan Review .......................................................................................................... 10 E.2.b. Construction Observations and Testing ............................................................... 10

E.3. Use of Report..................................................................................................................... 10 E.4. Standard of Care ................................................................................................................ 10

Page 17: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Table of Contents (continued)

Appendix Soil Boring Location Sketch Fence Diagram Log of Boring Sheets SB1 through SB6 Descriptive Terminology of Soil Atterberg Limits Modified Proctor Results California Bearing Ration Results

Page 18: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

A. Introduction

A.1. Project Description It is our understanding the project will include the construction of a new cargo apron located in the southwest quadrant of the intersection of Runway 13-31 and the Crosswind Runway 8-26, just north of the FedEx facility at the International Airport in Minot, North Dakota. The proposed apron will be approximately 448 feet by 287 feet. Table 1 provides project details. Table 1. Project Details

Aspect Description

Pavement Section Portland cement concrete (PCC) pavement

Final Design Grade 1703 feet

Cuts and Fills 1 to 4 feet

Comments

We have assumed design and construction will be in accordance with Federal Aviation Association (FAA) design and construction standards for gross airplane

weights less than 60,000 lbs.

Figure 1 shows an illustration of the proposed site layout. The attached Proposed Cargo Apron Layout (Ulteig, revised November 15, 2018) shows the project layout and the requested boring locations. Figure 1. Site Layout

Figure obtained from Google Earth™ dated May 2, 2016.

Page 19: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 2

A.2. Site Conditions and History Currently, a portion of the area sited for the cargo apron in the west is paved with bituminous and the remaining area is grass covered. The site appears relatively flat. An aerial photo of the site is shown below.

A.3. Purpose The purpose of our geotechnical evaluation is to characterize subsurface geologic conditions at selected exploration locations and evaluate their impact on the design and construction of the cargo apron.

A.4. Background Information and Reference Documents To facilitate our evaluation, we were provided with or reviewed the following information or documents:

Proposed Cargo Apron Layout sheet, provided by Ulteig Engineers, Inc., revised November 15, 2018;

Geologic Map of North Dakota available from the North Dakota Geological Survey.

Advisory Circular 150/5320-6F, Airport Pavement Design and Evaluation, Federal Aviation Administration, November 10, 2016 (FAA AC/150).

We have described our understanding of the proposed construction and site to the extent others reported it to us. Depending on the extent of available information, we may have made assumptions based on our experience with similar projects. If we have not correctly recorded or interpreted the project details, the project team should notify us. New or changed information could require additional evaluation, analyses and/or recommendations.

A.5. Scope of Services Our scope of services for this project was originally submitted as a Proposal to Mr. Chris Dumont with Ulteig Engineering, Inc. (Ulteig) who subsequently provided authorization to proceed. The following list describes the geotechnical tasks completed in accordance with our authorized scope of services.

Page 20: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 3

Exploration locations and surface elevations were staked and surveyed by Ulteig, prior to our fieldwork. Prior to commencing with our subsurface exploration activities, we cleared the exploration locations of underground utilities through North Dakota One Call. Performing 6 standard penetration test borings at the locations shown on the boring location

sketch in the Appendix. The borings were extended to a nominal depth of 10 feet below the existing ground surface.

Performing laboratory testing on select samples to aid in soil classification and engineering analysis such as Atterberg limits, modified Proctor, and California bearing ratio tests on selected bag samples.

Preparing this report containing a boring location sketch, logs of soil borings, a summary of the soils encountered results of laboratory tests, and recommendations for pavement subgrade preparation and recommended CBR value for pavement design.

B. Results

B.1. Geologic Overview Geologic literature indicates that the geologic material consists of glacial till consisting of lean clay. We based the geologic origins used in this report on the soil types, laboratory testing, and available common knowledge of the geological history of the site. Because of the complex depositional history, geologic origins can be difficult to ascertain. We did not perform a detailed investigation of the geologic history for the site.

B.2. Boring Results Table 2 provides a summary of the soil boring results, in the general order we encountered the strata. Please refer to the Log of Boring sheets in the Appendix for additional details. The Descriptive Terminology sheets in the Appendix include definitions of abbreviations used in Table 2.

Page 21: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 4

Table 2. Subsurface Profile Summary

Strata Soil Type -

ASTM Classification

Range of Penetration Resistances

Commentary and Details

Topsoil — — Encountered in Borings SB3, SB4, SB5 and SB6. Thicknesses at the boring locations were

approximately 5 to 6 inches.

Bituminous Pavement Materials

— — Encountered in Borings SB1 and SB2. Thicknesses was approximately 5 to 6 1/2 inches.

Fill SP-SM 50 Blows per 2 to 5 inches

Brown. Moisture condition generally frozen, moist when

thawed. Thicknesses at boring locations varied from 1 to

1 1/2 feet.

Glacial Till CL 6 to 14 BPF

Brown. Moisture condition generally moist. Penetration resistance indicate the clay was

medium to stiff.

For simplicity in this report, we define existing fill to mean existing, uncontrolled or undocumented fill.

B.3. Groundwater We did not observe groundwater while performing our borings. Groundwater may take days or longer to reach equilibrium in the boreholes and we immediately backfilled the boreholes, in accordance with our scope of work. If the project team identifies a need for more accurate determination of groundwater depth, we can install piezometers. Project planning should anticipate seasonal and annual fluctuations of groundwater.

B.4. Laboratory Test Results

Moisture Content Tests Representative samples of lean clay obtained from the subgrade level had moisture contents between 16 and 17 percent. These values are 6 to 7 percent above the optimum moisture content obtained from the modified Proctor test discussed below.

Page 22: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 5

B.4.b. Atterberg Limits Tests One Atterberg limits test (ASTM D4318) was performed on a selected samples for classification and evaluation of the range of soil plasticity. Liquid limits determined for the clay was 35; plastic limit was 12; and the plasticity index was 23. These results indicated that the clay was low to moderately plastic. The results of the Atterberg limits tests are attached to the material test reports in the Appendix of this report. B.4.c. Moisture-Density Relationship (Standard Proctor) One modified Proctor test (ASTM D1557) was performed on bulk samples to aid in estimating the CBR value of the soils. The results of the standard Proctor tests are provided in Table 3 below and in graphical representation attached in the Appendix. B.4.d. California Bearing Ratio (CBR) Tests California Bearing Ratio (CBR) test (per ASTM D1883) was performed on a bulk samples collected from Boring SB4 ranging in depths from 1 to 5 feet. The CBR test was performed on remolded sample that was compacted to 95 percent of the material’s modified Proctor maximum dry density at the optimum moisture content. We reported the minimum CBR value at penetrations of 0.1 and 0.2 inches. The result of the CBR test is shown in the following table and provided in the Appendix. Table 3: Summary of Proctor and CBR value Test Results

Boring Soil Classification Maximum Dry Density (pcf)

Optimum Moisture (%)

CBR result (%)

SB4 CL 129.7 10.3 3.9

C. Recommendations

C.1. Design and Construction Discussion The borings generally encountered fill consisting of sand and gravel below the bituminous pavement, and native soils consisting of sandy lean clay below the topsoil in unpaved areas and below the fill in paved areas. These soils are considered suitable for pavement support. However, the laboratory moisture content results indicated that the clay soils are 6 to 7 percent above their optimum moisture contents. These soils are susceptible to strength loss due to changes in moisture.

Page 23: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 6

Typical provisions are to scarify (thoroughly mix/disk) to a depth of at least 1-foot, moisture condition, and recompact subgrade soils prior to placing additional fill. It is our opinion that these soils may be difficult to compact after moisture conditioning to meet project specifications due to the weak underlying soil. Therefore, additional over excavation should be anticipated for the project, or a stabilization such as reinforcing geogrid or cement stabilization may be required. C.2. Cargo Apron C.2.a. Subgrade Preparation We recommend completely removing topsoil, root zone, surface vegetation and existing pavement materials from below the proposed cargo apron pavement areas. Based on the borings, we anticipate removals of these materials will likely extend 5 to 6 1/2 inches below existing ground surface elevations. After removing topsoil and/or excavating to subgrade elevations, we recommend the resulting subgrades be scarified (thoroughly mixed/disked) to a depth of at least 1-foot, and moisture conditioned and recompacted to the requirements in Section C.2.b. As mentioned previously, if the wet clays cannot be dried to facilitate compaction, we recommend subcutting the unsuitable soils and replacing with compacted engineered fill per Section C.2.b, or stabilizing the subgrade. C.2.b. Engineered Fill Materials and Compaction Onsite soil, free of organics and debris can be used as backfill and fill material fill up to the bottom of the non-frost susceptible zone. Imported or borrow material needed to replace excavation spoils or balance cut and fill quantities, may be similar to the onsite nonorganic clay soils having a plastic index less than 15 percent. In accordance with specification P-152, we recommend spreading backfill and fill in loose lifts of approximately 12 inches, depending on the size of compactor used. We recommend compacting backfill and fill to a minimum of 95 percent of its modified Proctor maximum dry density, determined in accordance with ASTM International Test Method D1557. We recommend moisture conditioning the soils prior to recompaction to between 2 percent below and 2 percent above the optimum moisture content determined in accordance with ASTM D1557. C.2.c. Pavement Subgrade Proofroll After preparing the subgrade as described above and prior to the placement of the sand subbase and aggregate base, we recommend proofrolling the subgrade soils with a fully loaded tandem-axle truck. We also recommend having a geotechnical representative observe the proofroll. Areas that fail the proofroll likely indicate soft or weak areas that will require additional soil correction work to support pavements.

Page 24: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 7

The contractor should correct areas that display excessive yielding or rutting during the proofroll, as determined by the geotechnical representative. Possible options for subgrade correction include moisture conditioning and recompaction, subcutting and replacement with soil or crushed aggregate, chemical stabilization and/or geotextiles. We recommend performing a second proofroll after the aggregate base material is in place, and prior to placing concrete pavement.

C.3. Pavement C.3.a. Recommended CBR Value Based on the aforementioned CBR results, it would be reasonable to design the pavement using a CBR of 3.9. This CBR value correlates to a modulus of subgrade reaction value (k) of 80 pci using the following correlation provided in FAA Advisory Circular 150/5320-6F section 3.14.4.1

k (pci) = 28.6926 x CBR0.7788

Materials and Compaction

We recommend specifying granular subbase meeting Federal Aviation Administration (FAA) Standard for Specifying Construction of Airports: Item P-154 Subbase Coarse. Furthermore, we recommend specifying crushed aggregate base meeting FAA Standard for Specifying Construction of Airports Specifications: Item P-208 Aggregate Base Course. We recommend specifying that the concrete pavement meet Federal Aviation Administration (FAA) Standard for Specifying Construction of Airports: Item P-501 Portland Cement Concrete Pavement. We recommend compacting Aggregate Base Course and Subbase Course to at least 100 percent of their maximum modified Proctor dry densities (ASTM D 1557), in accordance with the respective FAA specifications.

D. Procedures

D.1. Penetration Test Borings We drilled the penetration test borings with a truck-mounted core and auger drill equipped with hollow-stem auger. We performed the borings in general accordance with ASTM D6151 taking penetration test samples at 2 1/2- or 5-foot intervals in general accordance to ASTM D1586. The boring logs show the

Page 25: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 8

actual sample intervals and corresponding depths. We also collected bulk samples of auger cuttings at selected locations for laboratory testing.

D.2. Exploration Logs D.2.a. Log of Boring Sheets The Appendix includes Log of Boring sheets for our penetration test borings. The logs identify and describe the penetrated geologic materials, and present the results of penetration resistance and other in-situ tests performed. The logs also present the results of laboratory tests performed on penetration test samples, and groundwater measurements. We inferred strata boundaries from changes in the penetration test samples and the auger cuttings. Because we did not perform continuous sampling, the strata boundary depths are only approximate. The boundary depths likely vary away from the boring locations, and the boundaries themselves may occur as gradual rather than abrupt transitions. D.2.b. Geologic Origins We assigned geologic origins to the materials shown on the logs and referenced within this report, based on: (1) a review of the background information and reference documents cited above, (2) visual classification of the various geologic material samples retrieved during the course of our subsurface exploration, (3) penetration resistance testing performed for the project, (4) laboratory test results, and (5) available common knowledge of the geologic processes and environments that have impacted the site and surrounding area in the past.

D.3. Material Classification and Testing D.3.a. Visual and Manual Classification We visually and manually classified the geologic materials encountered based on ASTM D2488. When we performed laboratory classification tests, we used the results to classify the geologic materials in accordance with ASTM D2487. The Appendix includes a chart explaining the classification system we used.

Page 26: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 9

D.3.b. Laboratory Testing The exploration logs in the Appendix note most of the results of the laboratory tests performed on geologic material samples. The remaining laboratory test results follow the exploration logs. We performed the tests in general accordance with ASTM or AASHTO procedures.

D.4. Groundwater Measurements The drillers checked for groundwater while advancing the penetration test borings, and again after auger withdrawal. We then filled the boreholes or allowed them to remain open for an extended period of observation, as noted on the boring logs.

E. Qualifications

E.1. Variations in Subsurface Conditions E.1.a. Material Strata We developed our evaluation, analyses and recommendations from a limited amount of site and subsurface information. It is not standard engineering practice to retrieve material samples from exploration locations continuously with depth. Therefore, we must infer strata boundaries and thicknesses to some extent. Strata boundaries may also be gradual transitions, and project planning should expect the strata to vary in depth, elevation and thickness, away from the exploration locations. Variations in subsurface conditions present between exploration locations may not be revealed until performing additional exploration work, or starting construction. If future activity for this project reveals any such variations, you should notify us so that we may reevaluate our recommendations. Such variations could increase construction costs, and we recommend including a contingency to accommodate them. E.1.b. Groundwater Levels We made groundwater measurements under the conditions reported herein and shown on the exploration logs, and interpreted in the text of this report. Note that the observation periods were relatively short, and project planning can expect groundwater levels to fluctuate in response to rainfall, flooding, irrigation, seasonal freezing and thawing, surface drainage modifications and other seasonal and annual factors.

Page 27: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Ulteig Engineers Project B1913055 January 31, 2020 Page 10

E.2. Continuity of Professional Responsibility E.2.a. Plan Review We based this report on a limited amount of information, and we made a number of assumptions to help us develop our recommendations. We should be retained to review the geotechnical aspects of the designs and specifications. This review will allow us to evaluate whether we anticipated the design correctly, if any design changes affect the validity of our recommendations, and if the design and specifications correctly interpret and implement our recommendations. E.2.b. Construction Observations and Testing We recommend retaining us to perform the required observations and testing during construction as part of the ongoing geotechnical evaluation. This will allow us to correlate the subsurface conditions exposed during construction with those encountered by the borings and provide professional continuity from the design phase to the construction phase. If we do not perform observations and testing during construction, it becomes the responsibility of others to validate the assumption made during the preparation of this report and to accept the construction-related geotechnical engineer-of-record responsibilities.

E.3. Use of Report This report is for the exclusive use of the addressed parties. Without written approval, we assume no responsibility to other parties regarding this report. Our evaluation, analyses and recommendations may not be appropriate for other parties or projects.

E.4. Standard of Care In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made.

Page 28: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Appendix

Page 29: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 30: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 31: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 32: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 33: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 34: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 35: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 36: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 37: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Descriptive Terminology of SoilBased on Standards ASTM D2487/2488

(Unified Soil Classification System)

Group Symbol Group NameB

Cu ≥ 4 and 1 ≤ Cc ≤ 3D GW Well-graded gravelE

Cu < 4 and/or (Cc < 1 or Cc > 3)D GP Poorly graded gravelE

Fines classify as ML or MH GM Silty gravelE F G

Fines Classify as CL or CH GC Clayey gravelE F G

Cu ≥ 6 and 1 ≤ Cc ≤ 3D SW Well-graded sandI

Cu < 6 and/or (Cc < 1 or Cc > 3)D SP Poorly graded sandI

Fines classify as ML or MH SM Silty sandF G I

Fines classify as CL or CH SC Clayey sandF G I

CL Lean clayK L M

PI < 4 or plots below "A" lineJ ML SiltK L M

Organic OL

CH Fat clayK L M

MH Elastic siltK L M

Organic OH

PT Peat Highly Organic Soils

Silts and Clays (Liquid limit less than

50)

Silts and Clays (Liquid limit 50 or

more)

Primarily organic matter, dark in color, and organic odor

Inorganic

Inorganic

PI > 7 and plots on or above "A" lineJ

PI plots on or above "A" line

PI plots below "A" line

Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA

Soil Classification

Coar

se-g

rain

ed S

oils

(mor

e th

an 5

0% re

tain

ed o

n

No

. 200

siev

e)

Fine

-gra

ined

Soi

ls (5

0% o

r mor

e pa

sses

the

No

. 200

siev

e)

Sands (50% or more coarse fraction passes No. 4

sieve)

Clean Gravels(Less than 5% finesC)

Gravels with Fines (More than 12% finesC)

Clean Sands (Less than 5% finesH)

Sands with Fines (More than 12% finesH)

Gravels (More than 50% of

coarse fraction retained on No. 4

sieve)

Liquid Limit − oven driedLiquid Limit − not dried

<0.75Organic clay K L M N

Organic silt K L M O

Liquid Limit − oven driedLiquid Limit − not dried

<0.75Organic clay K L M P

Organic silt K L M Q

Particle Size IdentificationBoulders.............. over 12" Cobbles................ 3" to 12"Gravel

Coarse............. 3/4" to 3" (19.00 mm to 75.00 mm)Fine................. No. 4 to 3/4" (4.75 mm to 19.00 mm)

SandCoarse.............. No. 10 to No. 4 (2.00 mm to 4.75 mm)Medium........... No. 40 to No. 10 (0.425 mm to 2.00 mm) Fine.................. No. 200 to No. 40 (0.075 mm to 0.425 mm)

Silt........................ No. 200 (0.075 mm) to .005 mmClay...................... < .005 mm

Relative ProportionsL, M

trace............................. 0 to 5%little.............................. 6 to 14%with.............................. ≥ 15%

Inclusion Thicknesseslens............................... 0 to 1/8"seam............................. 1/8" to 1"layer.............................. over 1"

Apparent Relative Density of Cohesionless SoilsVery loose ..................... 0 to 4 BPFLoose ............................ 5 to 10 BPFMedium dense.............. 11 to 30 BPFDense............................ 31 to 50 BPFVery dense.................... over 50 BPF

A. Based on the material passing the 3-inch (75-mm) sieve. B. If field sample contained cobbles or boulders, or both, add "with cobbles or boulders,

or both" to group name.C. Gravels with 5 to 12% fines require dual symbols:

GW-GM well-graded gravel with siltGW-GC well-graded gravel with clayGP-GM poorly graded gravel with siltGP-GC poorly graded gravel with clay

D. Cu = D60 / D10 Cc = / ) E. If soil contains ≥ 15% sand, add "with sand" to group name. F. If fines classify as CL-ML, use dual symbol GC-GM or SC-SM.G. If fines are organic, add "with organic fines" to group name. H. Sands with 5 to 12% fines require dual symbols:

SW-SM well-graded sand with siltSW-SC well-graded sand with claySP-SM poorly graded sand with silt SP-SC poorly graded sand with clay

I. If soil contains ≥ 15% gravel, add "with gravel" to group name. J. If Atterberg limits plot in hatched area, soil is CL-ML, silty clay. K. If soil contains 15 to < 30% plus No. 200, add "with sand" or "with gravel", whichever is

predominant. L. If soil contains ≥ 30% plus No. 200, predominantly sand, add “sandy” to group name.M. If soil contains ≥ 30% plus No. 200 predominantly gravel, add “gravelly” to group name.N. PI ≥ 4 and plots on or above “A” line.O. PI < 4 or plots below “A” line.P. PI plots on or above “A” line.Q. PI plots below “A” line.

Laboratory TestsDD Dry density, pcf OC Organic content, % LL Liquid limitWD Wet density, pcf qp Pocket penetrometer strength, tsf PL Plastic limit P200 % Passing #200 sieve MC Moisture content, % PI Plasticity index

qU Unconfined compression test, tsf

Consistency of Blows Approximate Unconfined Cohesive Soils Per Foot Compressive StrengthVery soft................... 0 to 1 BPF................... < 0.25 tsfSoft........................... 2 to 4 BPF................... 0.25 to 0.5 tsfMedium.................... 5 to 8 BPF .................. 0.5 to 1 tsfStiff........................... 9 to 15 BPF................. 1 to 2 tsfVery Stiff................... 16 to 30 BPF............... 2 to 4 tsfHard.......................... over 30 BPF................ > 4 tsf

Drilling Notes:Blows/N-value: Blows indicate the driving resistance recorded for each 6-inch interval. The reported N-value is the blows per foot recorded by summing the second and third interval in accordance with the Standard Penetration Test, ASTM D1586.

Partial Penetration: If the sampler could not be driven through a full 6-inch interval, the number of blows for that partial penetration is shown as #/x" (i.e. 50/2"). The N-value is reported as "REF" indicating refusal.

Recovery: Indicates the inches of sample recovered from the sampled interval. For a standard penetration test, full recovery is 18", and is 24" for a thinwall/shelby tube sample.

WOH: Indicates the sampler penetrated soil under weight of hammer and rods alone; driving not required.

WOR: Indicates the sampler penetrated soil under weight of rods alone; hammer weight and driving not required.

Water Level: Indicates the water level measured by the drillers either while drilling ( ), at the end of drilling ( ), or at some time after drilling ( ).

Moisture Content:Dry: Absence of moisture, dusty, dry to the touch.Moist: Damp but no visible water.Wet: Visible free water, usually soil is below water table.

3/2019

Page 38: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page 1 of 2Page 1 of 1

Page 39: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page 1 of 2Page 1 of 1

Page 40: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page 1 of 2Page 1 of 1Page 1 of 2

Page 41: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

0 0Y 0 316.0 163.0 0 0.1X 70 0 0.14 0.0 0 0.2

0 0.30 0.40 0.5

0.1 0 0 0.60.1 316

0.2 00.2 316

0.3 00.3 316

0.4 00.4 316

0.5 00.5 316

B1913055

SB-4

95.8

10.1 Sandy Lean Clay (CL)

0

50

100

150

200

250

300

350

0 0.1 0.2 0.3 0.4 0.5 0.6 0.7

Load

(lbs

)

Penetration (in)

CBR Load Graph

Load (lbs)

Linear portion

X-axis corrections

% of Maximum

Molding Moisture (%)

Project Number

Sample Number

Classification

Page 2 of 2

Page 42: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

SECTION 00300 – BID FORM

PROJECT IDENTIFICATION: Minot International Airport Minot, North Dakota

PROJECT DESCRIPTION: Cargo Apron Reconstruction FAA AIP Project No.: 3-38-0037-056-2020 BID OPENING: City of Minot, 515 2nd Ave SE Minot, North Dakota April 30, 2020, at 10:30 AM (CT)

BIDDER:

BIDDER’S:

ADDRESS

DATE:

BIDDER’S REPRESENTATIVE (to be contacted for additional information on this Proposal):

(Name)

(Telephone Number)

The undersigned acknowledges receipt of the following Addendums:

Addendum No. Addendum No. Addendum No. Addendum No. Addendum No.

Date Received Date Received Date Received Date Received Date Received

BIDDER’S DECLARATION AND UNDERSTANDING

1. The undersigned hereby certifies that they have examined the form of contract, plans and specifications and other associated Contract Documents for the improvement of Minot International Airport, AIP Project No. 3-38-0037-056-2020. The undersigned further certifies that he/she has examined the site of the work, has determined for himself/herself the conditions affecting the work and subject to acceptance of the proposal, agrees to provide at his/her expense, all labor , insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances, and means of construction, and all materials and supplies complete the entire work, including work incidental thereto, in conformance with the plans, specifications, and associated contract documents.

Page 43: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

2. The undersigned acknowledges that the Contract Documents consist of the Advertisement for Bid, Instruction to Bidders, all proposal forms, all issued Addenda, all Contract Forms, FAA General Provisions, Special Provisions, Construction Safety and Phasing Plan (CSPP) Wage Rates, Technical Specifications, attached appendices, referenced documents and Plans.

3. The undersigned, in compliance with your Advertisement for Bids, hereby proposes to do the work

called for in said contract and specifications and shown on said plans and to furnish all materials, tools, labor, and all appliances and appurtenances necessary for the said work at the rates and prices shown on the bid form.

4. The undersigned understands that the above quantities of work to be done are approximate only

and are intended principally to serve as a guide in evaluating the bids.

UNIT PRICE SCHEDULE

BASE BID - DIVISION 1

Base Bid – Division 1 area corresponds with Phase 1 within the Safety Phase plan included in the project plans. This phase

is intended to be completed in the 2020 construction season.

FAA No.

No.

Item

Unit

Quantity

Unit Cost

Extended Price

C-100 1 Contractor Quality Control Program LS 1

C-102 2 Silt Fence LF 865

C-102 3 Inlet Protection EACH 4 Special

Provision 4 Fiber Roll LF 192

C-103 5 Airport Safety Control LS 1

C-103 6 Low Profile Barricades LS 1

C-103 7 Install 4’ Orange Safety Fence LF 2,650

C-104 8 Field Laboratory LS 1

C-105 9 Mobilization LS 1

C-107 10 Haul Road and Staging Area LS 1

P-152 11 Unclassified Excavation CY 4,351

P-152 12 Unclassified Excavation – Subgrade Repairs (As Needed) CY 1,000

02246 13 Geotextile Fabric SY 28,786

P-154 14 12” Subbase Course SY 14,393

P-209 15 6” Crushed Aggregate Base Course SY 14,393

P-401 16 Bituminous Pavement TON 3,628

P-501 17 7” Concrete Pavement SY 2,167

P-501 18 8” Concrete Pavement (Valley Gutter and Flume) SY 196

P-603 19 Bituminous Tack Coat GAL 1,188

P-605 20 Joint Sealing Filler LF 3,011

P-620 21 Runway and Taxiway Marking SF 788

Page 44: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

D-701 22 18 inch Reinforced Concrete Pipe, Cl III LF 69

D-701 23 42 inch Reinforced Concrete Pipe, Cl III LF 32

D-701 24 8 inch PVC, Schedule 80 LF 265

D-705 25 4 inch Perforated HDPE Underdrain Pipe with Filter Sock LF 2,185

D-705 26 4 inch Non-Perforated PVC Outlet Pipe (As needed, including excavation and embankment ) LF 30

D-751 27 72” x 72” Concrete Manhole, Sluice Gates and Ladder EACH 1

D-751 28 72” Concrete Manhole EACH 1

T-901 29 Seeding SY 8,205

T-905 30 Topsoil CY 1,368

T-908 31 Bonded Fiber Matrix SY 8,205

PLANS 32 Tiedowns EACH 9 L-108 33 No. 8 AWG, 5 kV, L-824, Type C Cable,

Installed in Trench, Duct Bank or Conduit L.F. 2,180

L-108 34 Cable Plowing (Counterpoise Only) L.F. 420 L-108 35 No. 6 AWG, Solid, Bare Copper Counterpoise

Wire, Installed in Trench, Above the Duct Bank, or Conduit, Including Connections/Terminations and Ground Rods

L.F. 728

L-110 36 Non-Encased Electrical Conduit, 2” L.F. 2,896 L-110 37 Sand-Encased Electrical Duct, 1x2x2” L.F. 103 L-115 38 Electrical Junction Structure L-867D Base Can

with Solid Cover EACH 2

L-125 39 L-861T(L) Taxiway Edge Light (Base Mounted) EACH 15 L-125 40 L-858(L) Lighted Sign EACH 3 L-125 41 L-853 Taxiway Reflective Marker EACH 17

PLANS 42 Reinstall Edge Light (Base Mounted) EACH 8 PLANS 43 Existing Electrical Equipment Removal L.S. 1 PLANS 44 Temporary Lighting L.S. 1 PLANS 45 Type AA Apron Light Standard Foundation EACH 2

Total Base Bid – Division 1

Grand Total Base Bid – Division 1 in Writing ____________________________________________________________________________________

Page 45: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

BASE BID - DIVISION 2

Base Bid – Division 2 area corresponds with Phase 2 within the Safety Phase plan included in the project plans. This phase is intended to be completed in the 2021 construction season.

FAA No.

No.

Item

Unit

Quantity

Unit Cost

Extended Price

C-102 1 Inlet Protection EACH 2 Special

Provision 2 Fiber Roll LF 240

C-103 3 Airport Safety Control LS 1

C-103 4 Low Profile Barricades LS 1

C-103 5 Install 4’ Orange Safety Fence LF 2,920

C-104 6 Field Laboratory LS 1

C-105 7 Mobilization LS 1

C-107 8 Haul Road and Staging Area LS 1

R-103 9 Rotomill Asphalt Pavement SY 4,728

P-152 10 Unclassified Excavation CY 2,693

P-152 11 Unclassified Excavation – Subgrade Repairs (As Needed) CY 500

02246 12 Geotextile Fabric SY 14,308

P-154 13 12” Subbase Course SY 7,154

P-209 14 6” Crushed Aggregate Base Course SY 7,154

P-401 15 Bituminous Pavement TON 1,927

P-501 16 7” Concrete Pavement SY 758

P-501 17 8” Concrete Pavement (Valley Gutter and Flume) SY 25

P-603 18 Bituminous Tack Coat GAL 630

P-605 19 Joint Sealing Filler LF 975

P-620 20 Runway and Taxiway Marking SF 557

D-701 21 8 inch PVC, Schedule 80 LF 352

D-701 22 Storm Cleanout EACH 4

D-705 23 4 inch Perforated HDPE Underdrain Pipe with Filter Sock LF 1,598

T-901 24 Seeding SY 3,628

T-905 25 Topsoil CY 605

T-908 26 Bonded Fiber Matrix SY 2,628

PLANS 27 Tiedowns EACH 3 L-108 28 No. 8 AWG, 5 kV, L-824, Type C Cable,

Installed in Trench, Duct Bank or Conduit L.F. 375

L-108 29 Cable Plowing (Counterpoise Only) L.F. 220 L-108 30 No. 6 AWG, Solid, Bare Copper Counterpoise

Wire, Installed in Trench, Above the Duct Bank, or Conduit, Including Connections/Terminations and Ground Rods

L.F. 319

L-108 31 No. 6 AWG, 600V, Type RHW/USE Cable, Installed in Trench, Duct Bank or Conduit

L.F. 2,230

L-108 32 No. 10 AWG, 600V, Type RHW/USE Cable, Installed in Trench, Duct Bank or Conduit

L.F. 6,193

Page 46: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

L-108 33 No. 12 AWG, 600V, Type RHW/USE Cable, Installed in Trench, Duct Bank or Conduit

L.F. 19,214

L-108 34 No. 6 AWG, Insulated, Stranded Equipment Ground, Installed in Duct Bank or Conduit

L.F. 1,115

L-108 35 No. 10 AWG, Insulated, Stranded Equipment Ground, Installed in Duct Bank or Conduit

L.F. 1,331

L-110 36 Non-Encased Electrical Conduit, 2” L.F. 1,232 L-110 37 Sand-Encased Electrical Duct, 1x2x2” L.F. 477 L-110 38 Non-Encased Electrical Duct, 1x2x2” (Bored) L.F. 15 L-115 39 Electrical Junction Structure L-867D Base Can

with Solid Cover EACH 1

L-125 40 L-861T(L) Taxiway Edge Light (Base Mounted) EACH 4 L-125 41 L-858(L) Lighted Sign EACH 1 L-125 42 L-853 Taxiway Reflective Markers EACH 8

PLANS 43 Reinstall Edge Light (Base Mounted) EACH 1 PLANS 44 Existing Electrical Equipment Removal L.S. 1 PLANS 45 Temporary Lighting L.S. 1 PLANS 46 Relocate Pull Box L.S. 1 PLANS 47 Sluice Gate Controls and Wiring L.S. 1 PLANS 48 Apron Lighting Controls L.S. 1 PLANS 49 Type AA Apron Light Standard EACH 3 PLANS 50 Type AA Apron Light Standard Foundation EACH 1 PLANS 51 Type AA Apron Luminaire (Highmast) EACH 3 PLANS 52 Type AA Apron Luminaire (Sport Flood) EACH 9 PLANS 53 L-810(L) Obstruction Light System EACH 3

Total Base Bid – Division 2

Grand Total Base Bid – Division 2 in Writing ____________________________________________________________________________________

ALTERNATE 1 - DIVISION 2

Alternate 1 – Division 2 area corresponds with the apron area not eligible for AIP funding depicted in the project plans.

FAA No.

No.

Item

Unit

Quantity

Unit Cost

Extended Price

R-103 1 Rotomill Asphalt Pavement SY 1,305

P-152 2 Unclassified Excavation CY 188

P-152 3 Unclassified Excavation – Subgrade Repairs (As Needed) CY 100

02246 4 Geotextile Fabric SY 2,080

P-154 5 12” Subbase Course SY 1,040

P-209 6 6” Crushed Aggregate Base Course SY 1,040

Page 47: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

P-401 7 Bituminous Pavement TON 310

P-603 8 Bituminous Tack Coat GAL 102 L-125 9 L-853 Taxiway Reflective Markers EACH 8

Total Alternate 1 – Division 2 Grand Total Alternate 1 – Division 2 in Writing ____________________________________________________________________________________ Quantities are not guaranteed. Final payment will be based on actual quantities.

THE UNDERSIGNED ALSO DECLARES AND AGREES AS FOLLOWS:

5. The undersigned acknowledges that the FAA does not permit escalation clauses for increases in fuel, asphalt, or other construction costs. Bids shall be adjusted accordingly to account for possible material and labor cost increases over the life of the project.

6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor

and included in the Specifications, are to govern on this project, and the undersigned certifies that s/he has examined this schedule of wage rates and that the prices bid are based on such established wage rates.

7. The undersigned prime contractor, if not a certified DBE, hereby assures that they will make

sufficient and reasonable efforts to meet the DBE goals, that they will subcontract 2.68 percent of the dollar value of the prime contract to DBE firms, and that they will include the DBE clauses required by the sponsor's DBE Program in all subcontracts which offer subcontracting opportunities. The undersigned will complete and submit with the bid the attached DBE Participation Form. If unable to meet the project goal, the undersigned shall submit a demonstration of good faith effort in accordance with the good faith effort procedures and certificate attached to this document.

8. The undersigned agree upon written notice of the acceptance of this bid, that within fifteen (15) days

after the award, that s/he will execute the contract in accordance with the bid as accepted and give contract (Performance and Payment) bond on attached forms within ten (10) days after the prescribed forms are presented for signature.

9. The undersigned further agrees that if awarded the contract, s/he will commence the work within

ten (10) calendar days after the receipt of a notice to proceed and that s/he will complete the work within the working days allowed. An extension of time may be allowed when extra or additional work is ordered by the engineer. Liquidated damages in the amount of $1,000.00/working day(s) shall be paid to the City of Minot for that time which exceeds the number of working days allowed. Further, each phase of work under the project has additional liquidated damage clauses, as outlined in the project agreement.

Page 48: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

10. As an evidence of good faith in submitting this proposal, the undersigned encloses a bid guarantee in the amount of five percent (5%) which, in case the undersigned refuses or fails to accept an award and to enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the City of Minot, Minot, ND, as liquidated damages.

11. By entering into this contract, the Contractor certifies that neither it (nor s/he) nor any person or

firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

12. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

13. The undersigned hereby declares that the only parties interested in this proposal are named herein,

that this proposal is made without collusion with any other person, or corporation. That no member of the council, officer or agent of Owner, is directly or indirectly financially interested in this bid.

NON-COLLUSION DECLARATION

I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct:

1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or

indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed

to the provisions of this declaration.

NOTICE TO ALL BIDDERS

To report rigging activities call: 1-800-424-9071

The U.S. Department of Transportation (USDOT) operates the above toll-free “hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities.

The “hotline” is part of USDOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected.

CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT

By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

Page 49: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

DOCUMENTS TO BE INCLUDED WITH BID PROPOSAL

1. Bid Guarantee: The amount of bid bond (Surety Bond) shall not be less than 5% of the total bid, including any alternates. Bid Bond and Contractor’s License shall be enclosed in a separate, sealed, marked envelope attached to the contract proposal envelope.

2. Contractor’s License: A copy of the bidder’s North Dakota Contractor’s License shall be enclosed in the Bid Guarantee envelope.

3. Section 0030 – Bid Form: Each bidder shall complete the bid form in its entirety and sign. All information required within the bid form shall be included in the bid proposal. Information to be included but not limited to:

a. Completed Unit Price Schedule

b. Buy American Certification

c. Buy America Waiver Request (if needed)

d. Buy America Conformance Listing (if needed)

e. Subcontractor/Material Supplier List

f. Disadvantaged Business Enterprise (DBE) Utilization Statement

g. Letter Of Intent - Disadvantaged Business Enterprise (if needed)

h. Certificate Of Good Faith Efforts – DBE (if needed)

Page 50: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

SIGNATURE OF BIDDER

(Seal if Bid is By Corporation)

SUBMITTED ON (DATE):

BIDDERS SIGNATURE:

By:

Name and Title of Authorized Agent (print)

Signature of Authorized Agent

Name of Company

Address of Company

Telephone

Page 51: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

BUY AMERICAN CERTIFICATION

Project name: General Aviation Apron Reconstruction

Airport name: Minot International Airport

CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCT

As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark ( ) or the letter “X”.

Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by

inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition

Regulation Subpart 25.108.

By selecting this certification statement, the bidder or offeror agrees:

1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product.

2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless

extenuating circumstances emerge that the FAA determines justified.

The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees:

1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested.

2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal.

3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA.

4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

Page 52: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Required Documentation

Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the “item”. The required documentation for a type 3 waiver is:

a) Listing of all product components and subcomponents that are not comprised of 100% US

domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety)

b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture.

c) Percentage of non-domestic component and subcomponent cost as compared to total “item” component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture.

Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is:

a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product

False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code.

Date Signature

Company Name Title

Page 53: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

BUY AMERICA WAIVER REQUEST (Title 49 U.S.C Section 50101 (b))

For Airfield Development Projects funded under the

Airport Improvement Program

Instructions for Permissible Waivers

Nationwide Waivers: The FAA Office of Airports publishes national waivers for equipment and products that meet Buy American requirements under 49 USC 50101. Nationwide waivers are published at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_americ an_waiver.xls

Section 50101(b)(1) & (b)(2) Waivers:

The bidder may request a waiver based upon the best interests of the public, Section 50101 (b)(1) or request a waiver based upon insufficient supply of U.S. manufactured products, Section 50101 (b)(2), however approval is rare, and waivers may only be approved by the FAA Office of Airports in Washington DC.

Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner’s approval with the bidder’s waiver request is contingent upon FAA approval.

1. “Equipment” in Section 50101 shall mean the following:

a) Individual type “L” items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53.

b) Individual bid items as established within FAA Advisory Circular 150/5370-10. c) A waiver request may only address one specific equipment item. Submit separate requests

for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver referenced above do not require further review.

2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. The Bidder must submit the component cost calculation table as an attachment to the waiver request.

3. Components/subcomponents are the material and products composing the “equipment”.

4. The final assembly of the AIP-funded “equipment” must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product.

Page 54: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

5. All steel used in the “Equipment” must be produced in the United States.

6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product.

7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver.

8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products.

9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_am erican_waiver.xls.

10. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list.

Instructions for Section 50101(b)(4) Waiver:

1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request.

Page 55: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

BUY AMERICA COST CALCULATION TABLE (Title 49 U.S.C Section 50101 (b)(3))

For Airfield Development Projects funded under the Airport Improvement Program

COMPONENT COST CALCULATION TABLE (Type 3 Waiver)

In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and calculations as presented herein.

Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiv er.xls.

The component breakout shall be along major components of the equipment. Submit separate calculation for each different equipment types. Do not combine the component cost calculations of different types of equipment.

For Airfield development projects, equipment is defined as the “L” items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53 and the b) individual bid items as established within FAA Advisory Circular 150/5370-10. The individual bid item method may not be applied to the “L” type items.

An authorized person shall attest under signature and date that the submitted information is accurate and complete.

Equipment Type:

Component/ Subcomponents

Name of

Manufacturer

Country of

Origin

Cost of Foreign Manufactured Components/

Subcomponents

Cost of USA Manufactured Components/ Subcomponents

Sum of US Manufactured Component/Subcomponent Costs: Sum of all Equipment Components and Subcomponents:

Percentage of Equipment Components Manufactured in the United States: Place of Final Assembly:

Page 56: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Certification Signature

Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified above. The bidder certifies that % of the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly occurs within the United States.

I hereby certify the above information is accurate and complete.

Bidder's Firm Name Date

Signature

Page 57: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

BUY AMERICA CONFORMANCE LISTING (Title 49 U.S.C Section 50101 (b))

For Airfield Development Projects funded under the Airport Improvement Program

Preparation of a Component Cost Calculation Table is not necessary for equipment listed on

the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_america n_waiver.xls

Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list.

Equipment Type Name of Manufacturer Product Number

Page 58: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Certification Signature:

Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at:

http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_w aiver.xls

I hereby certify the above information is accurate and complete.

Bidder's Firm Name Date

Signature

Page 59: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

SUBCONTRACTOR/MATERIAL SUPPLIER LIST

The Bidder shall provide information on all subcontractors/material suppliers bidding or quoting on subcontracts for this project. Bidders are required to complete and submit this form with their bid. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work.

Name of Firm Address Type of Work to be

Performed on Contract Licensed in

Yes No State

Contractors

License # Class

Certified DBE

Yes No

Certification Number

Bid

Amount

Date Firm

Established

*GRS

Attach additional pages, as necessary. *GRS - Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million but less than $5 million Enter 3 for more than $5 million but less than $10 million Enter 4 for more than $10 million but less than $15 million Enter 5 for more than $15 million

Page 60: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page Intentionally Blank

Page 61: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION STATEMENT

The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box)

The bidder/offeror is committed to a minimum of % DBE utilization on this

contract.

The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE).

The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration.

Bidder's/Offeror's Firm Name

Signature Date

* The overall DBE goal for this project is 2.68% with a Race Conscious (RC) goal that is 2.68% and a Race Neutral goal that is 0%.

* If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written

documentation of the good faith efforts as required by 49 CFR Part 26.

_ _ %

_ _ %

$

$

Total Amount DBE

DBE Goal

DBE Prime Contractor $ x 1.00 = $ _ _ %

DBE Subcontractor $ x 1.00 = $ _ _ %

DBE Supplier $ x 0.60 = $ _ _ %

DBE Manufacturer $ x 1.00 = $ _ _ %

DBE Amount Contract Percentage Contract Amount

DBE UTILIZATION SUMMARY

Page 62: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page Intentionally Blank

Page 63: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

LETTER OF INTENT

Disadvantaged Business Enterprise

Name of bidder/offeror’s firm:

Address:

City: State: Zip:

Name of DBE firm:

Address:

City: State: Zip:

Telephone:

Description of work to be performed by DBE firm:

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ .

Affirmation

The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above and that the firm is DBE certified to perform the specific trades.

By (Signature)

Date:

(Title)

If the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void.

Submit this page for each DBE subcontractor.

Page 64: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOOD FAITH EFFORTS PROCEDURES

The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts.

The DBELO is responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive. We will ensure that all information is complete and accurate and adequately documents the bidder’s good faith efforts before we commit to the performance of the contract by the bidder.

The Minot International Airport Authority will require all bidders to submit the following information at the time of bid:

1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation

it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in

the prime contractor’s commitment and 6. If the contract goal is not met, evidence of good faith efforts.

Administrative reconsideration

Within 7 business days of being informed by the DBELO that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. The bidder should make this request in writing to the following reconsideration official:

Airport Director Minot International Airport 305 Airport Road, Suite 216 Minot, ND 58703

As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The Minot International Airport Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation.

We will require the contractor that is awarded the contract to make available upon request a copy of all DBE subcontracts. The subcontractor shall ensure that all subcontracts or an agreement with DBEs to supply labor or materials require that the subcontract and all lower tier subcontractors be performed in accordance with this part’s provisions.

Page 65: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

CERTIFICATE OF GOOD FAITH EFFORTS

Project No.: 3-38-0037-056-2020

Prime Contractor: Low Bid: Goal: 2.68%

Total DBE Commitment: $ ( %)

List your solicitations of ALL subcontractor’s, suppliers and service providers

Subcontractor/Supplier/Service provider

DBE? Phone

Date/Method of contact

Description of work

Amount of quote Yes No Date Letter/Phone

1. $

2. $

3. $

4. $

5. $

6. $

7. $

8. $

9. $

10. $

(Make additional copies of this form as necessary)

Page 66: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 67: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 68: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 69: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 70: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 71: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 72: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 73: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 74: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 75: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 76: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 77: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 78: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 79: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 80: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 81: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 82: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 83: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 84: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 85: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 86: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 87: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 88: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 89: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 90: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 91: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 92: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 93: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 94: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 95: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 96: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 97: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 98: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 99: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 100: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 101: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 102: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 103: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 104: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 105: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 106: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 107: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 108: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 109: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 110: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 111: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 112: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 113: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 114: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 115: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 116: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 117: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 118: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 119: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 120: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 121: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 122: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 123: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 124: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 125: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 126: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 127: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 128: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 129: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 130: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 131: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 132: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 133: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 134: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 135: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 136: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 137: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 138: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 139: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 140: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 141: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 142: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 143: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 144: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 145: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 146: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 147: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 148: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 149: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 150: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 151: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 152: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 153: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 154: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 155: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 156: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 157: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 158: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 159: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 160: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 161: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 162: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 163: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 164: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 165: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 166: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 167: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 168: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 169: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 170: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 171: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 172: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 173: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 174: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 175: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 176: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 177: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 178: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 179: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 180: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 181: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 182: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 183: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 184: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 185: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 186: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 187: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 188: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 189: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 190: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 191: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 192: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 193: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 194: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 195: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 196: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 197: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 198: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 199: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 200: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 201: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 202: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 203: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 204: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 205: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 206: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 207: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 208: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 209: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 210: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 211: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 212: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 213: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 214: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 215: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 216: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 217: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 218: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 219: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 220: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 221: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 222: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 223: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 224: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 225: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 226: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 227: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 228: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 229: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 230: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 231: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 232: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 233: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 234: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 235: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 236: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 237: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 238: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 239: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 240: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 241: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 242: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 243: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 244: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 245: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 246: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 247: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 248: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 249: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 250: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 251: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 252: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 253: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 254: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 255: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 256: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 257: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 258: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 259: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 260: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 261: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 262: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 263: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 264: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 265: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 266: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 267: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 268: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 269: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

Page 270: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 271: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 272: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 273: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 274: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 275: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 276: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 277: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 278: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 279: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 280: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 281: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 282: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 283: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 284: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 285: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 286: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 287: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 288: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 289: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 290: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 291: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 292: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 293: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 294: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 295: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 296: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 297: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 298: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 299: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 300: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 301: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 302: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 303: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 304: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 305: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 306: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 307: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 308: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 309: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 310: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 311: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 312: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 313: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 314: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 315: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 316: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 317: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 318: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 319: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 320: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 321: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 322: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 323: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 324: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 325: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 326: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 327: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 328: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 329: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 330: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 331: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 332: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 333: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 334: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 335: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 336: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 337: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 338: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 339: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 340: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 341: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 342: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 343: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 344: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 345: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 346: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 347: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 348: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 349: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 350: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 351: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 352: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 353: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 354: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 355: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 356: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 357: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 358: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 359: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 360: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 361: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 362: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 363: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 364: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 365: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 366: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 367: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 368: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 369: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 370: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 371: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 372: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 373: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 374: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 375: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 376: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 377: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 378: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 379: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 380: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 381: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 382: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 383: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 384: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 385: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 386: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 387: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 388: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 389: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 390: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 391: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 392: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 393: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 394: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 395: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 396: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 397: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 398: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 399: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 400: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 401: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 402: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 403: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 404: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 405: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 406: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 407: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 408: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 409: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 410: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 411: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 412: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 413: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 414: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 415: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 416: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 417: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 418: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 419: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 420: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 421: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 422: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 423: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 424: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 425: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 426: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 427: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 428: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 429: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 430: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 431: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 432: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 433: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 434: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20
Page 435: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

12/21/2018 AC 150/5370-10H

Item L-125 Installation of Airport Lighting Systems 1

Item L-125 Installation of Airport Lighting Systems

DESCRIPTION

125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars (ACs). The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the RPR.

EQUIPMENT AND MATERIALS

125-2.1 General.

a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program in accordance with AC 150/5345-53, current version. FAA certified airfield lighting shall be compatible with each other to perform in compliance with FAA criteria and the intended operation. If the Contractor provides equipment that does not performs as intended because of incompatibility with the system, the Contractor assumes all costs to correct the system for to operate properly.

b. Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide materials in accordance with these specifications and acceptable to the RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the RPR and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor.

c. All materials and equipment used shall be submitted to the RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Clearly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be clearly made with arrows or circles (highlighting is not acceptable). The Contractor shall be responsible for delays in the project accruing directly or indirectly from late submissions or resubmissions of submittals.

d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format, tabbed by specification section. The RPR reserves the right to reject any or all equipment, materials or procedures, which, in the RPR’s opinion, does not meet the system design and the standards and codes, specified herein.

e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. All LED light fixtures, with the exception of obstruction lighting (AC 150/5345-43) must be warranted by the manufacturer for a minimum of 4 years after date of installation inclusive of all electronics. Obstruction lighting warranty is set by the individual manufacturer.

Page 436: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

12/21/2018 AC 150/5370-10H

Item L-125 Installation of Airport Lighting Systems 2

EQUIPMENT AND MATERIALS

125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical Duct Banks and Conduits.

125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground Power Cable for Airports.

125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88 respectively, as manufactured by 3M Company or an approved equal.

125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground Cable for Airports.

125-2.6 Retroreflective Markers. Retroreflective markers shall be type L-853 and shall conform to the requirements of AC 150/5345-39.

125-2.7 Runway and Taxiway Lights. Runway and taxiway lights shall conform to the requirements of AC 150/5345-46. Lamps shall be of size and type indicated, or as required by fixture manufacturer for each lighting fixture required under this contract. Filters shall be of colors conforming to the specification for the light concerned or to the standard referenced.

Lights

Type Class Mode Style Option Base Filter Transformer Notes

L-861T(L) N/A 1 N/A 4 - Mounted L-867 Blue (LED) L-830 30” High Edge Light

125-2.8 Runway and Taxiway Signs. Runway and Taxiway Guidance Signs should conform to the requirements of AC 150/5345-44. Refer to the plan sheets for specific requirements.

125-2.9 Runway End Identifier Light (REIL). Not required.

125-2.10 Precision Approach Path Indicator (PAPI). Not required.

125-2.11 Circuit Selector Cabinet. Not required.

125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform to the requirements of AC 150/5345-42, latest edition. Light bases shall be Type L-867, Class 1B (resistant to deicing fluids), Size B (12” diameter) shall be provided as indicated or as required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures.

125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-830, size as required for each installation. Transformer shall conform to AC 150/5345-47, latest edition.

INSTALLATION

125-3.1 Installation. The Contractor shall furnish, install, connect and test all equipment, accessories, conduit, cables, wires, buses, grounds and support items necessary to ensure a complete and operable airport lighting system as specified here and shown in the plans.

The equipment installation and mounting shall comply with the requirements of the National Electrical Code and state and local code agencies having jurisdiction.

The Contractor shall install the specified equipment in accordance with the applicable advisory circulars and the details shown on the plans.

Page 437: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

12/21/2018 AC 150/5370-10H

Item L-125 Installation of Airport Lighting Systems 3

125-3.2 Testing. All lights shall be fully tested by continuous operation for not less than 24 hours as a completed system prior to acceptance. The test shall include operating the constant current regulator in each step not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate properly during each portion of the test.

125-3.3 Shipping and Storage. Equipment shall be shipped in suitable packing material to prevent damage during shipping. Store and maintain equipment and materials in areas protected from weather and physical damage. Any equipment and materials, in the opinion of the RPR, damaged during construction or storage shall be replaced by the Contractor at no additional cost to the owner. Painted or galvanized surfaces that are damaged shall be repaired in accordance with the manufacturer’s recommendations.

125-3.4 Elevated and In-pavement Lights. Water, debris, and other foreign substances shall be removed prior to installing fixture base and light.

A jig or holding device shall be used when installing each light fixture to ensure positioning to the proper elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with the light beams parallel to the runway or taxiway centerline and facing in the required direction. The outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible embedding material shall be removed. The holding device shall remain in place until sealant has reached its initial set.

METHOD OF MEASUREMENT

125-4.1 Reflective markers will be measured by the number installed as completed units in place, ready for operation, and accepted by the RPR. Taxiway lights will be measured by the number of each type installed as completed units in place, ready for operation, and accepted by the RPR. Guidance signs will be measured by the number of each type and size installed as completed units, in place, ready for operation, and accepted by the RPR.

BASIS OF PAYMENT

125-5.1 Payment will be made at the Contract unit price for each complete taxiway light, guidance sign, or reflective marker installed by the Contractor and accepted by the RPR. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete this item.

Payment will be made under:

Item L-125-5.1 L-861T(L) Taxiway Edge Light (Base Mounted) - Per Each

Item L-125-5.2 L-858(L) Lighted Sign - Per Each

Item L-125-5.3 L-853 Taxiway Reflective Marker - Per Each

Page 438: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

12/21/2018 AC 150/5370-10H

Item L-125 Installation of Airport Lighting Systems 4

REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

Advisory Circulars (AC)

AC 150/5340-18 Standards for Airport Sign Systems

AC 150/5340-26 Maintenance of Airport Visual Aid Facilities

AC 150/5340-30 Design and Installation Details for Airport Visual Aids

AC 150/5345-5 Circuit Selector Switch

AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits

AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors

AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems

AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers

AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories

AC 150/5345-44 Specification for Runway and Taxiway Signs

AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures

AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems

AC 150/5345-51 Specification for Discharge-Type Flashing Light Equipment

AC 150/5345-53 Airport Lighting Equipment Certification Program

Engineering Brief (EB)

EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures

END OF ITEM L-125

Page 439: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-28

E.1 Electrical Notes.

E.1.1 General.

1. The electrical installation, at a minimum, must meet the NEC and local regulations.

2. The contractor must ascertain that all lighting system components furnished (including FAA approved equipment) are compatible in all respects with each other and the remainder of the new/existing system. Any non-compatible components furnished by the contractor must be replaced at no additional cost to the airport sponsor with a similar unit that is approved by the engineer and compatible with the remainder of the airport lighting system.

3. In case the contractor elects to furnish and install airport lighting equipment requiring additional wiring, transformers, adapters, mountings, etc., to those shown on the drawings and/or listed in the specifications, any cost for these items must be incidental to the equipment cost.

4. The contractor-installed equipment (including FAA approved) must not generate any EMI in the existing and/or new communications, weather, air navigation, and ATC equipment. Any equipment generating such interference must be replaced by the contractor at no additional cost with equipment meeting the applicable specifications.

5. When a specific type, style, class, etc., of FAA approved equipment is specified only that type, style, class, etc., will be acceptable, though equipment of other types, style, class, etc., may be FAA approved.

6. Any and all instructions from the engineer to the contractor regarding changes in, or deviations from, the plans and specifications must be in writing with copies sent to the airport sponsor and the FAA field office (Airports District Office (ADO)/Airports Field Office (AFO)). The contractor must not accept any verbal instructions from the engineer regarding any changes from the plans and specifications.

7. A minimum of three copies of instruction books must be supplied with each type of equipment. For more sophisticated types of equipment, such as regulators, PAPI,REIL, etc., the instruction book must contain the following:

a. A detailed description of the overall equipment and its individual components.

b. Theory of operation including the function of each component.

c. Installation instructions.

d. Start-up instructions.

e. Preventative maintenance requirements.

f. Chart for troubleshooting.

g. Complete power and control detailed wiring diagram(s), showing each conductor/connection/component; “black” boxes are not acceptable. The diagram or the narrative must show voltages/currents/wave shapes at strategic locations to be used when checking and/or troubleshooting the equipment.

Page 440: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-29

When the equipment has several brightness steps, these parameters must be indicated for all the different modes.

h. Parts list will include all major and minor components, such as resistors, diodes, etc. It must include a complete nomenclature of each component and, if applicable, the name of its manufacturer and the catalog number.

i. Safety instructions.

E.1.2 Power and Control.

1. Stencil all electrical equipment to identify function, circuit voltage and phase. Where the equipment contains fuses, also stencil the fuse or fuse link ampere rating. Where the equipment does not have sufficient stenciling area, the stenciling must be done on the wall next to the unit. The letters must be one inch (25 mm) high and painted in white or black paint to provide the highest contrast with the background. Engraved plastic nameplates may also be used with one inch (25 mm) white (black background) or black (white background) characters. All markings must be of sufficient durability to withstand the environment.

2. Color code all phase wiring by the use of colored wire insulation and/or colored tape. Where tape is used, the wire insulation must be black. Black and red must be used for single-phase, three wire systems and black, red and blue must be used for three-phase systems. Neutral conductors, size No. 6 AWG or smaller, must be identified by a continuous white or natural outer finish. Conductors larger than No. 6 AWG must be identified either by a continuous white or natural gray outer finish along its entire length or by the use of white tape at its terminations and inside accessible wireways.

3. All branch circuit conductors connected to a particular phase must be identified with the same color. The color coding must extend to the point of utilization.

4. In control wiring, the same color must be used throughout the system for the same function, such as 10%, 30%, 100% brightness control, etc.

5. All power and control circuit conductors must be copper; aluminum must not be accepted. This includes wire, cable, busses, terminals, switch/panel components, etc.

6. Low voltage (600 V) and high voltage (5000 V) conductors must be installed in separate wireways.

7. Neatly lace wiring in distribution panels, wireways, switches and pull/junction boxes.

8. The minimum size of pull/junction boxes, regardless of the quantity and the size of the conductors shown, must be as follows:

a. In straight pulls, the length of the box must not be less than eight times the trade diameter of the larger conduit. The total area (including the conduit cross-sectional area) of a box end must be at least three times greater than the total trade cross-sectional area of the conduits terminating at the end.

Page 441: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-30

b. In angle or u-pulls, the distance between each conduit entry inside the box and the opposite wall of the box must not be less than six times the trade diameter of the largest conduit. This distance must be increased for additional entries by the amount of the sum of the diameters of all other conduit entries on the same wall of the box. The distance between conduit entries enclosing the same conductor must of not be less than six times the trade diameter of the largest conduit.

9. A run of conduit between terminations at equipment enclosures, square ducts and pull/junction boxes, must not contain more than the equivalent of four quarter bends (360 degrees total), including bends located immediately at the terminations. Cast, conduit type outlets must not be treated as pull/junction boxes.

10. Equipment cabinets must not be used as pull/junction boxes. Only wiring terminating at the equipment must be brought into these enclosures.

11. Splices and junction points must be permitted only in junction boxes, ducts equipped with removable covers, and at easily accessible locations.

12. Circuit breakers in power distribution panel(s) must be thermal-magnetic, molded case, permanent trip with 100-ampere, minimum, frame.

13. Dual lugs must be used where two wires, size No. 6 or larger, are to be connected tothe same terminal.

14. All wall mounted equipment enclosures must be mounted on wooden mounting boards.

15. Wooden equipment mounting boards must be plywood, exterior type, 3/4 inch (19 mm) minimum thickness, both sides painted with one coat of primer and two coats of gray, oil-based paint.

16. Rigid steel conduit must be used throughout the installation unless otherwise specified. The minimum trade size must be 3/4 inch (19 mm).

17. All rigid conduit must be terminated at CCRs with a section (10 inch (254 mm) minimum) of flexible conduit.

18. Unless otherwise shown all exposed conduits must be run parallel to, or at right angles with, the lines of the structure.

19. All steel conduits, fittings, nuts, bolts, etc., must be galvanized.

20. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings.

21. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing locknuts must not be used.

22. Wrap all primary and secondary power transformer connections with sufficient layers of insulating tape and cover with insulating varnish for full value of cable insulation voltage.

23. Unless otherwise noted, all indoor single conductor control wiring must be No. 12 AWG.

Page 442: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-31

24. Both ends of each control conductor must be terminated at a terminal block. The terminal block must be of proper rating and size for the function intended and must be located in equipment enclosures or special terminal cabinets.

25. All control conductor terminators must be of the open-eye connector/screw type. Soldered, closed-eyed terminators, or terminators without connectors are not acceptable.

26. In terminal block cabinets, the minimum spacing between parallel terminal blocks must be 6 inches (152 mm). The minimum spacing between terminal block sides/ends and cabinet sides/bottom/top must be 5 inches (127 mm). The minimum spacing will be increased as required by the number of conductors. Additional spacing must be provided at conductor entrances.

27. Both ends of all control conductors must be identified as to the circuit, terminal, block, and terminal number. Only stick-on labels must be used.

28. A separate and continuous neutral conductor must be installed and connected for each breaker circuit in the power panel(s) from the neutral bar to each power/control circuit.

29. The following must apply to relay/contactor panel/enclosures:

a. All components must be mounted in dust proof enclosures with vertically hinged covers.

b. The enclosures must have ample space for the circuit components, terminal blocks, and incoming internal wiring.

c. All incoming/outgoing wiring must be terminated at terminal blocks.

d. Each terminal on terminal blocks and on circuit components must be clearly identified.

e. All control conductor terminations must be of the open-eye connector/screw type. Soldered, closed-eye connectors, or terminations without connectors are not acceptable.

f. When the enclosure cover is opened, all circuit components, wiring, and terminals must be exposed and accessible without any removal of any panels, covers, etc., except those covering high voltage components.

g. Access to, or removal of, a circuit component or terminal block will not require the removal of any other circuit component or terminal block.

h. Each circuit component must be clearly identified indicating its corresponding number shown on the drawing and its function.

i. A complete wiring diagram (not a block or schematic diagram) must be mounted on the inside of the cover. The diagram must represent each conductor by a separate line.

j. The diagram must identify each circuit component and the number and color of each internal conductor and terminal.

k. All wiring must be neatly trained and laced.

Page 443: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-32

l. Minimum wire size must be No. 12 AWG.

E.1.3 Field Lighting.

1. Unless otherwise stated, all underground field power multiple and series circuit conductors (whether direct earth burial (DEB) or in duct/conduit) must be FAAapproved Type L-824. Insulation voltage and size must be as specified.

2. No components of the primary circuit such as cable, connectors and transformers must be brought above ground at edge lights, signs, REIL, etc.

3. There must be no exposed power/control cables between the point where they leave the underground (DEB or L-867 bases) and where they enter the equipment (such as taxiway signs, PAPI, REIL, etc.). Enclosures. These cables must be enclosed in rigid conduit or in flexible water-tight conduit with frangible coupling(s) at the grade or the housing cover, as shown in applicable details.

4. The joints of the L-823 primary connectors must be wrapped with one layer of rubber or synthetic rubber tape and one layer of plastic tape, one half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint, as shown in Figure E-9.

5. The cable entrance into the field attached L-823 connectors must be enclosed byheat-shrinkable tubing with continuous internal adhesive as shown in Figure E-9.

6. The ID of the primary L-823 field attached connectors must match the cable OD to provide a watertight cable entrance. The entrance must be encapsulated in heat shrinkable tubing with continuous factory applied internal adhesive, as shown in Figure E-9.

7. L-823 type 11, two-conductor secondary connector must be class “A” (factory molded).

8. There must be no splices in the secondary cable(s) within the stems of a runway/taxiway edge/threshold lighting fixtures and the wireways leading to taxiway signs and PAPI/REIL equipment.

9. Electrical insulating grease must be applied within the L-823, secondary, two conductor connectors to prevent water entrance. The connectors must not be taped.

10. DEB isolation transformers must be buried at a depth of 10 inches (254 mm) on a line crossing the light and perpendicular to the runway/taxiway centerline at a location 12 inches (305 mm) from the light opposite from the runway/taxiway.

11. DEB primary connectors must be buried at a depth of 10 inches (254 mm) near the isolation transformer. They must be orientated parallel with the runway/taxiway centerline. There must be no bends in the primary cable 6 inches (152 mm), minimum, from the entrance into the field-attached primary connection.

12. A slack of 3 ft (0.9 m), minimum, must be provided in the primary cable at each transformer/connector termination. At stake-mounted lights, the slack must be loosely coiled immediately below the isolation transformer.

Page 444: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-33

13. Direction of primary cables must be identified by color coding as follows when facing light with back facing pavement: cable to the left is coded red and cable to the right is coded blue, this applies to the stake-mounted lights and base-mountedlights where the base has only one entrance.

14. L-867 bases must be size B, 24" (610 mm) deep Class 1 unless otherwise noted.

15. Base-mounted frangible couplings must not have weep holes to the outside. Plugged holes are not acceptable. The coupling must have a 1/4" (6 mm) diameter minimum or equivalent opening for drainage from the space around the secondary connector into the L-867 base.

16. The elevation of the frangible coupling groove must not exceed 1-1/2" (38 mm) above the edge of the cover for base-mounted couplings or the top of the stake for stake-mounted couplings.

17. Where the frangible coupling is not an integral part of the light fixture stem or mounting leg, a bead of silicone rubber seal must be applied completely around the light stem or wireway at the frangible coupling to provide a watertight seal.

18. Tops of the stakes supporting light fixtures must be flush with the surrounding grade.

19. Plastic lighting fixture components, such as lamp heads, stems, frangible couplings, base covers, brackets, stakes, are not acceptable. L-867 plastic transformer housings are acceptable. A metal threaded fitting must be set in flange during casting process. Base cover bolts must be fabricated from 18-8 stainless steel.

20. The tolerance for the height of runway/taxiway edge lights must be ±1 inch (25 mm). For stake-mounted lights, the specified lighting fixture height must be measured between the top of the stake and the top of the lens. For base-mounted lights, the specified lighting fixture height must be measured between the top of the base flange and the top of the lens, and includes the base cover, the frangible coupling, the stem, the lamp housing and the lens.

21. The tolerance for the lateral spacing (light lane to runway/taxiway centerline) of runway/taxiway edge lights must be ±1 inch (25.4 mm). This also applies at intersections to lateral spacing between lights of a runway/taxiway and the intersecting runway/taxiway.

22. L-867 bases may be precast. Entrances into L-867 bases must be plugged from the inside with duct seal.

23. Galvanized/painted equipment/component surfaces must not be damaged by drilling, filing, etc. – this includes drain holes in metal transformer housings.

24. Edge light numbering tags must be facing the pavement.

25. Cable/splice/duct markers must be pre-cast concrete of the size shown. Letters/numbers/arrows for the legend to be impressed into the tops of the markers must be pre-assembled and secured in the mold before the concrete is poured. Legends inscribed by hand in wet concrete are not acceptable.

Page 445: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-34

26. All underground cable runs must be identified by cable markers at 200 ft (61 m) maximum spacing with an additional marker at each change of direction of the cable run. Cable markers must be installed above the cable.

27. Locations of all DEB underground cable splice/connections, except those at isolation transformers, must be identified by splice markers. Splice markers must be placed above the splice/connections.

28. The cable and splice markers must identify the circuits to which the cables belong. For example: RWY 4-22, PAPI-4, PAPI-22.

29. Locations of ends of all underground ducts must be identified by duct markers.

30. The preferred mounting method of runway and taxiway signs is by the use of single row of legs. However, two rows will be acceptable.

31. Reference Figure E-13 and Figure E-14 for an example of a lighted sign installation.

a. Power to the sign must be provided through breakaway cable connectors installed within the frangible point portion of the sign's mounting legs.

b. There must be no above ground electrical connection between signs in a sign array.

32. Stencil horizontal and vertical aiming angles on each REIL flash head or equipment enclosure. The numerals must be black and one inch (25 mm) minimum height.

33. Stencil vertical aiming angles on the outside of each PAPI lamp housing. The numerals must be black and one inch (25 mm) minimum height.

34. All power and control cables in man/hand holes must be tagged. Use embossed stainless steel strips or tags attached at both ends to the cable by the use of UV resistant plastic straps. A minimum of two tags must be provided on each cable in a man/hand hole - one at the cable entrance, and one at the cable exit.

35. Apply a corrosion inhibiting, anti-seize compound to all screws, nuts and frangible coupling threads. If coated bolts are used per EB #83, do not apply anti-seize compound.

36. There must be no splices between the isolation transformers. L-823 connectors are allowed at transformer connections only, unless shown otherwise.

37. DEB splices in home runs must be of the cast type, unless shown otherwise.

38. Where a parallel, constant voltage PAPI system is provided, the “T” splices must be of the cast type.

39. Concrete used for slabs, footing, backfill around transformer housings, markers, etc., must be 3000 PSI, min., air-entrained.

E.1.4 Equipment Grounding.

1. Ground all non-current-carrying metal parts of electrical equipment by using conductors sized and routed per NEC Handbook, Article 250.

Page 446: DBE Request for Proposal / Solicitation · DBE Request for Proposal / Solicitation: Minot International Airport Cargo Apron Reconstruction - AIP 3-38-0037-056-2020 - Bid: 04/30/20

8/31/2017 AC 150/5340-30JAppendix E

E-35

2. All ground connections to ground rods, busses, panels, etc., must be made with pressure type solderless lugs and ground clamps. Soldered or bolt and washer type connections are not acceptable. Clean all metal surfaces before making ground connections. Exothermic welds are the preferred method of connection to a ground rod

3. Tops of ground rods must be 6 inches (152 mm) below grade.

4. The resistance to ground of the vault grounding system with the commercial power line neutral disconnected must not exceed 10 ohms.

5. The resistance to ground of the counterpoise system, or at isolation locations, such as airport beacon must not exceed 10 ohms.