approval of plans and specifications to … meetings/agendas/070814/mg99041... · engineer's...

28
County Administrator 6/25/2014 1:58:45 PM County Counsel 6/25/2014 9:39:44 AM COB 6/25/2014 3:25:32 PM AGENDA ITEM SUBMITTAL FORM BOARD OF SUPERVISORS CLERK OF THE BOARD 44 N. San Joaquin Street, Suite #627 Stockton, California 95202 For Clerk's Use Only: AGENDA NUMBER SUBMIT ONE COPY OF THIS FORM WITH EACH BOARD AGENDA ITEM. At the time of submitting your agenda item documents, please provide ONE ORIGINAL & 7 COPIES OF THE BOARD LETTER AND ANY ACCOMPANYING DOCUMENTS (Resolutions, Board Orders, .Contracts, etc.) for distribution after Board Approval. If more than one original is required, you must provide the appropriate nnmber of originals to be executed by the Board of Supervisors. DATE: June 24, 2014 DEPARTMENT: AVIATION CONTACT & PHONE #: Hany Mavrogenes/468-4700 AGENDA ITEM TITLE: APPROVAL OF PLANS AND SPECIFICATIONS TO REHABILITATE RUNWAY AND TAIXWAY LIGHTING AND SIGNAGE AND SETTING A BID OPENING DATE OF JULY 30, 2014 AT 2:00 P.M. AND APPROVAL OF APPLICATION FOR FEDERAL ASSISTANCE PROPOSED AGENDA PLACEMENT DATE: July 8, 2014 PROPOSED CALENDAR: CONSENT DISTRIBUTION: (MAILING ADDRESSES MUST BE PROVIDED IF NOT A COUNTY DEPARTMENT) TO: DOCUMENT # OF COPIES BOARD CLERK ResolutionlNotice Inviting Bids ORIGINALS COUNTY COUNSEL (MEYERS) " / " 1/1 AUDITOR/CONTROLLER " / " 111 *REINARD W. BRANDLEY " / " 1/1 'FAA " / " 1I1ORIGINALS 'AVIATION " / " 1/10RIGINALS Silecial instructions to the Clerk of the Board: 'Please send originals via inter-office mail. AGENDA ITEMS MUST BE REVIEWED AND SIGNED OFF BY THE DEPARTMENT HEAD, COUNTY ADMINISTRATOR AND COUNTY COUNSEL. 7 Department Head Signature Date 6[24L14 '-'" f SANDRA t AWRFNC'E REGALO

Upload: dokhanh

Post on 20-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

County Administrator 6/25/2014 1:58:45 PM County Counsel 6/25/2014 9:39:44 AM COB

6/25/2014 3:25:32 PM

AGENDA ITEM SUBMITTAL FORM BOARD OF SUPERVISORS

CLERK OF THE BOARD 44 N. San Joaquin Street, Suite #627

Stockton, California 95202

For Clerk's Use Only: AGENDA NUMBER

SUBMIT ONE COPY OF THIS FORM WITH EACH BOARD AGENDA ITEM.

At the time of submitting your agenda item documents, please provide ONE ORIGINAL & 7 COPIES OF THE BOARD LETTER AND ANY ACCOMPANYING DOCUMENTS (Resolutions, Board Orders, .Contracts, etc.) for distribution after Board Approval.

If more than one original is required, you must provide the appropriate nnmber of originals to be executed by the Board of Supervisors.

DATE: June 24, 2014 DEPARTMENT: AVIATION

CONTACT & PHONE #: Hany Mavrogenes/468-4700

AGENDA ITEM TITLE: APPROVAL OF PLANS AND SPECIFICATIONS TO REHABILITATE RUNWAY AND TAIXWAY LIGHTING AND SIGNAGE AND SETTING A BID OPENING DATE OF JULY 30, 2014 AT 2:00 P.M. AND APPROVAL OF APPLICATION FOR FEDERAL ASSISTANCE

PROPOSED AGENDA PLACEMENT DATE: July 8, 2014 PROPOSED CALENDAR: CONSENT

DISTRIBUTION: (MAILING ADDRESSES MUST BE PROVIDED IF NOT A COUNTY DEPARTMENT)

TO: DOCUMENT # OF COPIES BOARD CLERK ResolutionlNotice Inviting Bids ORIGINALS COUNTY COUNSEL (MEYERS) " / " 1/1 AUDITOR/CONTROLLER " / " 111 *REINARD W. BRANDLEY " / " 1/1 'FAA " / " 1I1ORIGINALS 'AVIATION " / " 1/10RIGINALS

Silecial instructions to the Clerk of the Board:

'Please send originals via inter-office mail.

AGENDA ITEMS MUST BE REVIEWED AND SIGNED OFF BY THE DEPARTMENT HEAD, COUNTY ADMINISTRATOR AND COUNTY COUNSEL.

~

~a- 7 Department Head Signature Date 6[24L14 '-'" f

t)~411 .~ SANDRA

~ tAWRFNC'E

REGALO 1\lE\"Im.~

STOCKTON METROPOLITAN

AIRPORT

June 24, 2014

Board of Supervisors 44 North San Joaquin Street Stockton, CA 95202

Dear Board Members:

COUNTY OF SAN JOAQUIN DEPARTMENT OF AVIATION

Harry S. Mavrogenes Airport Director

APPROVAL OF PLANS AND SPECIFICATIONS TO REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGEAND SETTING A BID OPENING DATE OF JULY 30, 2014

AT 2:00 P.M. AND APRROVAL OF APPLICATION FOR FEDERAL ASSISTANCE

RECOMMENDATION:

It is recommended that the Board of Supervisors adopt a Resolution:

1. Approving Plans and Specifications prepared by Reinard W. Brand1ey, Consulting Airport Engineer, to Rehabilitate Runway and Taxiway Lighting and Signage (Project) at Stockton Metropolitan Airport;

2. Directing the Department of Aviation to advertise the Project for bid, using the specific Federal Aviation Administration (FAA) language set forth in the Notice Inviting Bids included in the Specifications;

3. Setting the bid opening date of July 30,2014 at 2:00 p.m. in the Stockton Metropolitan Airport Conference Room. Said bids are to be opened by Department of Aviation staff; and

4. Authorizing the Airport Director to sign the Application for Federal Assistance, Notice Inviting Bids, and any documents in order to expedite the Project.

REASONS FOR RECOMMENDATION:

A Federal Aviation Administration (FAA) Application for Federal Assistance was submitted to the FAA to Rehabilitate Runway and Taxiway Lighting and Signage in the Plans and Specifications herein submitted. Stockton Metropolitan Airport has experienced significant problems over the past few years with the runway and taxiway edge light system. The problems have manifest themselves in failure of components of the regulator providing power to the runway circuit. A series of tests and detailed field observations were conducted in the fall of 2013 for the purpose of determining the problem with the airfield lighting systems and suggested measures for correction. This is currently the highest safety priority for the Airport and will improve safety by enhancing the extent to which the County meets Airport Design Standards.

These tests showed a resistance to ground of zero for all four runway circuit segments. It is, therefore, concluded that the cabling and transformers require replacement to increase the resistance to ground of all circuits and improve the performance of these circuits.

5000 SOUTH AIRPORT WAY «I TERMfNAL BUILDING, SUITE 202 .. STOCKTON, G4UFORNIA 95206-3996 • PHONE; (209) 468·4700 " FAX: (209) 468·4730

The results of these tests and observations indicate the following corrective actions should be taken to reinstate the integrity ofthe system and protect the system from future deterioration. Recommended design features include the following:

• Runway Lighting System - Updated including new high-intensity quartz edge lights, new transformers, and new cable, and all duct and pull box systems will be cleaned out.

• Taxiway Edge Lights - New LED lights and transformers, new cabling, and clean out and rehabilitate all duct and pull box systems.

• Signs - Use existing signs with new transformers and revise distance remaining sign legends to represent existing conditions.

• Update all wiring and controls in the vault and Air Traffic Control Tower.

The Base Bid will include utilizing the existing L-821 control panels in the vault and FAA Control Tower to control all circuits. As an additive alternate, a computer-activated control system is proposed in the vault and Tower for all systems. This will include the addition of new fiber optic control cables. All of these items are eligible for Federal funding.

During the test program, it was discovered that there was significant water in the light and duct system, particularly at the low west end ofthe runway. This is caused by inflow throughout the system and there is no way of discharging it as the entire system is placed in an impervious highly plastic clay soil. This moisture has a detrimental effect on the resistance to ground of the systems. It is proposed in this project to intercept the duct and light base system periodically, particularly in the low areas, with a drainline that is carried to the main drainage systems on the AirpOlt. This will allow any water that gets into the system to immediately be discharged and maintain a drier condition. It will also be important to raise the transformers and cable above the bottom of the light base.

The bid document has been prepared with a base bid and one additive alternate to enable the County to select the portions of work that can be accomplished with available FAA and local funding.

On January 14, 2014, the Board of Supervisors approved the Project which FAA deemed eligible for federal grant funding covering 90 percent of the Project cost. It is, therefore, requested that the Board of Supervisors approve the Plans and Specifications, and set the bid opening date of July 30, 2014 at 2:00 p.m.in the Stockton Metropolitan Airport Department of Aviation Conference Room.

FISCAL IMPACT:

The cost to the Department of Aviation for engineering and architectural services (including the Engineer's Design report), project advertisement, and printing and distribution of the documents, is approximately $52,000. FAA grant funding (AIP-33) will provide for 90 percent of the cost. The remaining share, approximately $5,200, will be paid for with Airport funds.

The amount of FAA funding for the runway and taxiway lighting project will be based upon the successful construction bid offer to be received at the bid opening. The Engineer's Estimate for construction is $936,000 for the Base Bid and an additional $100,000 for Alternate No. I. There will be additional costs for project management, including testing and inspection, which is

5000 SOUTH AIRPORT WAY • TERMINAL BUILDING, SUITE 202 • STOCKTON, CALIFORNIA 95206·3996 (I PHONE: (209) 468-4700 (!J FAX: (209) 468-4730

estimated to be $80,000, and is also eligible for FAA funding.

The FAA will pay for 90 percent of the total cost and the County will be required to match the remaining 10 percent, which will be funded through the Airport Passenger Facility Charge program. The estimated projects costs are as follows:

Rehabilitate Runway and Taxiway Lighting and Signage Construction and Project Management Costs

FAA County-Matching Funds Total:

90.0% 10.0%

Base Bid

$914,400 101,600

$1,016,000

ACTION TO BE TAKEN FOLLOWING APPROVAL:

Base Bid + Alternate

$1,004,400 111,600

$1,116,000

Following approval of the recommendations, the Department of Aviation will advertise the Rehabilitate Runway and Taxiway Lighting and Signage Project. Notice will be given to various plan rooms in accordance with FAA DBE guidelines. Bids are to be opened and tabulated by the Department of Aviation as set forth in the Notice Inviting Bids. The results will be submitted to your Board and FAA for award of contract. The Consulting Airport Engineer will assist with the bid process.

SinCerlY,

yrv' a r;rft1 'J .

~arry S. Mavrogenes ~l.f Airport Director

HSM:dlv

c: Clerk of the Board (Agenda Item 07/08/14) Auditor/Controller County Counsel (Meyers) Purchasing and Support Services Reinard W. Brandley, Consulting Airport Engineer

5000 SOUTH AiRPORT WAY " TERMINAL BUILDfNG, SUITE 202 • STOCKTON CA.LlFORNIA 95206-3996 lit PHONE: (209) 4684700 • FAX: (209) 468-4730

BEFORE THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN JOAQUIN STATE OF CALIFORNIA

RESOLUTION

R-14-----

RESOLUTION APPROVING AND ADOPTING PLANS AND SPECIFICATIONS TO REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE AND SETTING A BID

OPENING DATE OF JULY 30,2014 AT 2:00 P.M.

WHEREAS, the adoption of this project will provide improved safety measures by enhancing the extent to which the County meets Federal Aviation Administration Airport Design Standards and is currently the highest safety priority at the Stockton Metropolitan Airport; and

WHEREAS, the Public Contract Code requires formal bidding procedures, including advertisement for sealed bids.

NOW, THEREFORE, BE IT RESOLVED that the Plans and Specifications for the Stockton Metropolitan Airport to Rehabilitate Runway and Taxiway Lighting and Signage, are hereby approved and adopted;

BE IT FURTHER RESOLVED that a contract for said work shall be let to bid and that sealed bids will be received at the Department of Aviation Administration Office, 5000 South Airport Way, Suite 202, Stockton, California 95206 on or before July 30,2014, at 2:00 p.m.

PASSED AND ADOPTED __________ , by the following vote of the Board of Supervisors, to wit:

AYES:

NOES:

ABSENT:

ATTEST: MIMI DUZENSKI Clerk of the Board of Supervisors of the County of San Joaquin, State of California

By __ -=---:---::-:--:-__ (SEAL) Deputy Clerk

ROBERT V. ELLIOTT, Chairman Board of Supervisors County of San Joaquin, State of California

NOTICE INVITING BIDS

Notice is hereby given that sealed bids will be received by the Department of Aviation of the County of San Joaquin, State of California, 5000 S. Airport Way, Room 202, Stockton, California 95206, until two o'clock P.M. July 30, 2014, for furnishing all labor, material, tax, transportation, equipment, and services necessary for Rehabilitate Runway and Taxiway Lighting and Signage at Stockton Metropolitan Airport, Stockton, California, AlP No. 3-06-0250-33, all in accordance with the specifications and working details and other contract documents now on file with the Clerk of the Board of Supervisors, Sixth Floor, San Joaquin County Administration Building, 44 North San Joaquin Street, Stockton, California 95202.

The work included in this project shall cdnsist of the following:

Base Bid

• Remove all cable from the electrical vault throughout all seven circuits (one runway circuit, five taxiway circuits, and one P API circuit) and replace it with new 5 KV cable. Flush, swab, clean, and mandrel all ducts and install new cable.

• Update existing L821 lighting control panels in the Air Traffic Control Tower cab and in the vault - Only if Additive Alternate No.1 is not accepted.

• Remove and replace all isolation transformers.

• Furnish and install new light base gaskets on all light bases.

• Remove all runway lights and replace with new quartz light fixtures.

• Remove all taxiway and helipad lights and replace with new LED light fixtures.

• Update airfield guidance signs.

• Drain all duct systems such that any surface water that gets into the system can be quickly removed by installing new HDPE pipe from the light cans to existing inlet structures.

Additive Alternate No.1

• Furnish and install new computer-based airfield lighting control and monitoring system (ALCMS) in the Air Traffic Control Tower cab and in the vault.

Bids will be opened and tabulated by the Department of Aviation at the Airport Manager's Conference Room, Terminal Building, Stockton Metropolitan Airport, 5000 S. Airport Way, Stockton, California immediately after two o'clock P.M., on said July 30, 2014 .

Obtaining or Inspecting Contract Documents. The County of San Joaquin uses ARC Plan Well (www.e-arc.com) to distribute plans and specifications. There is no charge to vendors/contractors to register and participate in the solicitation, nor will any fees be charged. Refer to www.e­arc.comlca/stockton for further information. Further information and Instructions for Bidders may be obtained from the Department of Aviation at (209) 468-4700.

Stockton Metropolitan Airport Rehabilitate RNV & TIW Lighting & Signage

Registration with Pnblic Purchase IS required III order to download and view plans and specifications.

Any questions regarding the materials contained in the Contract Documents should be directed to the Design Engineer, Reinard W. Brandley, at telephone (916) 652-4725, fax (916) 652-9029, 01'

e-mail [email protected].

Bidder's Bond: Bids must be from appropriately licensed contractor, must be sealed and accompanied by certified check, cashier's check, or proposal bond made payable to the County of San Joaquin in the sum of not less than ten percent (10%) of the amount of the bid. ("The amount of the bid" is defined to include all additive alternates and no deductive alternates, if applicable.) The check or bonds shall be given as a guarantee that the successful bidder will enter into a written contract within ten (10) calendar days after being requested to do so and will be considered as the stipulated amount of liquidated damages in the event the bidder is unable to or refuses to execute a contract for the work.

Wage Reqnirements. Pursuant to Section 1770, and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the Clerk of the Board of Supervisors office, which copies shall be made available to any interested party on request.

All labor on the project shall be paid the higher of the minimum wage rates as established by the U.S. Secretary of Labor, or the California Director of Industrial Relations. If a discrepancy exists between these two determinations, then all labor on the project shall be paid the higher of the two minimum wage rates.

Award of Contract. Bids shall be made upon the form provided by the Owner and shall be properly completed with all items filled out; numbers shall be in writing and figures; the signatures of all persons signing shall be in longhand. Each bidder must supply all the information required by the bid documents and specifications. No bidder may withdraw his bid for a period of ninety (90) calendar days after the time set for the opening of bids, and the Board will act to accept or reject bids within that period of time.

The contract will be awarded on the basis of UNIT BID price and will provide for progressive payments and liquidated damages as fixed in the specifications. All proposals shall in all respects comply with the Instructions to Bidders and Contract Documents. Bids must be in writing and signed by or on behalf ofthe bidder.

This project is being bid with a Base Bid and one additive alternate. The County may elect to award the project with the Base Bid only or the Base Bid plus Additive Alternate No.1, depending on funds available. The award of this project is contingent upon a grant offer from the Federal Aviation Administration and acceptance of the grant offer by the Stockton Metropolitan Airport.

Stockton Metropolitan Airport 2 Rehabilitate RfW & TNV Lighting & Signage

Pre-bid Conference: A pre-bid conference will be held in the Airport Director's Conference Suite 201, Terminal Building, Stockton Metropolitan Airport at two o'clock p.m. on July 17, 2014.

Federal Provisions. The work to be done is being financed in whole or in part by means of a grant made by the United States acting through the Federal Aviation Administration of the Department of Transportation. This project is subject to the Federal provisions, statutes and regulations as set forth below and in the project specifications:

~ Buy American Preference - This contract is subject to the "Buy American" preferences of the Aviation Safety and Capacity Act of 1990. Per Title 49 U.S.C. Section 50101, all steel and manufactured products installed under an AlP assisted project must be produced in the United States unless the Federal Aviation Administration has granted a fOlmal waiver. As a condition of bid responsiveness, bidders must indicate whether it intends to meet Buy American preferences by only installing steel and manufactured products produced within the United States of America; or if it intends to seek a permissible waiver to the Buy American preferences - See certification included in the Bid Proposal.

~ Foreign Trade Restriction - 49 CFR Part 30 - A completed and signed Certification Regarding Trade Restriction Clause must be submitted with the bid for this contract. This certification is included in the Bid Proposal.

~ Davis-Bacon Act. as amended - 29 CFR Part 5

~ Affirmative Action - Executive Order 11246 and 41 CFR Part 60-4

~ Debarment. Suspension. Ineligibility and Voluntary Exclusion - 49 CFR Part 29 - A completed and signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion must be submitted with the bid for this contract. This certification is included in the Bid Proposal.

~ Requirementsfor Drug-free Workplace - Title 49 Part 29 Section 47105(d)

~ Disadvantaged Business Enterprise - 49 CFR Part 26 - The County of San Joaquin, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises 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 DBE goal for this project has not yet been established. The bidder shall make good faith efforts as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the perfOlmance of this contract. This contract can be awarded without the lowest responsive bidder meeting the goal or demonstrating good faith efforts to meet the goal.

Bonding Requirements. The successful bidder will be required to furnish a Performance Bond for 100 percent of the contract price to secure fulfillment of all the bidder's obligations under such contract. The successful bidder will further be required to furnish a Labor and Material Bond for 100 percent of the contract price to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract.

Stockton Metropolitan Airport 3 Rehabilitate RfW & TIW Lighting & Signage

Working Days: The total number of working days for completion of the Base Bid work covered by this contract shall be forty (40) working days. Twenty (20) additional working days will be added to the contract time for the installation and completion of the ALCMS if Additive Alternate No. 1 is accepted. The time begins on date of written notice to proceed issued by the County.

Retainage from Payments. Monthly progress payments shall be made to the Contractor for the value of the work completed during the preceding month, less a five percent (5%) security withhold.

Upon the Contractor's request, the Owner will make payment of funds withheld from progress payments pursuant to the requirements of Public Contracts Code Section 22300 if the Contractor deposits in escrow with the Owner's Treasurer or with a bank acceptable to the Owner, securities eligible for the investment under Government Code Section 16430 or bank or savings and loan certificates of deposit.

Contractor's License Classification. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions Code. A Class A or C 1 0 license is required for this project.

The Board of Supervisors of the County of San Joaquin reserves the right to reject any andlor all bids and to waive any informalities or ilTegularities in the bids or to utilize any alternate procedures as authorized by California Public Contracts Code Sections 20166 and 20167, and accept such bids as are to the best interest of the County.

Date, ____________ _

Stockton Metropolitan Airport 4

COUNTY OF SAN JOAQUIN, a Political Subdivision of the State of California

By Robert V. Elliott, Chairman Board of Supervisors

Rehabilitate RIW & TNV Lighting & Signage

ENGINEER'S REPORT

STOCKTON METROPOLITAN AIRPORT STOCKTON, SAN JOAQUIN COUNTY, CALIFORNIA

REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

JUNE 24, 2014

REI N A R D W. BRA N D LEY

CONSULTING AIRPORT ENGINEER LOOMIS, CALIFORNIA

ENGINEER'S REPORT

STOCKTON METROPOLITAN AIRPORT STOCKTON, SAN JOAQUIN COUNTY, CALIFORNIA

REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

TABLE OF CONTENTS

Report

I. INTRODUCTION ............................................................................................................. 1

II. LAYOUT AND SCOPE .................................................................................................... 1

III. DRAINAGE ...................................................................................................................... 3

IV. ELECTRICAL SYSTEMS ................................................................................................ 3

V. VAULT AND CONTROL TOWER .................................................................................... 4

VI. AIRFIELD LIGHTING AND SIGNAGE ............................................................................. 6

VII. CONSTRUCTION SCHEDULING ................................................................................... 7

VIII. CONSTRUCTION SPECiFiCATIONS ............................................................................. 9

IX. DEVIATION FROM FAA. STANDARDS ...................................................................... 10

X. ENGINEER'S ESTIMATE .............................................................................................. 13

Table A

Table B

Table C

Tables

Control Points

Airfield Lighting Circuit Loads

Engineer's Estimate

Plate No.1 Construction Safety and Phasing Plan

Stockton Melropolitan Ailporl Engineer's Report AlP No. 3-06-0250-33 June 24, 20/4

Reinard W. Brandley CONSULTING AIRPORT ENGINEER

6125 King Road, Suite 201 Loomis, California 95650

c{« I »)ji

STOCKTON METROPOLITAN AIRPORT

Telephone: (916) 652·4725 Fax: (916) 652·9029

e·mail: [email protected]

June 24,2014

STOCKTON, SAN JOAQUIN COUNTY, CALIFORNIA

REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

ENGINEER'S REPORT

I. INTRODUCTION

The County of San Joaquin Department of Aviation, with Federal assistance from the

Federal Aviation Administration under the Airport Improvement Program (AlP), proposes the

rehabilitation of the Runway and Taxiway Lighting and Signage systems at Stockton

Metropolitan Airport, Stockton, California.

This work is being funded under AlP Project No. 3-06-0250-33. This report describes

the basis of design for this work.

II. LAYOUT AND SCOPE

The basic layout of the project is shown on Plate No.1 entitled, Construction Safety and

Phasing Plan.

Stockton Metropolitan Airport has experienced significant problems over the past few

years with the runway and taxiway edge lighting system. The problems have manifest

themselves in failure of components of the regulator providing power to the runway circuit. A

Stockton Melropolilan Ai/pol" AlP No. 3*06*0250·33

1

Engineer's Repor' JUlie 24, 20/4

series of tests and detailed field observations were conducted in the fall of 2013 for the purpose

of determining the problem with the airfield lighting systems and suggested remedial measures

to make corrections. It was found that the resistance to ground of all seven circuits was zero,

indicating deficiencies in the cable and transformers. The lights on the runways and taxiways

are old quartz lights and need to be replaced.

The results of these tests and observations indicate the following corrective actions

should be taken to reinstate the integrity of the system and protect the system from future

deterioration. A summary of the recommended rehabilitation to the runway and taxiway lighting

system includes the following:

1. On all seven circuits (one runway circuit, five taxiway circuits, one PAPI circuit), all existing cable will be removed from the electrical vault throughout the circuit and replaced with new FAA. approved 5 KV cable sized to accommodate the loads. All ducts will be flushed, swabbed, and mandreled and new cable installed.

2. All isolation transformers will be removed and replaced.

3. All of the duct systems will be drained such that any surface water that gets into the system is quickly removed.

4. New light base gaskets will be provided and installed on all light bases.

5. Existing runway light fixtures will be removed and replaced with new quartz light fixtures and transformers. LED runway lights are not eligible for Federal funding at this time.

6. Existing taxiway light fixtures will be removed and replaced with new LED light fixtures and transformers.

7. The distance remaining sign system will be reconfigured to conform to FAA. standards and new transformers will be installed in all remaining signs.

8. All duct systems will be drained such that any surface water that gets into the system can be quickly removed by installing new HOPE pipe from the light cans to existing inlet structures.

9. Existing L821 control panels will be updated in the Air Traffic Control Tower and in the electrical vault in the Base Bid or, if Additive Alternate No.1 is accepted, a new computer-controlled Airfield Lighting Control and Monitoring System (ALCMS) will be furnished and installed.

Slockton Metropolilan Ai/pol" AlP No. 3-06-0250-33

2

Engineer's Report JUlie 24, 2014

III. DRAINAGE

During the testing program, it was discovered that there was significant water in the light

and duct system, particularly at the low west end of the runway. It is proposed in this project to

intercept the duct and light base system periodically, particularly in the low areas, with a 3-inch

high-density polyethylene pipe drainline that is carried to the main drainage systems on the

airport. This will allow any water that gets into the system to immediately be discharged and

maintain a drier condition.

It will also be important to raise the transformers and cable above the bottom of the light

base. This will be accomplished by placing a brick under each transformer in each light base.

IV. ELECTRICAL SYSTEMS

The current electrical system at the airport consists of one runway circuit, five taxiway

circuits, and one PAPI circuit. The testing of the airfield lighting circuits showed that the circuits

have very low resistance to ground and that all runway, taxiway, and PAPI circuits show very

low resistance to ground. The cabling system and in-line transformers on each circuit need to

be replaced with new equipment.

All existing cable and transformers will be removed and replaced with new airfield

lighting cable and transformers in the existing ducts. This project will also include the removal of

any damaged existing electrical duct lines and replacing them with new duct lines. After the

existing cable in existing duct lines has been removed, the duct line will be flushed and swabbed to

clean out all soil and debris and then a properly sized mandrel pulled through the duct to assure

that it is clear. If the mandrel cannot be pulled through the duct line, the location of the defect in the

duct line will be identified and the existing damaged section of the duct removed and new duct

installed.

FAA. approved plug-in connector kits will be used for all splices. All field splices made

with connector kits will be wrapped with electrical tape and then a heat shrink kit placed over the

Stockton Metropolitan Ai/port AlP No. 3-06-0250-33

3

Engineer's Report June 24. 2014

top of the tape and splice heated with a torch so as to protect the kit by providing a watertight

joint.

Each individual duct will be mandreled. In all areas where the mandrel operation shows a

damaged or plugged duct, the Contractor will unplug the duct by flushing, but those areas that

cannot accept the mandrel will be removed and replaced with new sections of the same size duct

properly spliced to the sections of existing duct left in place. All existing and new ducts will be

swabbed out and cleaned immediately prior to pulling cable.

All isolation transformers in all runway and taxiway edge lights and in all airfield

guidance signs will be removed and replaced with new isolation transformers of the sizes

required for the lights and signs.

V. VAULT AND CONTROL TOWER

There is currently one L821 lighting control panel located in the electrical vault and one

L821 lighting control panel located in the Air Traffic Control Tower. The Base Bid of this

contract consists of rewiring the controls and equipment in the vault and rewiring the controls in

the Air Traffic Control Tower to place all controls in operating condition. This item also includes

the rewiring of the existing L821 control panels - one in the vault and one in the Air Traffic

Control Tower.

If Additive Alternate No. 1 is not accepted, the following general conditions and

requirements will apply for the lighting control system:

• The existing L821 control panels in the vault and in the Control Tower will remain in use to control all critical circuits.

• The existing control cable between the vault and the Control Tower will remain in place and used in the system.

• The existing TowerNault control switch in the Control Tower and vault will remain in place and be used to transfer control between the Tower and Vault.

• Controls will be rewired in the Tower and in the vault to provide control of the revised circuitry and equipment.

• Power supply and distribution systems in the vault will be revised as necessary to accommodate new system configuration.

Stockton Metropolitan Ai/pori AlP No. 3-06-0250-33

4

Engineer's Report June 24,2014

• Circuits for which controls will be provided in the Tower and Vault will be Circuits 1 through 10 shown below in Table A.

If Additive Alternate No.1 is accepted, a new Airfield Lighting Computer and Monitoring

System (ALCMS) will be furnished and installed in the vault and in the Air Traffic Control Tower.

The following conditions and requirements shall apply for the lighting control system:

The existing L821 control system in the Tower and in the vault will be removed and replaced with a new Airfield Lighting Computer and Monitoring System (ALCMS).

• The existing L821 control system will remain in operation in the Tower and in the vault until the new ALCMS is installed and is fully operational. At the discretion of the Contractor, the existing L821 control system in the Tower can be abandoned up to two weeks before the new ALCMS is operational provided the existing L821 control system in the vault remains operational at all times until the new ALCMS is installed and operational.

• A new ALCMS will be furnished and installed to provide control from the Tower cab and vault to all airport lighting systems.

New fiber optic control cables will be installed between the Tower and vault in existing conduit to control the new ALCMS.

Controls will be rewired in the Tower and vault as necessary to accommodate the new ALCMS.

Circuits for which controls will be provided in the Tower and vault will be as shown on Table A. Circuits 1 through 10 will have controls provided for at this time, but the ALCMS will be designed such that additional circuits, as indicated by Circuits 11 through 22, can be added at a future date as needed. The ALCMS will be designed to also control these additional circuits by revising the computer program for the ALCMS computers.

The ALCMS will be designed such that the airfield lights and facilities can be controlled at the vault or at the Tower. Switching and monitoring will be installed that will indicate which computer is in control.

TABLE A. CONTROL POINTS

Circuit Circuit No. ID 1 CCR 1 2 CCR2 3 CCR3 4 CCR4 5 CCR5 6 Contactor 1 7 Contactor 2 8 Contactor 3 9 Contactor 4 10 Control Transfer

Stockton Metropolitan Ai/por! AlP No. 3-06-0250-33

Description RIW 11 L-29R Edoe Liohts

West End Taxiways East End Taxiways

Taxiway D9 Heliport Beacon

RIW29R PAPI Spare Spare

Vault to Tower/Tower to Vault

5

Outputs Dry Contact Output Dry Contact Output Dry Contact Output Dry Contact Output Dry Contact Output Dry Contact Output Dry Contact Output Dry Contact Output Drv Contact Output Dry Contact Output

Function Brightness Steps 1-5 Brightness Steps 1-3 Brightness Steps 1-3 Brightness Steps 1-3 Brightness Steps 1-3

On/Off On/Off On/Off On/Off

Tower to Vault

Engineer's Report June 24,2014

TABLE A. CONTROL POINTS

Circuit Circuit No. ID Description Outputs Function

11 CCR6 RfW 11 L-29R Centerline LiQhts Dry Contact Output Brightness Steps 1-5 12 CCR 7 RfW 11 L-29R Touchdown LiQhts Dry Contact Output Brightness Steps 1-5 13 CCR 8 RfW 11 R-29L EdQe Lights Dry Contact Output BriQhtness Steps 1-3 14 CCR9 North Taxiways - Circuit 1 Dry Contact Output BriQhtness Steps 1-3 15 CCR10 North Taxiways - Circuit 2 Dry Contact Output Brightness Steps 1-3 16 CCR 11 North Taxiways - Circuit 3 Dry Contact Output Brightness Steps 1-3 17 Contactor 5 RfW 11L PAPI Dry Contact Output On/Off 18 Contactor 6 RfW 29L PAPI Dry Contact Output On/Off 19 Contactor 7 RfW 11R PAPI Dry Contact Output On/Off 20 Contactor 8 Spare Dry Contact Output On/Off 21 Contactor 9 Spare Dry Contact Output On/Off 22 Contactor 10 Spare Dry Contact Output On/Off

VI. AIRFIELD LIGHTING AND SIGNAGE

It is proposed in this project to replace all existing high intensity runway edge lights with

new quartz high-intensity runway edge light assemblies and to replace all medium intensity

taxiway edge lights with new LED medium intensity taxiway edge light assemblies. The edge

light assemblies will include new transformers and existing L867 light bases complete with new

base plate gaskets and new bolts.

Taxiway Circuits 1, 2, 3, and 4 are on the south side of the runway and all of these

circuits have to be on when you are operating the airport. Currently there is 27.32 KW total load

on these four circuits, which decreases to 16.1 KW if you replace the lights with LED. The

taxiway circuit on the south side of the runway will be reconfigured to two new circuits that can

be powered by two of the existing 10 kW and 7.5 kW regulators. Taxiway 0 lighting will be

separated from the existing taxiway circuit and powered by one 4 kW regulator so this taxiway

can be lighted separately from the other taxiways. The lighting on the helipad will be separated

from the taxiway circuits and powered separately by one of the existing 4 kW regulators.

To allow for replacement of any future damage to the new lights, the contractor will be

required to provide 15 new quartz high intensity runway edge lights and 15 new LED medium

intensity taxiway edge lights for the project, including the light fixture, the light base, lenses, and

Stockton Metropolitan Ailport AlP No. 3~06·0250·33

6

Engineer's Report June 24, 2014

isolation transformers. The Contractor will also provide to the Airport spare quartz high-intensity

runway edge light lenses and LED taxiway edge light lenses. Spare 120W and 10/15W

isolation transformers will also be provided to the Airport.

Electrical loads on each new circuit have been calculated and are included in Table B.

In all cases the calculated loads are less than the regulator capacity.

In order to meet FAA. standards, four existing distance remaining signs will be

removed, including sign and the transformer, and delivered to the Airport. All existing sign face

panels on existing distance remaining signs will be relocated.

Identification tags will be installed on all lights and signs on the airport.

Circuit RIW 11L-29R

West I:

East I'

Slack/on Metropolitan Ailport AlP No. 3-06-0250-33

TABLE B. AIRFIELD LIGHTING CIRCUIT LOADS

Quartz Ed, ' Lints - 96 each 139.25 Quar qhts - FILSh i eacl 69.25

: - . eal h .5

13.36 06

i tS-~"So~h __ ~~~I~eaC~ __ +-~~~.5 __ ~ __ ~~ __ axiway i9ht~ eac .

Signs - 1 ~!()rlllip I each Signs - 2 ~!()rlllip 3 each Signs - 3 ~!()rlllip 3 each Signs - 4 ~!()rlllip 2 each

Siqns - r , R i i 7 each Cable 39,000 In. ft.

178. 239.0 351.0 443.0 145.0 1.028

1.05 0.87 1.02 1.09

Total 27.54 . Size - 30 KW

LED Edge Lights 220 each 20.4 4.49 Signs - 1 Module 2 each 178.0 0.36 Siqns - 2 Module 5 each 239.0 1.20 Siqns - 3 Module 5 each 351.0 1.76 Siqns - 4 Module 0 ··0.6 0

Cable 30.000 In. ft. 0.028 4

LED Edge Lights Signs - 1 Mnrl"lp Siqns - 2 ~!nrl"lp Siqns - I Siqns - I

Ca Ie

116 each 1 each 10 each

each each

21,100 n.ft.

20.4 178.0 239.0 15' 14, '.0

2.37 0.18 2.39

.05

·sae-~J~~--------+-------+-~~---

7

Engineer '$ Report Jlllle 24,2014

TABLE B. AIRFIELD LIGHTING CIRCUIT LOADS

Circuit

VII. CONSTRUCTION SCHEDULING

It has been specified that the construction of the total Base Bid project will be completed

in 40 working days. If Additive Alternate No.1 is accepted, 20 additional working days will be

added to the contract time.

The Contractor will be confined to the designated Contractor's Storage and Staging Area

and access to this area during all times that the Air Traffic Control Tower (ATCT) is closed. The

ATCT is operational 7 days per week from 7:00 a.m. to 9:00 p.m. No work will be accomplished

by the Contractor between the hours of 9:00 p.m. and 7:00 a.m.

In order to minimize interference between Contractor operations and aircraft operations,

the following operational requirements will be instituted:

a. Aircraft shall at all times have the right of way.

b. During construction work on Runway 11 L-29R and taxiway sections within the Runway Safety Area (RSA) the runway will be closed. During these closures, Airport Management will place lighted runway closure crosses at each threshold of the runway. This will take place in a three consecutive week period. Runway 11 R-29L will be open for all aircraft operations during this period.

c. Runway 11 L-29R can only be closed for construction Monday through Thursday and on those days from 7:00 a.m. to 12:30 p.m. and from 2:30 p.m. to 6:00 p.m.

d. When Runway 11 L-29R is open, the Contractor will move all personnel, equipment, supplies, and materials out of the RSA for the runway, fill all trenches and excavations, cover all light bases, and assure that all runway and taxiway lighting systems are operational.

Stockton Metropolitan Ai/port AlP No. 3-06-0250-33

8

Engineer's Reporl June 24, 2014

e. Each night during construction Runway 11 L-29R will be open, all airfield lights and lighted signs will be operational, and all RSA standards adhered to. All lights will be operational but the Contractor will be allowed to install up to 2,000 feet of cable on the ground outside the runway pavement each night.

f. When airline or other large aircraft are operating Contractor, after receiving notification from the ATCT, will pull back outside of the safety area.

g. When Contractor is working adjacent to taxiways, the ATCT will divert aircraft around Contractor's operations when possible and Contractor will move back out of the taxiway safety area when aircraft must operate in these areas.

h. Runway 11 R-29L will be closed to all aircraft operations when the Contractor is working within the RSA (150 feet wide) for the runway. During periods of runway closure, Airport Management will place lighted runway closure crosses at each threshold to the runway. Prior to opening Runway 11 R-29L to aircraft, the Contractor will fill all trenches and excavations and cover all light bases. Contractor will be allowed five (5) consecutive working days to perform all work within the RSA for Runway 11 R-29L.

i. When work is being performed on a taxiway lighting system, every effort will be made to divert aircraft away from the taxiway, but when aircraft need to use that taxiway the Contractor will be notified and will immediately move all personnel and equipment back 50 feet from the edge of the taxiway. Whenever the Air Traffic Control Tower allows the complete closure of a section of taxiway, the Contractor will furnish and install lighted barricades at each end of the taxiway to be closed. All taxiways will be reopened each night.

j. For all runway closures the Airport will furnish lighted runway closure crosses at the thresholds at the ends of the runway at the start of construction and remove them at the end of the work day or at the end of construction.

VIII. CONSTRUCTION SPECIFICATIONS

The specifications for this project have been prepared utilizing as a format the FAA.

Standards for Specifying Construction of Airports published as Advisory Circular 150/5370-1 OF.

Those sections of these specifications applicable to this project have been included in their

entirety in the construction specifications and have been modified to fit the specific needs of this

project.

Stockton Melropolilan Ai/porI AlP No. 3-06-0250-33

9

Engineer's Report June 24, 2014

IX. DEVIATION FROM F.A.A. STANDARDS

FAA. Standards included in Advisory Circular 150/5370-10F have been followed for the

design of this project. These Standards have been modified to fit local conditions. The following

items have been included in the project specifications that are not FAA. Standards:

Notice Inviting Bids Instructions to Bidders Bid Proposal including:

Bid Form Bidder's Bond Designation of Subcontractors Affirmative Action Form Noncollusion Affidavit Public Contract Code Sections Statements

General Construction Contract Division II - Special Provisions - County of San Joaquin Division IV - Special Conditions

Item P-121 - Watering - This is a no cost item that has been included in the specifications to give the Contractor guidance on where and how to obtain water during construction for dust control and other purposes.

Item P-148 - Storm Water Pollution Prevention Plan (SWPPP) - This is a lump sum item that has been included in the specifications to pay the Contractor for preparation of a Storm Water Pollution Prevention Plan (SWPPP) as required by FAA. and the State of California.

Item P-149 - Marking and Lighting of Closed Airport Facilities - This is a lump sum item that has been included in the contract to compensate the Contractor for closed airport facility marking and lighted barricades required to delineate areas of the airfield that are closed to aircraft and operational traffic to conform with the requirements of the Construction Safety Plan.

Item P-150 - Mobilization - This is a lump sum item that has been included in the specifications to compensate the Contractor for the movement of personnel, equipment, supplies, and incidentals to the project site; establishment of all offices, buildings and other facilities necessary for work on the project; and for all other work and operations that must be performed or costs incurred prior to beginning work on the project.

Item 1.-100 - Lighting and Electrical Work - This section has been added to the specifications to cover all general lighting and electrical work requirements including submittals, permits, drawings, maintenance and operating instructions, training, safety, sequencing, equipment and materials, and general construction methods. There will be no separate payment to the Contractor for this item.

Item 1.-125 - Installation of Airport Lighting Systems - This section has been added to the specifications to provide guidance and payment to the Contractor on the furnishing

Slockton Metropolitan Airport AlP No. 3-06-0250-33

10

Engineer's Report June 24,2014

and installing of new LED light fixtures, replacing isolation transformers on all lights and signs, removing distance remaining signs, relocating panels on existing distance remaining signs, and furnishing and installing identification tags on all runway and taxiway lights and airfield guidance signs. All items of work are specified to be in accordance with FAA. Advisory Circulars.

Item L-809 - Airfield Lighting Computer and Monitoring Systems (ALCMS1- This section has been added to the specifications to provide guidance and payment to the Contractor on the furnishing and installing of a new Airfield Lighting Computer and Monitoring System (ALCMS) if Alternate No.1 is accepted.

Appendix A - The Construction Safety and Phasing Plan is included as Appendix A to the specifications since the contractor is required to meet the requirements set forth in this plan.

Appendix B - The Construction Management Plan is included as Appendix B to the specifications since the contractor is required to meet the requirements set forth in this plan.

The significant deviations from FAA. Standards included in Advisory Circular 150/5370-

10F are in the following areas:

Item P-152 - Excavation and Embankment - The only excavation required in this project is that required for the replacement of the existing duct, the installation of new duct, and the installation of the drainline. No separate payment is included for excavation in this item of the specifications. Payment will be included in the individual items of work.

Item P-154 - Subbase Course- Due to the small amount of subbase course required on this project, this item has been specified to be in accordance with State of California Department of Transportation Standard Specifications Item 25. No separate payment is included for subbase course in this item of the specifications. Payment will be included in the individual items of work.

Item P-208 - Aggregate Base Course- Due to the small amount of base course required on this project, this item has been specified to be in accordance with State of California Department of Transportation Standard Specifications Item 26. No separate payment is included for base course in this item of the specifications. Payment will be included in the individual items of work.

Item P-401 - Plant Mix Bituminous Pavements - Due to the small amount of bituminous surface course required on this project, this item has been specified to be in accordance with State of California Department of Transportation Standard Specifications Item 39. No separate payment is included for bituminous surface course in this item of the specifications. Payment will be included in the individual items of work.

Item P-610 - Structural Portland Cement Concrete - There are several deviations from FAA. Standards in this item of the specifications for this contract. These deviations are as follows:

Siock/on Metropolitan Ai/pol't AlP No. 3-06-0250-33

11

Engineer's Report June 24, 2014

610-2.1 General - Alkali-silica reaction - Expanded Requirements

610-2.2 - Coarse Aggregate - Added LA Rattler

610-2.4 - Cement - In the FAA. Standards fly ash is specified under Article 610-2.6, Admixtures. Fly ash is not an admixture, but a cement replacement. We have, therefore, included it in Article 610-2.4, Cement, and have added limits to the fly ash for loss on ignition, water, shrinkage, strength, etc.

610-2.6 - Admixtures - We specify air-entraining admixtures to be "MB-VR" vinsol-resin type" - Enhanced spec.

610-2.7 - Premolded Joint Material - Added premolded, ASTM 994.

610-2.9 - Steel Reinforcement - Deformed bars used - ASTM A 615 or A 996.

610-2.10 - Calcium Chloride - FAA does not have a specification for this item­Our specification does not permit the use of calcium chloride due to adverse reaction to cement.

610-2.11 - Cover Materials for Curing - FAA does not specify Burlap Cloth Made from Jute or Kenaf - The specifications for this project allow the use of these materials.

Method of Measurement and Basis of Payment - Payment for miscellaneous structural concrete is not made separately but is included in the unit prices bid for specific items of work such as the underground electrical duct, new sign bases, etc.

Item D-701 - Pipe for Storm Drains and Culverts - A high-density polyethylene plastic pipe (HDPE) conforming to the requirements of ASTM D 3035 has been specified for the drain line that will intercept the duct and light base system.

Item L-108 - Underground Power Cable for Airports: The following articles have been added:

108-2.13 Duct Plugs 108-2.14 Pulling Lubricant

The following articles have been deleted:

108-2.3 Bare Copper Wire 108-2.6 Concrete 108-2.7 Flowable Backfill

Item L-110 - Airport Underground Electrical Duct Banks and Conduit: Shoring and bracing requirements have been added to Article 110-3.1, General. This is required by OSHA to protect workers operating in deep trenches.

The following articles have been deleted:

110-2.2 Steel Conduit 110-2.7 Flowable Backfill

Stockton Metropolitan Airport AlP No. 3~06~0250-33

12

Engineer's Report JUlie 24, 20/4

X. ENGINEER'S ESTIMATE

An Engineer's Estimate has been prepared for this project and is included as Table C.

All items of work are eligible for funding under the Airport Improvement Program of the Federal

Aviation Administration.

RWB:aw

S/(}cktrm Mctropolillllr Airp(1/1 AlP No. j·06-0250-33

Reinard W. Brandley

13

Engineer's Report Jlllle 24. 20 J 4

Item No.

TABLE C

STOCKTON METROPOLITAN AIRPORT REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

ENGINEER'S ESTIMATE

Unit of Estimated Description Meas. Quantity Unit Price

BASE BID 1 SWPPP Submitted by Qualified

SWPPP Developer (QSD) (P-148) L.S. L.S. L.S. $ 2 Marking and Lighting of Closed Airport

Facilities (P-149) L.S. L.S. L.S. 3 Mobilization (P-150) L.S. L.S. L.S. 4 3-inch High Density Polyethylene Pipe

IID-701) Ln. Ft. 2,100.0 $ 30.00 5 Airfield Cable, L824, 1/C, No.8, Type

C, 5 KV, Furnish and Install in Duct (L-108) Ln. Ft. 98,000.0 1.80

6 Airfield Cable, L824, 1/C, No.6, Type C, 5 KV, Furnish and Install in Duct (L-108) Ln. Ft. 42,000.0 2.00

? Vault and Control Tower Electrical Work (L-109) L.S. L.S. L.S.

8 Underground Electrical Duct, Type II, 1-way, 2-inch (L-110) Ln. Ft. 600.0 20.00

9 Flush, Swab, and Mandrel Electrical Ducts (L-110) Ln. Ft. 85,000.0 2.00

10 Furnish and Install L86? Electrical Handholes, Class I, Size B, Complete (L-115) Each 6.0 1,000.00

11 Remove and Replace Existing elevated Runway Edge and Threshold Lights and Transformers with New High-Intensity Quartz Elevated Runway Edge Lights and Transformers (L-125) Each 120.0 500.00

12 Remove and Replace Existing Flush Mounted Runway Edge and Threshold Lights and Transformers with New High Intensity Quartz Flush Mounted Runway Edge Lights and Transformers (L-125) Each 14.0 600.00

q:\slocklon\0156\reports\engr report\Engr Estimate.xls 1 of 3

Total

10,000.00

25,000.00 20,000.00

63,000.00

176,400.00

84,000.00

30,000.00

12,000.00

170,000.00

6,000.00

60,000.00

8,400.00

6/23/14

Item No. 13

14

15

16

17

18

19

20

21

22

23

TABLE C

STOCKTON METROPOLITAN AIRPORT REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

ENGINEER'S ESTIMATE

Unit of Estimated Description Meas. Quantity Unit Price

Remove and Replace Existing Taxiway and Heliport Edge Lights and Transformers with New LED Taxiway and Heliport Edge Lights and Transformers (L-125) Each 410.0 $ 500.00 $ New Elevated High Intensity Quartz Runway Edge Lights, Complete, Delivered to Airport (L-125) Each 15.0 300.00 New Medium Intensity LED Taxiway Edge Lights, Complete, Delivered to Airport (L-125) Each 15.0 300.00 Furnish New Spare Quartz Runway Elevated Edge Light Lenses, Delivered to Airport - Red/Red (L-125) Each 3.0 90.00 Furnish New Spare Quartz Runway Elevated Edge Light Lenses, Delivered to Airport - Red/Green (L-125) Each 3.0 90.00 Furnish New Spare Quartz Runway Elevated Edge Light Lenses, Delivered to Airport - YellowlWhite (L-125) Each 10.0 90.00 Furnish New Spare Quartz Runway Elevated Edge Light Lenses, Delivered to Airport - WhitelWhite (L-125) Each 10.0 80.00 Furnish New Spare LED Taxiway Elevated Edge Light Lenses, Delivered to Airport - Blue (L-125) Each 20.0 80.00 Furnish New Spare Isolation Transformers, Delivered to Airport -120W, L830-18 (L-125) Each 8.0 60.00 Furnish New Spare Isolation Transformers, Delivered to Airport -10/15W, L830-16 (L-125) Each 12.0 50.00 Replace Existing L830-6 Isolation Transformers, 200 W, 6.6/6.6 amp in Existing Signs (L-125) Each 50.0 150.00

q:\s\ockton\0156\reports\engr report\Engr Eslimate.xls 2 of 3

Total

205,000.00

4,500.00

4,500.00

270.00

270.00

900.00

800.00

1,600.00

480.00

600.00

7,500.00

6/23/14

Item No. 24

25

26

TABLEC

STOCKTON METROPOLITAN AIRPORT REHABILITATE RUNWAY AND TAXIWAY LIGHTING AND SIGNAGE

AlP NO. 3-06-0250-33

ENGINEER'S ESTIMATE

Unit of Estimated Description Meas. Quantity Unit Price

Remove Existing Distance Remaining Signs and Transformers and Deliver to Airport (L-125) Each 4.0 1,000.00 Relocate Existing Sign Panels on Existing Distance Remaining Signs (L-125) Each 7.0 500.00 New Identification Tag for Each Runway and Taxiway Light and Each Airfield Guidance Sign (L-125) Each 660.0 60.00

Total Enqineer's Estimate - Base Bid $ ADDITIVE AL TERNA TE NO. 1

1-1 Furnish and Install New Airfield Lighting Computer and Monitoring System (ALCMS) (L-109) L.S. L.S. L.S. $

1-2 Deduct Bid Item # 7 - Vault and Control Tower Electrical Work (L-109) L.S. L.S. L.S.

Total Enqineer's Estimate - Additive Alternate 1 $ Total - Base Bid + Additive Alternate 1 $

q:\slockton\0156\reports\engr report\Engr Estimate.xls 3 of 3

Total

4,000.00

3,500.00

39,600.00

938,320.00

120,000.00

(30,000.00)

90,000.00

1,028,320.00

6/23/14

d z