SAC 30587 Addendum No. 1 - Rental Car Facility Improvements

expired opportunity(Expired)
From: Savannah/Hilton Head International Airport(Airport)
3058

Basic Details

started - 26 May, 2021 (about 2 years ago)

Start Date

26 May, 2021 (about 2 years ago)
due - 22 Jun, 2021 (about 2 years ago)

Due Date

22 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
3058

Identifier

3058
Savannah/Hilton Head International Airport

Customer / Agency

Savannah/Hilton Head International Airport
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SAC 30587 – ADDENDUM NO. 1 A.1-1 TO: All Plan Holders All Construction Plan Rooms SAC Marketing Department FROM: Mark Denmark Asst. Director of Engineering DATE: May 21, 2021 SUBJ: SAC 30587 – Rental Car Facility Improvements Savannah Airport Commission Addendum No. 1 Attached please find Addendum No. 1 to the contract documents. All bidders shall acknowledge the receipt of Addendum No. 1 in the place provided in the bid proposal. JAS ENCL: SAC 30587 – Addendum No. 1 CC: Engineering Files SAC 30587 – ADDENDUM NO. 1 A.1-2 SAVANNAH AIRPORT COMMISSION SAC 30587 RENTAL CAR FACILITY IMPROVEMENTS ADDENDUM NO. 1 The following amendments, additions, deletions shall be made to the Plans and Specifications. In so far as these documents are at variance with this Addendum No. 1 dated May 21st, 2021the addendum shall govern: 1. Revised Project Schedule 2. Pre-Bid Conference Agenda, Minutes, & Record of Attendance 3. Questions & Answers 4. Revised DBE Assurance Form
----------------------------------------------------------------------------------------------------------------- 1. Revised Project Schedule: The bid opening has been postponed until Tuesday, June 22nd, 2021 at 1:30pm EST. The deadline for questions has been postponed until Tuesday, June 15th, 2021 at 12pm EST. All other bid process requirements hold. Advertising Period: May 2nd – May 16th, 2021 N/A Pre-Bid Conference: Tuesday, May 18th, 2021 1:30pm EST Deadline for Questions: Tuesday, June 15th, 2021 12pm EST Bid Opening: Tuesday, June 22nd, 2021 1:30pm EST Approval Period: July 7th – August 1st, 2021 N/A SAC 30587 – ADDENDUM NO. 1 A.1-3 2. Pre-Bid Conference Agenda, Minutes & Record of Attendance AGENDA SAC 30587 – RENTAL CAR FACILITY IMPROVEMENTS VIRTUAL PRE-BID CONFERENCE I. SIGN-IN SHEET All virtual attendees must enter their Name, Company Name, Company Address, Phone Number and Email Address in the CHAT section of the virtual meeting platform to be officially recorded as in attendance. II. INTRODUCTIONS a. Airport Staff – Mark Denmark, Acting Director of Engineering for the Savannah Airport Commission introduced the staff in attendance as well as the Engineer of Record, Mike Reiter, P.E., of Crawford, Murphy & Tilly. b. Design Engineer Michael Reiter, P.E. Crawford Murphy & Tilly (CMT) mreiter@cmtengr.com III. SCOPE OF WORK Mike Reiter of CMT reviewed the Scope of Work including the four (4) exhibits provided for the North and South Rental Car Lots. The exhibits were reviewed in detail and important project details were noted to include signage requirements, speed bump (hump) installation along Aggett Drive, and the North Lot median re-design that will be issued as an addendum. a. Project Schedule • 266 calendar days (total) ▪ Mobilization – 21 calendar days ▪ *Phase 1 (North Lot) – 175 calendar days ▪ *Phase 2 (South Lot) – 231 calendar days * Phase 1 and 2 to be executed concurrently. ▪ Substantial Completion – 14 calendar days • All phases shall be completed within the allotted contract time or be subject to liquidated damages (See Contract documents). The North and South Rental Car Lots will be turned over to the Contractor at the same time therefore, Phase 1 and Phase 2 shall run concurrently. Time is of the essence on this project and the North Lot should be returned to service as quickly as reasonable possible. Liquidated damages will apply. The Contractor is required to hold their bid for ninety (90) days. mailto:mreiter@cmtengr.com SAC 30587 – ADDENDUM NO. 1 A.1-4 b. Base-Bid: Major Work Elements Mike Reiter reviewed the major work elements in both the North and South Rental Car Lots. c. Control of Work • Savannah Airport Commission o Engineering Inspector – Chuck Ivins, civins@flySAV.com, 912-433-2199 o Construction Administration – Jessica Smith, P.E., jsmith@flySAV.com, 912-650-9224 • Materials Testing o QC testing shall be completed by the Contractor as specified. o Testing shall be completed by the Owner for special inspections only. The Owner will not pay for QC testing directly. • Maintenance of Work o The Contractor is responsible for the site and the work until final acceptance. • Utilities o The Contractor is responsible for locating ALL utilities prior to construction, plan locations are approximate locations only. o The Contractor is responsible for any damage to any utilities. Special attention was given to the existing utilities in both the North and South Rental Car Lots. Hand digging will be required in some areas as critical infrastructure to include FAA high-sensitive cables are buried in the area. The Contractor should take precaution when locating existing utilities. • Permitting o The Contractor (Operator) will be responsible for all erosion and sedimentation control (NPDES) testing and sampling. o The Contractor is responsible for all costs associated with obtaining the permit from the City of Savannah. Preliminary coordination has been completed. Contractor will be required to procure the final permit from the City of Savannah. IV. DBE REQUIREMENTS a. 7.40% DBE Participation (UCP Certified) • The REVISED DBE ASSURANCE FORM, P-17 will be issued with Addendum No. 1. Bidders must use this revised form when submitting their bid packages. • If goal cannot be met, a detailed good-faith effort must be documented. b. List of DBE Subcontractors shall be submitted within five (5) days of notice of award. Certifications from each DBE of their DBE status shall be included. V. SAFETY/SECURITY a. Construction Safety & Phasing • Site Access • Escort Suppliers and Deliveries • Vehicle and pedestrian access routes used for construction shall be controlled to prevent entry of unauthorized persons, vehicles, or animals. • Staging Area Location mailto:civins@flySAV.com mailto:jsmith@flySAV.com SAC 30587 – ADDENDUM NO. 1 A.1-5 • Material Stockpile Locations • Hauling There will be designated Contractor areas. To minimize traffic coming across the front of the terminal, private vehicles will not be allowed to park or stage at these locations. The Contractor is responsible for escorting all deliveries as instructed on the Plans and Specifications. There is a clearance height limit in front of the terminal building on both levels – large truck deliveries cannot access the site using Airways Avenue in front of the terminal. The staging area and material stockpile locations are shown on the drawings. Depending on how the asphalt is removed from the site, the Airport may wish to keep it. If the asphalt is milled, the Airport will keep it and have it hauled to a location on site, otherwise, it is the responsibility of the Contractor to dispose of it off-site. Unsuitable material must be hauled off-site. a. Security & Badging Requirements • Badges will be required for all work inside the SIDA and AOA. Detailed badging information is listed in the Plans and Specifications. • Dust / Foreign Object Debris (FOD) Control • Temporary Barricades – Contractor shall provide barricades as needed. All employees accessing the SIDA / AOA must be badged. The cost and coordination of badging is the responsibility of the Contractor. The turn-around-time for badging is roughly two (2) weeks. No debris shall be left on the job-site that has the potential of blowing onto the apron or airfield. The jobsites must be secured and left in a sightly, safe, and debris-free state at the end of each workday. Barricades will be required to secure the Contractor areas. On the landside, traditional roadway construction barricades may be used. Inside the SIDA / AOA, FAA approved airfield barricades must be utilized. b. Signage • The Contractor shall include design engineering with Submittals. The Contractor is responsible for the design and engineering of the signage as listed on the drawings. A Georgia registered Professional Engineer’s stamp shall be required. The Airport will address temporary signage requirements associated with the temporary relocation of the Rental Car Agency operations. VI. BID PROPOSAL a. General Requirements • ONE copy w/original signatures and corporate seals • Submit to the Savannah Airport Commission, Engineering Department, 400 Airways Avenue, Savannah, Georgia 31408 (Third Floor). DO NOT submit bid packages to the City of Savannah Purchasing Department. • Addenda: Must Acknowledgement Receipt of all addenda in the bid documents. SAC 30587 – ADDENDUM NO. 1 A.1-6 b. Deadline for Questions: Noon, Tuesday, May 25th, 2021 – all questions must be sent via email, in writing, to jsmith@flySAV.com c. Bids: Due Tuesday, June 1st, 2021. Must be date-stamped by staff by 1:30 PM. Late bids will not be accepted. • Bids will be read aloud VIRTUALLY using the following access information: Dial-in number (US): (605) 468-8763 Access code: 833378# d. Must be a plan holder to automatically receive additional addenda. e. Insurance Requirements. • All liability policies must be endorsed to include “The Mayor and Alderman of the City of Savannah and the Savannah Airport Commission, its officers, directors, agents, and employees” as additionally insured. • The COI shall evidence proper limits of coverage and shall not be cancelled or modified without thirty (30) days prior written notice given to the Savannah Airport Commission. f. Out-of-State contractors must have a Georgia State Tax Registration ID# g. Out of state contractors must be registered with the Secretary of State to do business in the state of Georgia. h. Include E-Verify documentation for the Prime Contractor i. Bid Bond is required. j. Payment and Performance Bonds will be required. k. Davis-Bacon Act Applies VII. QUESTIONS/ANSWERS Anthony Turpin – Was the agenda emailed to us? My apologies if so. SAC – The agenda was posted to the meeting invite and in the DropBox. Crystal Davis – What are your early thoughts on percentage of night-time work or even working around the clock? SAC – Normal work hours are from 7am – 5/6pm, Monday through Friday. As this is a calendar day job and the Contractor will have full access to both the North and South Rental Car Lots, so long as there are no impacts to Airport Operations, night work can be permitted. Trey Evans – For the surface asphalt paving, do you want GDOT Type 1 (9.5mm) or GDOT Type 2 (9.5mm) SAC – Type 2 Hutson Lee – Will the Attendee List from this meeting be sent out with these meeting minutes? SAC – Yes. VIII. ADJOURN mailto:jsmith@flySAV.com AIRWAYS AVE SSMH FRAME: 22.35 IE: 6.87 8" P V C SSMH FRAME: 21.10 IE IN: 14.89 (E) IE OUT: 14.90 (SW) SSMH FRAME: 21.66 IE IN: 16.93 (N) IE IN: 16.68 (S) IE OUT: 16.56 (W) 8" P V C 12" RCP CONCRETE PAVING ASPHALT PAVING ASPHALT PAVING ASPHALT PAVING ASPHALT PAVING ASPHALT PAVING A S P H A LT P A V IN G ASPHALT PAVING ASPHALT PAVING CONCRETE PAVING CHILLER BUILDING FIELD VERIFY AND PROTECT EXISTING UTILITIES AT ALL TIMES (SEE NOTE 3) EXISTING "STOP SIGN" TO REMAIN EXISTING "DO NOT ENTER" SIGN TO REMAIN GI FRAME: 20.54 GI FRAME: 21.58 IE: 17.82 GI FRAME: 21.82 IE IN: 16.82 (W) IE IN: 16.82 (N) IE OUT: 16.80 (E) GI FRAME: 21.13 IE: 17.63 GI FRAME: 22.10 IE: 18.87 SDMH FRAME: 21.34 IE IN: NOT ACCESSIBLE (S) IE IN: 16.56 (E) IE IN: 16.56 (W) IE OUT: 16.54 (N) GI FRAME: 19.88 IE IN: 15.08 (S) IE OUT: 15.08 (E) IE: 15.90 18 " R C P 18" RCP 18" RCP 18 " R C P GI FRAME: 22.11 IE: 18.53 GI FRAME: 22.11 IE: 19.57 8" PVC 18 " R C P 18" R CP 15" DUCTILE 15" RCP SDMH FRAME: 20.70 IE IN: NOT ACCESSIBLE IE OUT: 15.46 (W) 6" PVC 3" PVC 3" PVC SDMH FRAME: 21.17 IE BOX: 16.23 GI FRAME: 20.88CIMH FRAME: 20.74 IE OUT: 15.90 18 " R C P GI FRAME: 19.76 IE IN: 15.76 (S) IE OUT: 15.76 (E) GI FRAME: 19.85 IE IN: 15.57 (E) IE OUT: 15.76 (W) 24 " R C P 4" P V C GI FRAME: 20.22 IE OUT: 16.61 (R) CIMH FRAME: 20.76 IE: 15.00 (R) CIMH FRAME: 21.67 IE: 17.26 24 " R C P (R) SDMH FRAME: 20.69 IE IN: 16.50 (N) IE IN: 15.29 (W) IE OUT: 15.28 (E) 24" RCP GI FRAME: 20.35 BOLTED SHUT CIMH FRAME: 20.89 IE: 14.28 18 " R C P (R) GI FRAME: 19.68 IE: 14.60 GI FRAME: 19.87 IE: 16.09 24" RCP 24" RCP D IR E C T IO N O N LY SDMH FRAME: 21.40 IE IN: 18.07 (SE) IE IN: 17.48 (N) IE IN: N/A (W) IE OUT: 17.47 (E) 1.0 1.2 1.3 1.1 1.5 1.4 2.0 2.0 3.1 3.0 1.6 3.2 3.3 2.0 4.0 4.2 4.2 4.2 4.1 4.2 4.1 4.1 4.3 4.3 3.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 METAL CANOPY METAL CANOPY METAL CANOPY OVERHEAD DECK 4.4 1.5 24 " R CP AS PH AL T PA VI NG REMOVE AND REPLACE VAULT LID (SEE DETAIL F3/C-706) 4.2 SHEET OF SHEET TITLE COPYRIGHT: PROJECT NO: CAD DWG FILE: CHECKED BY: APPROVED BY: DESCRIPTIONDATEMARK CONSULTANTS CRAWFORD, MURPHY & TILLY, INC. 2021 P at h: K :\S av an na hA p\ 20 08 04 01 -0 0\ D ra w \S he et s\ 20 21 .0 5. 06 _E xi st in g_ E xh ib it. dw g D at e: M on da y, M ay 1 7, 2 02 1 10 :0 5: 45 A M DRAWN BY: DESIGNED BY: OWNER : SAVANNAH HILTON HEAD INTERNATIONAL AIRPORT RENTAL CAR FACILITY IMPROVEMENTS ISSUED FOR BID APRIL 30, 2021 SAVANNAH, GA N O R T H SCALE IN FEET 0 30 60 C-101 DEMOLITION PLAN - NORTH LOT 835 2021.05.06_EXISTING_EXHIBIT.DWG JRC JFM 19002806-00 JRC MR REMOVE 35 LF OF 24" EXISTING STORM PIPE AND EXISTING STORM STRUCTURE REMOVE 5 LF OF 24" EXISTING STORM PIPE AND EXISTING STORM STRUCTURE REMOVE 125 LF OF 24" EXISTING STORM PIPE AND EXISTING STORM STRUCTURE REMOVE EXISTING CONCRETE BOLLARD REMOVE EXISTING GATE EXISTING WAYFINDING SIGNS TO BE REMOVED (SEE WAYFINDING PLANS FOR NEW LOCATION) REMOVE EXISTING TRAFFIC DELINEATORS REMOVE EXISTING LIGHT POLE AND FOUNDATION FULL DEPTH SAWCUT OF EXISTING PAVEMENTS AND CURB AND GUTTER IS REQUIRED AT ALL REMOVAL LIMITS 3.1 3.2 3.3 DEMOLITION KEYNOTES REMOVE 41 LF OF EXISTING CURB AND GUTTER REMOVE 224 LF OF EXISTING CURB AND GUTTER REMOVE 43 LF OF EXISTING CURB AND GUTTER REMOVE 245 LF OF EXISTING CURB AND GUTTER REMOVE 35 LF OF EXISTING CURB AND GUTTER REMOVE 140 LF OF EXISTING CURB AND GUTTER REMOVE 57 LF OF EXISTING CURB AND GUTTER REMOVE 778 LF OF EXISTING CHAIN LINK FENCE (POSTS AND FOUNDATIONS) REMOVE 81 LF OF 18" EXISTING STORM PIPE AND EXISTING INLET 4.0 4.1 4.2 4.3 4.4 5.0 1. CONTRACTOR SHALL REMOVE PAVEMENT AS NEEDED TO CONSTRUCT THE IMPROVEMENTS. 2. SEE HORIZONTAL CONTROL PLAN C-801 FOR LAYOUT OF PROPOSED IMPROVEMENTS. 3. THE CONTRACTOR SHALL BE REQUIRED TO HAND DIG ANY EXCAVATION WITHIN 15 FEET OF EXISTING CABLES TO ENSURE CABLES ARE NOT DAMAGED IN ANY WAY. DEMOLITION NOTES LEGEND EXISTING FENCE EXISTING STORM LINE EXISTING GAS LINE EXISTING UTILITY LINE EXISTING WATER LINE EXISTING SANITARY SEWER LINE EXISTING FENCE TO BE REMOVED X X ITEM TO BE REMOVED (R) ASPHALT PAVEMENT TO BE REMOVED CONCRETE SIDEWALK TO BE REMOVED CURB AND GUTTER TO BE REMOVED MILL AND OVERLAY ASPHALT PAVEMENT (SEE DETAIL ON SHEET C-301) X X 3.0 1.0 1.1 1.2 1.3 1.4 1.5 1.6 2.0 JSmith Typewritten Text JSmith Typewritten Text A.1-7 JSmith Typewritten Text JSmith Typewritten Text U B E R / LY F T P IC K U P Z O N E CHILLER BUILDING EXIST PCC C&G TO REMAIN ALONG EAST EDGE OF LOT (TYP) TURF TURF TURF TURF AIRWAYS AVE AI R W AY S AV E TURF A C-301 HERTZ PARKING HERTZ PARKING HERTZ DROP-OFF AVIS / BUDGET DROP-OFF AVIS / BUDGET PARKING AVIS / BUDGET PARKING SEAL COAT & RE-STRIPE EXISTING LOT (TYP) SEAL COAT & RE-STRIPE EXISTING LOT (TYP) SEAL COAT & RE-STRIPE EXISTING LOT (TYP) B C-301 C C-301 11 ' 11 ' 22 .2 ' 12 .5 ' 12 ' 11' 11' 11' 16 .3 ' 11' 14.3' 16' 12 ' 11 ' 15 ' 16 ' 16 .1 ' 11.2' 18 .2 ' LANDSCAPED ISLAND R 20 .5 ' R 24 .5 ' R2 5' R 43 .5 ' R2 7. 5' R 27.5' R 275.5' R4 6.5 ' R 53.5' R8' R3 .5' R 29.5' R13.5' R26.5' R 36 .5 ' R 3. 5' R 3.5' R 67.5' R 82 .5 ' R2 4.5 ' R2 4' R1.5' R 39.5' R28.5' R 10' R 43.5' RELOCATED LIGHT POLE (SEE ELECTRICAL PLANS) 12' 24 .8 ' E -E E -E E- E E-E E- E E-E E-E E -EE -E E -E E -E E -E E-E E-E E -E 23 .3 ' 10 .3 ' 10 .3 ' E -E REMOVE AND REPLACE PAVEMENT AS NEEDED TO INSTALL NEW STORM LINE E -E G C-301 CONCRETE CURB WITH PITCHED GUTTER A A B B B C V V F F F G C H H I I K K K K L N N N N O O P P Q R R R R R D D Q L T T T U U U V U U V V V Y Y V V M AA Y BB W W G BB X X X X DD DD DD DD DD DD DD EE EE FF FF FF EEEE GGHHHHHH HHHH C-201 SITE PLAN - NORTH LOT 837 2021.05.06_PROPOSED_EXHIBIT.DWG JRC JFM 19002806-00 JRC MR SHEET OF SHEET TITLE COPYRIGHT: PROJECT NO: CAD DWG FILE: CHECKED BY: APPROVED BY: DESCRIPTIONDATEMARK CONSULTANTS CRAWFORD, MURPHY & TILLY, INC. 2021 P at h: K :\S av an na hA p\ 20 08 04 01 -0 0\ D ra w \S he et s\ 20 21 .0 5. 06 _P ro po se d_ E xh ib it. dw g D at e: M on da y, M ay 1 7, 2 02 1 10 :1 1: 17 A M DRAWN BY: DESIGNED BY: OWNER : SAVANNAH HILTON HEAD INTERNATIONAL AIRPORT RENTAL CAR FACILITY IMPROVEMENTS ISSUED FOR BID APRIL 30, 2021 SAVANNAH, GA N O R T H SCALE IN FEET 0 30 60 1. ALL DIMENSIONS ARE TO THE FACE OF CURB UNLESS OTHERWISE NOTED. 2. UNLESS MODIFIED BY THE PROJECT SPECIFICATIONS, ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS CONSTRUCTION OF TRANSPORTATION SYSTEMS", ADOPTED BY THE GEORGIA DEPARTMENT OF TRANSPORTATION, LATEST EDITION,: THE LATEST ADDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS", AND THE CITY OF SAVANNAH, GA "TECHNICAL SPECIFICATIONS". DELETE ALL REFERENCES TO METHOD OF PAYMENT AND ENGINEER'S AUTHORITY DURING CONSTRUCTION. 3. CONTRACTOR SHALL REFER TO THE ARCHITECTURAL PLANS FOR EXACT LOCATIONS AND DIMENSIONS OF BOOTHS, PRECISE BUILDING DIMENSIONS AND EXACT BUILDING ENTRANCE LOCATIONS. REFER TO ARCH PLANS FOR BOLLARDS AT BUILDINGS. 4. CONTRACTOR SHALL COORDINATE AND SCHEDULE ALL WORK WITH WORK BY OTHERS INCLUDING UTILITY COMPANIES. 5. ALL WORK AND MATERIALS SHALL COMPLY WITH ALL CITY/COUNTY REGULATIONS/CODES AND O.S.H.A. STANDARDS. 6. CONTRACTOR IS RESPONSIBLE FOR ALL RELOCATIONS, INCLUDING BUT NOT LIMITED TO, ALL UTILITIES, STORM DRAINAGE, SIGNS, ETC. AS REQUIRED. ALL WORK SHALL BE IN ACCORDANCE WITH GOVERNING AUTHORITIES SPECIFICATIONS AND SHALL BE APPROVED BY SUCH. ALL COST SHALL BE INCLUDED IN BASE BID. 7. CONTRACTOR SHALL REFER TO THE LIGHTING PLANS FOR SITE LIGHTING DETAILS OF THE PARKING LOT. 8. CONTRACTOR SHALL PROVIDE FULL-DEPTH SAWCUT AT ALL REMOVAL LIMITS AS REQUIRED TO PROVIDE A CLEAN, NEAT EDGE TO EXISTING PAVEMENT, CURB & GUTTER, SIDEWALKS, ETC. THAT WILL REMAIN. 9. CONTRACTOR SHALL PRIME EXISTING STRIPES BLACK PRIOR TO SEAL COATING PARKING LOT. GENERAL NOTES: NEW KNEE WALL (SEE ARCHITECT PLANS) NEW TICKET BOOTH (SEE ARCHITECT PLANS FOR BOOTH DETAILS AND STRUCTURAL PLANS FOR BOOTH FOUNDATION.) THE CONTRACTOR SHALL COORDINATE THE FINAL BOOTH LOCATION WITH THE OWNER PRIOR TO CONSTRUCTING THE FOUNDATION. CONTRACTOR SHALL PROVIDE AN ISOLATION JOINT BETWEEN THE BOOTH FOUNDATION AND CONCRETE SIDEWALK. NEW CURB & GUTTER (SEE DETAIL P02/C-701) NEW CLEAR-VU INVISIBLE WALL PANEL (SEE DETAIL SHEET C-706) NEW CONCRETE RUNDOWN (SEE DETAIL A2/C-701) NEW SPEED HUMP (SEE DETAIL D1/C-704) NEW DECORATIVE BOLLARD (SEE ARCHITECT PLANS) RELOCATED FENCE BARRIER - CONTRACTOR SHALL REMOVE EXISTING BOLTED PANEL AND REINSTALL AT LOCATION SHOWN NEW PCC MEDIAN (SEE DETAIL B3/C-702) 1610 SURFACE MOUNT SPIKE SYSTEM BY DKS DOORKING WITH ILLUMINATED WARNING SIGNS TO BE MOUNTED ON CONCRETE SURFACE (SEE DETAIL E2/C-705) NEW PCC WALK (SEE DETAIL P03/C-701) EXISTING CANOPY (DO NOT DISTURB) A B C D E F G H I J KEYNOTES 3' CONCRETE RUNDOWN OPENING (SEE DETAIL A2/C-701) OPENING IN KNEE WALL FOR DRAINAGE EXISTING BOOTHS (DO NOT DISTURB) EXISTING SIGN (DO NOT DISTURB) 1601 BARRIER GATE WITH 1620 LANE BARRIER ADD-ON BY DKS DOORKING - 12' LANE WIDTH (SEE DETAIL SHEET C-705) 1601 BARRIER GATE WITH 1620 LANE BARRIER ADD-ON BY DKS DOORKING - 14' LANE WIDTH (SEE DETAIL SHEET C-705) EXISTING TRENCH DRAIN (DO NOT DISTURB) L M N O P Q R S T NEW CONCRETE BOOTH SLAB (SEE STRUCTURAL PLANS) NEW LIGHT-DUTY ASPHALT PAVEMENT (SEE SHEET C-301) V X EXISTING ASPHALT TO RECEIVE CRACK REPAIR, PAVEMENT REPAIR, POTHOLE REPAIR, SEAL COAT AND STRIPING SIDEWALK DRAIN (SEE DETAIL A1/C-701)Y Z NEW CONCRETE PAVEMENT FOR VALET PARKING (SEE DETAIL ON SHEET C-301 ) MILL AND OVERLAY ASPHALT PAVEMENT (SEE DETAIL ON SHEET C-301) PAINTED 24" WHITE SOLID DIAGONAL STRIPES AT 45° 10' CENTER TO CENTER NEW ADA RAMP (SEE DETAIL P06/C-701 AND P06B/C-704) TEMPORARILY REMOVE AND REINSTALL EXISTING CONCRETE PARKING BLOCKS AS NEEDED TO SEAL COAT AND RE-STRIPE EXISTING PARKING LOT TRANSITION CURB HEIGHT FROM 0" TO 6" (SEE DETAIL D8/C-704) CONCRETE GUTTER PER DETAIL D8/C-704 WITH 0" CURB HEIGHT REMOVE AND REPLACE VAULT LID (SEE DETAIL F3/C-706) NEW 48" TALL WHITE FLEXIBLE SURFACE MOUNTED PLASTIC TRAFFIC DELINEATOR WITH 2 STRIPS OF REFLECTIVE WHITE TAPE SPACED 6' APART AND TO BE LOCATED IN MIDDLE OF CONCRETE GUTTER AA BB CC NEW CONCRETE ISLAND WITH CURB/ SIDEWALK (SEE DETAIL B3/C-702)U DD EE K NEW CONCRETE PARKING BLOCK (SEE DETAIL B1/C-702)W FF GG HH JSmith Typewritten Text JSmith Typewritten Text JSmith Typewritten Text A.1-8 AIRWAYS AVE. AG G ET T D R . C C C C C C C C C C C C C C C C C C C C C C C C C C C FAA FAA FAA FAA FAA FAA FAA FA A FA A FAA FAA FAA FAA FAA FAA FAA FAA FAA FAA FAA FAA FAA E E E E E E E E E E E E E E E E E E E E E E E E E FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C ASR ASR ASR ASR ASR ASR A S R A S R A S R A S R ASR ASR ASR ASR ASR ASR ASR ASR ASR A S R A S R A S R A S R A S R A S R A S R A S R A S R A S R AS R AS R AS R AS R SSMH FRAME: 22.70 IE IN: 9.75 (E) IE OUT: 9.70 (W) SSMH FRAME: 22.08 IE IN: 10.16 (E) IE OUT: 10.12 (SW) SSMH FRAME: 22.14 IE IN: 9.89 (NE) IE OUT: 9.79 (W) SSMH FRAME: 21.23 IE: 10.93 8" P V C SSMH FRAME: 20.26 IE: 9.54 8" P V C ASPHALT PAVING ASPHALT PAVING FLOWERBED ASPHALT PAVING A S P H A LT P A V IN G A S P H A LT P A V IN G CONCRETE PAVING A S P H A LT P A V IN G CONCRETE PAVING ASPHALT PAVING 18 " D U C T IL E 4" P V C SDMH FRAME: 21.22 IE IN: 16.34 (N) IE IN: 16.34 (W) IE OUT: 16.34 (S) SDMH FRAME: 21.62 IE IN: 16.76 (W) IE OUT: 16.69 (E) CIMH FRAME: 20.54 IE: 16.14 IE: 10.74 IE: 11.00 IE: 11.78 HEADWALL HEADWALL FLUME SDMH FRAME: 19.68 IE IN: 15.44 (N) IE OUT: 15.32 (E) GI FRAME: 18.56 IE OUT: 15.76 (S) 18" RCP IE: 15.76 30" RCP HEADWALL GI FRAME: 21.11 IE IN: 17.49 (N) IE OUT: 17.49 (SW) SDMH FRAME: 21.73 IE IN: 17.61 (N) IE IN: 18.13 (NE) IE OUT: 17.24 (E) GI FRAME: 22.15 IE IN: 19.13 (NE) IE OUT: 18.89 (S) GI FRAME: 22.24 IE: 18.78 GI FRAME: 21.46 IE: 17.92 18 " D U C T IL E 24" RCP 24" RCP DIRECTION ONLY 8" PVC GI FRAME: 20.56 IE: 20.05 SDMH FRAME: 20.93 IE IN: 17.51 (E) IE OUT: 16.17 (W) 18 " R C P 18" R C P 18" RCP 36" RCPIE: 11.49 HEADWALL 1.0 2.0 3.0 1.1 4.0 4.0 2.0 4.4 4.4 4.1 4.1 5.0 5.0 5.0 6.0 EDGE OF UPPER DECK DROP OFF EDGE OF METAL CANOPY METAL CANOPY METAL CANOPY METAL CANOPY METAL CANOPY DECK OVERHANG 1.2 4.3 4.3 4.3 4.3 4.0 5.0 5.0 4.2 4.2 4.2 4.2 FIELD VERIFY AND PROTECT EXISTING UTILITIES AT ALL TIMES (SEE NOTE 3) FIELD VERIFY AND PROTECT EXISTING UTILITIES AT ALL TIMES (SEE NOTE 3) SHEET OF SHEET TITLE COPYRIGHT: PROJECT NO: CAD DWG FILE: CHECKED BY: APPROVED BY: DESCRIPTIONDATEMARK CONSULTANTS CRAWFORD, MURPHY & TILLY, INC. 2021 P at h: K :\S av an na hA p\ 20 08 04 01 -0 0\ D ra w \S he et s\ 20 21 .0 5. 06 _E xi st in g_ E xh ib it. dw g D at e: M on da y, M ay 1 7, 2 02 1 10 :0 5: 22 A M DRAWN BY: DESIGNED BY: OWNER : SAVANNAH HILTON HEAD INTERNATIONAL AIRPORT RENTAL CAR FACILITY IMPROVEMENTS ISSUED FOR BID APRIL 30, 2021 SAVANNAH, GA N O R T H SCALE IN FEET 0 30 60 LEGEND EXISTING FENCE EXISTING STORM LINE EXISTING GAS LINE EXISTING UTILITY LINE EXISTING WATER LINE EXISTING SANITARY SEWER LINE EXISTING FENCE TO BE REMOVED X X EXISTING WAYFINDING SIGNS TO BE REMOVED (SEE WAYFINDING PLANS FOR NEW LOCATION) REMOVE EXISTING LIGHT POLE AND FOUNDATION REMOVE EXISTING SIGN POSTS FULL DEPTH SAWCUT OF EXISTING PAVEMENTS AND CURB AND GUTTER IS REQUIRED AT ALL REMOVAL LIMITS EXISTING GATE TO BE REMOVED AND REPURPOSED AT LOCATION SHOWN ON SITE PLAN SHEET C-202 1.0 1.1 2.0 ITEM TO BE REMOVED (R) ASPHALT PAVEMENT TO BE REMOVED CONCRETE SIDEWALK TO BE REMOVED CURB AND GUTTER TO BE REMOVED MILL AND OVERLAY ASPHALT PAVEMENT (SEE DETAIL ON SHEET C-301) C-102 DEMOLITION PLAN - SOUTH LOT 836 2021.05.06_EXISTING_EXHIBIT.DWG JRC CS 19002806-00 JRC MR 3.0 4.0 DEMOLITION KEYNOTES 4.2 4.3 5.0 6.0 REMOVE 41 LF OF EXISTING CURB AND GUTTER REMOVE 120 LF OF EXISTING CURB AND GUTTER REMOVE 57 LF OF EXISTING CURB AND GUTTER REMOVE 396 LF OF EXISTING FENCE EXISTING FENCE BARRIER TO BE RELOCATED REMOVE EXISTING PARKING BLOCKS REMOVE EXISTING GATE 1.2 4.4 1. CONTRACTOR SHALL REMOVE PAVEMENT AS NEEDED TO CONSTRUCT THE IMPROVEMENTS. 2. SEE HORIZONTAL CONTROL PLAN C-802 FOR LAYOUT OF PROPOSED IMPROVEMENTS. 3. THE CONTRACTOR SHALL BE REQUIRED TO HAND DIG ANY EXCAVATION WITHIN 15 FEET OF EXISTING CABLES TO ENSURE CABLES ARE NOT DAMAGED IN ANY WAY. NO EXCVATION SHALL BE PERFORMED WITHIN 15 FEET OF VERIFIED CABLE BUNDLE LOCATIONS WITHOUT DIRECT SUPERVISION OF THE AIRPORT, FAA, OR GEORGIA AIR NATIONAL GUARD REPRESENTATIVES. NO EXCAVATION OR REMOVAL BY MECHANICAL MEANS WILL BE ALLOWED WITHIN 15 FEET OF VERIFIED CABLE BUNDLE WITHOUT PRIOR APPROVAL BY THE AIRPORT. DEMOLITION NOTES 4.1X X JSmith Typewritten Text JSmith Typewritten Text A.1-9 ENTERPRISE / NATIONAL DROP-OFF EXISTING FENCE TO BE REPURPOSED TURF TURF TURF TURF SEAL COAT & RE-STRIPE EXISTING LOT (TYP)NEW CANOPY (SEE ARCH PLANS) (TYP) AG G ER T D R IV E NEW PCC PAVEMENT AIRWAYS AVE 7.5' 7.5' 7.5' ENTERPRISE / NATIONAL PARKING ENTERPRISE / NATIONAL PARKING ENTERPRISE / NATIONAL PARKING SEAL COAT & RE-STRIPE EXISTING LOT (TYP) SEAL COAT & RE-STRIPE EXISTING LOT (TYP) 50' 10.5' 19 .8 ' 9. 1' 10 .5 ' 6' 12 .7 ' 11 .1 ' 9' 19 ' 23 .4 ' 23 .9 ' 46' 6.5' 15.1' 11 ' D C-301 R 25 ' R2 5' R46.5' R 8. 5' R 25' R 25' R 8.5' R2 .5 ' R2.5' R6 .5' R6.5' R25' R1 .5' R43.5'R5' E C-301 F C-301 E -E E -E 12.5' 6' 11' 31' 17 .9 ' ± 23 .7 ' (F IE LD V E R IF Y ) ± 24 ' (F IE LD V E R IF Y ) ± 23 .8 ' (F IE LD V E R IF Y ) 23 .7 ' 19 .4 ' 18' E -E 11 .1 ' E-E E-E E-E E-E E-E E-E 9.5'11' E-E E-E R1.5' R3 .5 ' DOLLAR / THRIFTY PARKING DOLLAR / THRIFTY PARKING A A B B B D D V V V VV C F F F F F G G F H J K K N N N Q P P P P R R D R T J U Z T T E V E AA A P L BB V W W G CC CC CC T J J DD DD DD DD DD DD WWWWWWWWW W W W W W W W W EE EE EE EE YYYYY V Y Y C-202 SITE PLAN - SOUTH LOT 838 2021.05.06_PROPOSED_EXHIBIT.DWG JRC JFM 19002806-00 JRC MR SHEET OF SHEET TITLE COPYRIGHT: PROJECT NO: CAD DWG FILE: CHECKED BY: APPROVED BY: DESCRIPTIONDATEMARK CONSULTANTS CRAWFORD, MURPHY & TILLY, INC. 2021 P at h: K :\S av an na hA p\ 20 08 04 01 -0 0\ D ra w \S he et s\ 20 21 .0 5. 06 _P ro po se d_ E xh ib it. dw g D at e: M on da y, M ay 1 7, 2 02 1 10 :1 1: 37 A M DRAWN BY: DESIGNED BY: OWNER : SAVANNAH HILTON HEAD INTERNATIONAL AIRPORT RENTAL CAR FACILITY IMPROVEMENTS ISSUED FOR BID APRIL 30, 2021 SAVANNAH, GA N O R T H SCALE IN FEET 0 30 60 1. ALL DIMENSIONS ARE TO THE FACE OF CURB UNLESS OTHERWISE NOTED. 2. UNLESS MODIFIED BY THE PROJECT SPECIFICATIONS, ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS CONSTRUCTION OF TRANSPORTATION SYSTEMS", ADOPTED BY THE GEORGIA DEPARTMENT OF TRANSPORTATION, LATEST EDITION,: THE LATEST ADDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS", AND THE CITY OF SAVANNAH, GA "TECHNICAL SPECIFICATIONS". DELETE ALL REFERENCES TO METHOD OF PAYMENT AND ENGINEER'S AUTHORITY DURING CONSTRUCTION. 3. CONTRACTOR SHALL REFER TO THE ARCHITECTURAL PLANS FOR EXACT LOCATIONS AND DIMENSIONS OF BOOTHS, PRECISE BUILDING DIMENSIONS AND EXACT BUILDING ENTRANCE LOCATIONS. REFER TO ARCH PLANS FOR BOLLARDS AT BUILDINGS. 4. CONTRACTOR SHALL COORDINATE AND SCHEDULE ALL WORK WITH WORK BY OTHERS INCLUDING UTILITY COMPANIES. 5. ALL WORK AND MATERIALS SHALL COMPLY WITH ALL CITY/COUNTY REGULATIONS/CODES AND O.S.H.A. STANDARDS. 6. CONTRACTOR IS RESPONSIBLE FOR ALL RELOCATIONS, INCLUDING BUT NOT LIMITED TO, ALL UTILITIES, STORM DRAINAGE, SIGNS, ETC. AS REQUIRED. ALL WORK SHALL BE IN ACCORDANCE WITH GOVERNING AUTHORITIES SPECIFICATIONS AND SHALL BE APPROVED BY SUCH. ALL COST SHALL BE INCLUDED IN BASE BID. 7. CONTRACTOR SHALL REFER TO THE LIGHTING PLANS FOR SITE LIGHTING DETAILS OF THE PARKING LOT. 8. CONTRACTOR SHALL PROVIDE FULL-DEPTH SAWCUT AT ALL REMOVAL LIMITS AS REQUIRED TO PROVIDE A CLEAN, NEAT EDGE TO EXISTING PAVEMENT, CURB & GUTTER, SIDEWALKS, ETC. THAT WILL REMAIN. 9. CONTRACTOR SHALL PRIME EXISTING STRIPES BLACK PRIOR TO SEAL COATING PARKING LOT. GENERAL NOTES: NEW KNEE WALL (SEE ARCHITECT PLANS) NEW TICKET BOOTH (SEE ARCHITECT PLANS FOR BOOTH DETAILS AND STRUCTURAL PLANS FOR BOOTH FOUNDATION.) THE CONTRACTOR SHALL COORDINATE THE FINAL BOOTH LOCATION WITH THE OWNER PRIOR TO CONSTRUCTING THE FOUNDATION. CONTRACTOR SHALL PROVIDE AN ISOLATION JOINT BETWEEN THE BOOTH FOUNDATION AND CONCRETE SIDEWALK. NEW CURB & GUTTER (SEE DETAIL P02/C-701) NEW CLEAR-VU INVISIBLE WALL PANEL (SEE DETAIL SHEET C-706) NEW CONCRETE RUNDOWN (SEE DETAIL A2/C-701) NEW SPEED HUMP (SEE DETAIL D1/C-704) NEW DECORATIVE BOLLARD (SEE ARCHITECT PLANS) RELOCATED FENCE BARRIER - CONTRACTOR SHALL REMOVE EXISTING BOLTED PANEL AND REINSTALL AT LOCATION SHOWN NEW PCC MEDIAN (SEE DETAIL B3/C-702) 1610 SURFACE MOUNT SPIKE SYSTEM BY DKS DOORKING WITH ILLUMINATED WARNING SIGNS TO BE MOUNTED ON CONCRETE SURFACE (SEE DETAIL E2/C-705) NEW PCC WALK (SEE DETAIL P03/C-701) EXISTING CANOPY (DO NOT DISTURB) A B C D E F G H I J KEYNOTES 3' CONCRETE RUNDOWN OPENING (SEE DETAIL A2/C-701) OPENING IN KNEE WALL FOR DRAINAGE EXISTING BOOTHS (DO NOT DISTURB) EXISTING SIGN (DO NOT DISTURB) 1601 BARRIER GATE WITH 1620 LANE BARRIER ADD-ON BY DKS DOORKING - 12' LANE WIDTH (SEE DETAIL SHEET C-705) 1601 BARRIER GATE WITH 1620 LANE BARRIER ADD-ON BY DKS DOORKING - 14' LANE WIDTH (SEE DETAIL SHEET C-705) EXISTING TRENCH DRAIN (DO NOT DISTURB) L M N O P Q R S T NEW CONCRETE BOOTH SLAB (SEE STRUCTURAL PLANS) NEW LIGHT-DUTY ASPHALT PAVEMENT (SEE SHEET C-301) V X EXISTING ASPHALT TO RECEIVE CRACK REPAIR, PAVEMENT REPAIR, POTHOLE REPAIR, SEAL COAT AND STRIPING SIDEWALK DRAIN (SEE DETAIL A1/C-701)Y Z NEW CONCRETE PAVEMENT FOR VALET PARKING (SEE DETAIL ON SHEET C-301 ) MILL AND OVERLAY ASPHALT PAVEMENT (SEE DETAIL ON SHEET C-301) PAINTED 24" WHITE SOLID DIAGONAL STRIPES AT 45° 10' CENTER TO CENTER NEW ADA RAMP (SEE DETAIL P06/C-701 AND P06B/C-704) TEMPORARILY REMOVE AND REINSTALL EXISTING CONCRETE PARKING BLOCKS AS NEEDED TO SEAL COAT AND RE-STRIPE EXISTING PARKING LOT TRANSITION CURB HEIGHT FROM 0" TO 6" (SEE DETAIL D8/C-704) CONCRETE GUTTER PER DETAIL D8/C-704 WITH 0" CURB HEIGHT REMOVE AND REPLACE VAULT LID (SEE DETAIL F3/C-706) NEW 48" TALL WHITE FLEXIBLE SURFACE MOUNTED PLASTIC TRAFFIC DELINEATOR WITH 2 STRIPS OF REFLECTIVE WHITE TAPE SPACED 6' APART AND TO BE LOCATED IN MIDDLE OF CONCRETE GUTTER AA BB CC NEW CONCRETE ISLAND WITH CURB/ SIDEWALK (SEE DETAIL B3/C-702)U DD EE K NEW CONCRETE PARKING BLOCK (SEE DETAIL B1/C-702)W FF GG HH JSmith Typewritten Text JSmith Typewritten Text A.1-10 SAC 30587 – ADDENDUM NO. 1 A.1-11 Record of Attendance: Savannah Airport Commission Mark Denmark, Acting Director of Engineering, mdenmark@flySAV.com Dawoud Stevenson, Director of Program Management & IT, dstevenson@flySAV.com Lenard Robinson, Director of Landside Facilities, lrobinson@flySAV.com Jessica A. Smith, P.E., Airport Engineer, jsmith@flySAV.com Chuck Ivins, Engineering Inspector, civins@flySAV.com Jerry McLean, Senior Engineering Inspector, jmclean@flySAV.com Jason Edenfield, GIS / CAD Systems Specialist, jedenfield@flySAV.com Crawford, Murphy & Tilly (CMT) Michael Reiter, P.E., mreiter@cmtengr.com Michael Van Wie, P.E., mvanwie@cmtengr.com Chris Stritzel, P.E., cstritzel@cmtengr.com Virtual Attendees: All attendees were instructed to enter their name, company name, address, phone, and email address into the chat box to be counted as in attendance. Anthony Turpin, aturpin@rwallen.com Chuck McRee, cmcree@rwallen.com R.W. Allen Construction 222 E. Bay Street Savannah, Georgia 31401 912-777-1062 Jet Cox, j.cox@coxcreativeproductandconstructioninc.com Cox Creative Products & Construction, Inc. www.ccpandcinc.com 100 Bull Street Suite 200 Savannah, Georgia 31401 912-237-1624 Mike McCullough, mike@griffincontracting.com Griffin Contracting, Inc. Rodney Eslinger, rodney.eslinger@pelco.com Pelco Hutson Lee, hutson.lee@netplanner.com NetPlanner Systems, Inc. 7001 Chatham Center Drive Savannah, Georgia 31405 912-348-4239 Jim Smith, jsmith@iceautomationgroup.com ICE Automation Group 706-821-8136 mailto:mdenmark@flySAV.com mailto:dstevenson@flySAV.com mailto:lrobinson@flySAV.com mailto:jsmith@flySAV.com mailto:civins@flySAV.com mailto:jmclean@flySAV.com mailto:jedenfield@flySAV.com mailto:mreiter@cmtengr.com mailto:mvanwie@cmtengr.com mailto:cstritzel@cmtengr.com mailto:aturpin@rwallen.com mailto:cmcree@rwallen.com mailto:j.cox@coxcreativeproductandconstructioninc.com http://www.ccpandcinc.com/ mailto:mike@griffincontracting.com mailto:rodney.eslinger@pelco.com mailto:hutson.lee@netplanner.com mailto:jsmith@iceautomationgroup.com SAC 30587 – ADDENDUM NO. 1 A.1-12 Anita Birball Mitch Thomas, mthomas@johnson-laux.com Johnson-Laux Construction Amanda Boykin, amandab@akinsco.com Akins Co. Nathan Overstreet, nathan@marchese.construction Marchese Construction Warren Peter, wpeter@collinsconstruction.com Collins Construction Christi Ballagh, christi@cmerrillconstruction.com C. Merrill Construction Emily Kurilla Current Edge Solutions No Additional Information Provided mailto:mthomas@johnson-laux.com mailto:amandab@akinsco.com mailto:nathan@marchese.construction mailto:wpeter@collinsconstruction.com mailto:christi@cmerrillconstruction.com SAC 30587 – ADDENDUM NO. 1 A.1-13 FCC Detail Report: SAC 30587 – ADDENDUM NO. 1 A.1-14 SAC 30587 – ADDENDUM NO. 1 A.1-15 3. Questions & Answers Chuck McRee - I was a little late joining the pre-bid conference the other day so I apologize if this question was asked prior to me joining the meeting. Was there any discussion about moving the bid date? You are asking for bids the day after Memorial Day. The timing could potentially affect the amount of subcontractor coverage we would receive. Would it be possible to move the bid date to Thursday, June 3, 2021? Thank you for your consideration. SAC – Yes, see Addendum No. 1 Mitchell Thomas - We just realized the current bid due date is the day after a national holiday. Would it be possible to extend the bid date since no one will be working the day before and most people wont be working the Friday before either? SAC – Yes, see Addendum No. 1 Diego Parra - -Is there a website where addendums and bid documents are being posted? Wanted to make sure we stayed up to date with everything. Please advise. SAC – Bid documents will not be posted to our website. The Notice to Bidders and Addenda may be viewed here: https://savannahairport.com/business/airport-business/notice-to-bidders/. All plan holders will automatically receive a link to download the Plans and Specifications, and the Addenda via email. 4. Revised DBE Assurance Form ATTACHED END ADDENDUM NO. 1 https://savannahairport.com/business/airport-business/notice-to-bidders/ SAC 30587 – DBE REQUIREMENTS – REVISED DBE ASSURANCE FORM P-17 SAVANNAH AIRPORT COMMISSION REVISED DISADVANTAGED BUSINESS ENTERPRISE ASSURANCE FORM The Bidder, Prospective Contractor, or Contractor shall complete the following statement by checking the appropriate box (check one only). Failure to complete this statement shall be grounds for rejection of Bid.  The Bidder, Prospective Contractor, or Contractor is able to assure meeting the requirements of the DBE Provisions, included under the DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS, and shall utilize not less than the prescribed Contract Goal of 7.40% (percent) DBE participation.  The Bidder, Prospective Contractor, or Contractor is unable to assure DBE participation of 7.40% (percent) in this Contract but shall provide for a minimum of _______% (percent) DBE participation. (If this box is checked, Bidder shall fill-in the percentage blank and document on a separate attachment the efforts undertaken in attempting to meet the Contract Goal as instructed under the DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS, Paragraph L – Good-Faith Efforts, which must be submitted by the apparent low bidder for approval prior to award of this contract.) ___________________________________________ IRS Number: _____________ (Company Name of Bidder/Prospective Contractor/Contractor) (Printed or Typed) By: ___________________________________ Title: ___________________ (Signature)* _______________________________________ Date: ___________________ (Printed Name of Person Signing) *Must be the same signature as on the Bid Proposal*

400 Airways Avenue Savannah, GA 31408Location

Address: 400 Airways Avenue Savannah, GA 31408

Country : United StatesState : Georgia