Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
55-08 Winch. Reg. Airport Auth. - Aircraft Wash Rack - Shawnee - Backfile
Please note: The site plans associated with this file are located in the file room. SITE PLAN TRACKING SHEET Date: %b� © File opened 101,Log Reference Manual updated/number assigned t o i o n D-base updated v 0,� File given to Renee' to update Application Action Summary W,l CLOSE OUT FILE: Approval (or denial) letter mailed to applicant/copy made for file 1 File stamped "approved",denied" or "withdrawn" -3�la , 31"011 Reference Manual updated 3L�-09 D-base updated 4 01 09 File given to Renee' for final update to Application Action Summary b - U:\BcvACommOn\Tracking sh-15%Sitc Plan Tracking _Pd Revised 02/01/O3 SITE PLAN APPLICATION CHECKLIST The checklist shown below specifies the information v.,hich is required to be submitted as part of the sitz plan application_ The Department of Planning & Development will r 6fnv the application to ensure that it is complete prior to accepting it. If any portion of the application is not complete, it will be returned to the applicant(s). (1) One (1) set of approved camment sheets are required from each relevant roview agency prior to final approval of a site plan_ It is recommended that applicants contact the Department of Planning & Development to determine which review agencies' are relevant to their site plan application_ A list of potentially relevant rniffw agencies is shown Wow: Frederick County Department of Planning & Development DepartnMA of GIS (Geographic Infonnaiion Services) Frederick County Sanitation Authority Frederick County Building Inspections Department Frederick County Deparfinent of Public Worlrs Frederick County Fire Marshal Frfflzriek County Health Deparment Frederick County Department of Parks & Recreation Virginia Deparment of Transportation (VDO'I) City of NYFmrhester Town of Stephens City Town of NIiddletovrn Frederick County / Winchester Airport Authority (2) One (1) copy of the Site Plan application form. /V A- (3) Payment of the site plan review fee. L---� (4) One (1) reproducible copy of the Site Plan (if required). COUNTY of I{REDERICK Department of Planning and Development 5401665-5651 TAX: 540/ 66.5-6395 October 27, 2008 Mr. Adam Switzes Delta Airport Consultants 9711 Farrar Court, Suite 100 Richmond, VA 23236 Re: 1" Review Comments for Site Plan #55-08, Aircraft Wash Rack, Property Identification Number (PIN): 64-A-40B, and 64-A-79 Dear Adam: Planning Staff has reviewed the above -referenced site plan to determine if administrative approval can be granted. At this time, administrative approval cannot be granted. This site plan is denied until the issues in this letter, as well as all issues of the other review agencies, have been adequately addressed. Please review Staff s comments listed below and then prepare a revised site plan which adequately addresses each concern. Review Comments: 1. Adjoining Property Information. For each of the adjoining properties, please include the following information: Zoning District Designation, Use, and Property Identification Number. 2. Project Information. On the coversheet, please note that the setback limits apply only to structures. This site plan does not appear to propose the construction of any new buildings. Please note on the sheet that the actual setbacks from the property line listed are the distances between the property line and existing structures. 3. Setbacks. On sheet 3, please include the location of the building restriction lines on the drawing. 4. Posted Speed Limits. Please include a note indicating the speed limits for Airport Road and Route 522. 5. Detail References. When drawings refer to details shown on another page, include sheet number of that illustration. 6. Height of Lighting and Wash Rack Controls. Include details indicating the height of the lighting being proposed for this site, and the height of the wash rack shown on sheet 9. 107 North Kent Street, Suite 202 • Winchester, Virginia 22601-5000 Page 2 Mr. Adam Switzes Review Comments for S. P. 944-08 October 27, 2008 After you have revised the site plan, please resubmit two copies so that I may verify the information contained on the plan. I will need all approved review agency comment sheets and at least five copies of the final plan for approval. Co nment sheets are required from the following agencies: the Virginia Department of Transportation, the Frederick County Inspections Department, the Frederick County Engineer, the Frederick County Fire Marshal, and the Frederick County Sanitation Authority. Do not hesitate to contact me if you have any questions or concerns regarding this letter. Sincerely, Amber Powers Planner I cc: Whiting Road, 119 Arbor Court, Winchester, Virginia 22602 ALP/bad Attachment Reauest For Site Plan Comments Frederick County Inspections Department Mail to: Frederick County Inspections Dept. Attn: Building Official 107 North Kent Street Winchester, VA 22601 (540) 665-5650 Hand deliver to: 107 N. Kent Street, Suite 200 North Building, 2nd Floor Winchester, VA (540) 665-5650 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach one (1) copy of the site plan with this sheet. Applicant's Name: Address: Phone Number: '/ e Name of developmyt and/or de�scpption# the regpest: Location of property: Inspections Department's Comments. hwpm i -- Dem. we only Loft rweived Dote-fev*," raesfved D4* appr#vai- f Oft reviewed �# SigttatUre and Date SigvAtim and Dace (revisios). RECEIVED 16 FREDERICK COUNTY e ��dd P1IRI Ir. WORK 6 INSPECt10N5 Z8908L900S 0b:9T 800Z/0E/ZT Request For Site Plan Comments Frederick County Public Works Department Mail to: fFred ne 'ckt-County`Al?: 6lic Works- Attn: Director of Engineering 107 North Kent Street Winchester, VA 22601 (540) 665-5643 Hand deliver to: 107 N. Kent Street, Suite 200 North Building, 2"d Floor Winchester, VA (540) 665-5643 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach two (2) copies of the site plan with this sheet. Applicant's Name: Address: Phone Number: 2;l „..iI�•1 Department'sPublic Work . r- . .. . 74 From:LIFESAFE 12/30/2008 16 48 #589 P.0021002 ,, cK G w z VIRGINIA Control number Date received 10/ 1 /2008 Protect Name Aircraft Wash Rack Address City 491 Airport Road Winchester Type Application Tax ID Number Site Plan 64-A-408 Current Zoning R Automatic Sprinkler System No Other recommendation Emergency Vehicle Access Adequate Siamese Location Emergency Vehicle Access Comments Access Comments Additional Comments Date reviewed Date Revised 10/3/2008 Applicant Winchester Regional Airport Stale Zip Applicant Phone VA 22602 540.662-5786 Fire District 2' Recommendations Automatic Fire Alarm System No Hydrant Location Not Identified Roadway/Aisteway Width Adequate Rescue District 21 Election District Shawnee Residential Sprinkler System No Fire Lane Required No Special Hazards No Plan Approval Recommended Reviewed By Signature �� tiV o �, sw�• Yes J Neal Title ��. Request For Site Plan Comments Frederick County Sanitation Authority Hand deliver to: :!�flMUNU Mail to: ._..- Frederick County Sanitation Authority 315 Tasker Road Attn: Engineer Director Stephens City, VA P.O. Box 1877 (540) 868-1061 Winchester, VA 22604 (540) 868-1061 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach two (2) copies of the site plan with this sheet. Applicant's Name: Wine, �eS�er & of) a1 A i rIDQr- Address: /491f Al-Ki f1oao, U/1nc65�er VA a-2(eC2a Phone Number: 540- 66a. - 57-SCo Name of development and/or description of the request: Cons-4od- filstraPt ///ash Reir%r — ras-1 rUC+- Dave Arco ui/_ hose �'or wa piny alrnJan�s Location of property: !N/AGhesjPl Re IU01M I h (rl�or+ [:,-Any;. to rni into canitntinn Ai thnritv's Comments: 7/ wW Tl1941 viwo(41kt /s IY6)1- //vvoz vFo_ Sanitation Authority use only Date received Incomplete Date reviewed Signature and Date Signature and Date (re Date revision received 14 Date approved • i April 6, 2009 Mr. Adam Switzes Delta Airport Consultants 9711 Farrar Court, Suite 100 Richmond, VA 23236 ICI Department of Planning and Development 540/66S-5651 FAX: 540/ 665-6395 Re: Approval of Site Plan #55-08, Winchester Regional Airport Wash Rack Propei-ty Identification Numbers (PINS): 64-A-40I3 and 64-A-79 Dear Mr. Switzes: The Frederick County Department of Planning and Development administratively approved the above - referenced site plan (dated March'), 2009) on April 6, 2009. The site plan is approved for the addition of an aircraft wash rack at the Winchester Regional Airport located on Airport Road in the Shawnee Magisterial District. All requirements of the Frederick County Zoning Ordinance have been met in the approved site plan, including review agency comments from all relevant review agencies. I am providing you with three (3) copies of the approved site plan. Please forward these copies to the appropriate representative(s). Furthermore, advise the owner(s) that a copy should be kept for future reference, and an approved copy must be kept on the construction site throughout the development process. Once site development is complete, the owner(s) should contact this office to schedule an on -site inspection. Do not hesitate to contact me if you have any questions or concerns. Sincerely, Candice E. Perkins, AICP Senior Plartner CEP/bad Enclosures cc: Serena Manuel, Winchester Regional Airport, 491 Airport Rd., Winchester, VA 22603 107 North Kent Street, Suite 202 • Winchester, Virginia 22601-5000 DELTA APORT CONSULTANTS, INC. March 3, 2009 Mr. Ralph Santnryer Lantz Construction Company of Winchester, Inc. 221 Aviation Drive Winchester, VA 22602 RE: Revised - Released for Construction Plan Sets Construct Aircraft Wash Rack Winchester Regional Airport Winchester, Virginia DOAV Project No. CS-0059-25 Delta Project No. VA 08110 Dear Mr. Santmyer: Please find enclosed revised copies of the released for construction plans for the above referenced project. These plans were originally mailed on February 25, 2009, but a printing malfunction caused plan sheets from another project to be bound with this project's plans. Please destroy all project plans with seals dated February 23 2009 and February 24, 2009 and replace them with the attached documents dated March 3, 2009. The Specifications were unaffected and should be maintained for use. We apologize for the confusion, and if you should have any questions concerning this matter, please do not hesitate to contact our office. Sincerely, Adam D. Switze , P.E. ADS:drs Enclosure: 2 Full, 4 Half cc: Serena Manuel, Executive Director Candice Perkins, Frederick County Planning Amy Wells, DOAV VA 08110 C012 f!IAR 4 2009 9711 Farrar Court, Suite 100 • Richmond, Virginia 23236 phone: (804) 275-8301 • fax: (804) 275-8371 + www.delfaairport.com w/1 Full, 2 Half w/ 5 Full w/ 1 Half LJ 0 ADDENDUM NO. ONE (1) CONSTRUCT AIRCRAFT WASH RACK WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA DOAV PROJECT NO. CS-0059-PENDING DELTA PROJECT NO. VA 08110 OCTOBER 14, 2008 From: Delta Airport Consultants, Inc. 9711 Farrar Court, Suite 100 Richmond, Virginia 23236 To: All Bidders of Record NL rH Op G �f z�� A AM D. R lac. No. 039519 0 ti � S1ONAI. EEC, This Addendum is hereby made a part of the contract documents and specifications of the above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. PROPOSAL 1. REPLACE the "BID PROPOSAL" with the attached "REVISED BID PROPOSAL" of Addendum No. One (1). SPECIFICATIONS 2. ADD Special Provision "SP-21 Fuel Price Adjustments" of Addendum No. One (1) to page SP-6. 3. REPLACE "Item M-107 Aviation Barricades" with the revised "Item M-107 Aviation Barricades" of Addendum No. One (1). 1 VA 08110 C004.AD1 11 • PLANS SHEET 3 OF 9 ADDENDUM NO. ONE (1) 4. UPDATE the "Summary of Quantities" to match the "Revised Bid Proposal" of Addendum No. One (1). SHEET 4 OF 9 5. REVISE the note at the pavement tie-in which reads "Tie to existing pavement (see detail)" to read "Saw cut neat vertical edge for expansion joint (see detail)". 6. ADD a note along the east edge of the airside portion of the sidewalk adjacent the existing FBO hangar to read "Install orange plastic safety fence along sidewalk from fence to apron edge, minimum height = 48" (no pay)" SHEET 6 OF 9 7. DELETE the "Pipe Aviation" detail. 8. ADD the "8" PCC Pavement Section" detail of Addendum No. One (1). 9. REVISE the name of the "Construction Joint" detail to "Sawed Construction Joint" SHEET 9 OF 9 10. ADD the following note to the "Wash Rack Control System Sequence Narrative": "In the event of a power failure, the water shall turn off and the system shall automatically default to all valves closed (Step 6A). Upon reestablishment of power, the system shall begin at Step 1A 2 VA 08110 C004.AD1 0 0 ADDENDUM NO. ONE (1) ATTACHMENTS: 1. Questions and Answers 2. "SP-21 Fuel Price Adjustments" 3. "Item M-107 Aviation Barricades" 4. "8" PCC Pavement Section" detail 5. Pre -Bid Attendance List 6. Revised Bid Proposal END OF ADDENDUM NO. ONE (1) 3 VA 08110 C004.AD1 0 10 1. QUESTION ADDENDUM NO. ONE (1) WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA QUESTIONS AND ANSWERS Is topsoil stripping required for embankment areas? ANSWER: Yes. The area beneath the embankment shall be stripped in accordance with Item P-152-2.5 "Preparation of Embankment Area". 2. QUESTION: Will the stripping and handling of the topsoil be measured for payment? ANSWER: No. In accordance with Item P-152-2.10 "Topsoil", no separate measurement or payment will be made for stockpiling, spreading, shaping, or any handling of topsoil. This item is considered incidental to this specification. 3. QUESTION: Will topsoil be redistributed upon completion of the grading operations? In ANSWER: Yes. Topsoil shall be salvaged from stripping or grading operations. The topsoil shall be distributed in accordance with Item P-152-2.10 "Topsoil". QUESTION: Is rock material suitable for placement within the embankment? ANSWER: No. 5. QUESTION: What constitutes unsuitable material? ANSWER: In accordance with Item P-152-1.3 "Unsuitable Excavation", unsuitable excavation is any material which is determined by the Engineer to be unsuitable. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the ATTACHMENT ONE 1 VA 08110 C004.AD1 C L•. 7 i1 E 10 ADDENDUM NO. ONE (1) embankment slope. Material which is saturated may not be unsuitable if when aerated or dried it would be acceptable for subgrades or embankments. QUESTION: How is unsuitable excavation paid for? ANSWER: The handling of unsuitable material is included in the lump sum price for Unclassified Excavation. QUESTION: Will there be a minimum time limit established in which the Contractor is required to attempt to dry any wet material, after which, if these efforts are unsuccessful, the material will be considered unsuitable? ANSWER: No. QUESTION: Will the Contractor be paid twice if he has to stockpile and handle excavation material twice? ANSWER: No. In accordance with Item P-152-3.1 "Method of Measurement", separate measurement shall not be made for stockpiled materials. The quantity of excavation to be paid for shall be the number of cubic yards of excavation measured in its original position. QUESTION: Will any additional compensation be made for adverse field conditions such as excavation and/or trenching through rock? ANSWER: No. All bidders should examine the site and satisfy themselves as to the field conditions before submitting their bid. QUESTION: Is the Contractor responsible for construction layout and staking? ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes", the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and preserving all stakes and benchmarks through the duration of the project. ATTACHMENT ONE 2 VA 08110 C004.AD1 0 11 12 13 ADDENDUM NO. ONE (1) QUESTION: Does the Engineer have the option to test subgrades and any other non -stabilized layers of the pavement box using the proof rolling method? ANSWER: Yes. If the type of material precludes testing in accordance with the respective specification, the Engineer may utilize proof rolling with a loaded tandem axle dump truck or similar piece of rubber tired equipment to identify areas needing repairs. Any areas that rut or pump shall be repaired. In addition, the Engineer may elect to test any compacted area utilizing proof rolling. In this instance, any areas that rut or pump also shall be repaired, even if test results have been obtained that show density has been achieved. QUESTION: Will the Contractor be responsible for subgrade acceptance testing? ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed acceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. QUESTION: Can a Contractor perform his own geotechnical investigation? ANSWER: Yes, The Contractor shall contact and coordinate with the Owner prior to mobilizing to perform any geotechnical investigation. The Contractors are encouraged to perform these additional investigations. 14. QUESTION: What will be the frequency of testing on the subgrade? ANSWER: In accordance with Item P-152-2.6 "Formation of Embankments", samples of all embankment materials for testing will be taken for each 1,000 cubic yards placed per lift, combined with proofrolling of all subgrades prior to placement of base course. ATTACHMENT ONE 3 VA 08110 C004.AD1 0 0 ADDENDUM NO. ONE (1) 15. QUESTION: Can the stone base be placed by end dumping the material on the subgrade and spreading by a grader? ANSWER: No. As outlined in the specifications, the base course shall be placed by a mechanical spreader. As a minimum, a mechanical spreader shall be a "spreader box" mounted to the front of a dozer of sufficient size and horsepower to push the spreader box, loaded with stone, and truck being used for stone delivery. 16. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractor's men or equipment? ANSWER: Yes. 17. QUESTION: May a high compression ground connection be used in lieu of a Cadweld connection? ANSWER: Yes. 18. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: No. 19. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the DOAV grant, construction contract and project submittals, the notice -to -proceed is anticipated for the spring of 2009. If funding is in place and the Contractor wished to proceed with the project earlier than this, the Owner will consider the request. 20. QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the county public works division, state soil conservation service, state highway administration, county purchasing office, erosion control officer, etc. ATTACHMENT ONE 4 VA 08110 C004.AD1 0 0 21. QUESTION ADDENDUM NO. ONE (1) Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction". Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted in accordance with FAA guidelines. 22. QUESTION: What is the schedule for awarding the contract? ANSWER: It is anticipated that the contract will be awarded within ninety (90) days of opening bids. 23. QUESTION: Will 10 percent retainage be required? ANSWER: Yes. The 10 percent retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. 24. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? ANSWER: Yes. There are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. However, the contract time has been established based upon the receipt of normal precipitation for the project area. Refer to Section SP-11 CONTRACT TIME EXTENSIONS" for additional information. This is a calendar day contract, therefore, it is anticipated that overtime and weekend work will be required to complete the project within the allotted contract time. Completion of the work within the prescribed contract time is essential to the Owner. ATTACHMENT ONE 5 VA 08110 C004.AD1 0 ADDENDUM NO. ONE (1) 25. QUESTION: Will the Contractor be required to reseed areas of the project which yield a sparse cover from initial seeding? ANSWER: Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. 26. QUESTION: How will payment be made for work completed before the construction notice -to -proceed? ANSWER: The only item that can be paid for prior to the construction notice -to -proceed is stored materials. Specifications Section 90-07, "PAYMENT FOR MATERIALS ON HAND" addresses the requirements for receiving payment for stored materials. 27. QUESTION: ANSWER: 28. QUESTION: ANSWER: 29 all QUESTION Do all of the demolished structures need to be hauled off -site by the Contractor? Yes, Can bond forms from Surety companies be used in lieu of documents in specifications? Yes, as long as they "say" the same thing. Do the bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. QUESTION: Will the Contractor be required to provide a 10-year employment history on all personnel working within the security fence of the Airport? ANSWER: No. A 10-year employee history is only required for personnel that apply for an airport security badge. All personnel working within the security fence must obtain a badge or be under the direct supervision of a person with a badge. The Owner ATTACHMENT ONE 6 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) reserves the right to request a 10-year employment history for any worker inside the security fence. 31. QUESTION: Can the Contractor dispose of excavated material on site? ANSWER: The Owner will provide an on -site disposal site for clean excavated material. The disposal location will be specified by the Airport, but in general will be located inside the perimeter fence at the intersection of Rout 728 and Old Airport Road, and may be accessed via the abandoned portion of Route 645. The Contractor will be required to evenly spread disposal material to a smooth uniform grade with positive drainage and will be required to seed mulch, and establish a good stand of grass at the disposal site. Final slopes shall be 6:1 or flatter. No additional payment will be made for transportation, spreading, seeding, or mulching of on -site disposal material. The estimated quantity of excavation is approximately 220 CY. 32. QUESTION: Will price adjustments be made to account for the approximate six (6) month period between bid opening and the anticipated notice to proceed? ANSWER: Special Provision SP-21 details the price adjustments which may be granted by the Owner. ATTACHMENT ONE END OF QUESTIONS AND ANSWERS 7 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) SP-21 FUEL PRICE ADJUSTMENTS If agreed to by the Contractor at the time of Award, the Owner or Contractor may request an increase or decrease in payment for select bid items based on Fuel Adjustment criteria published by the Virginia Department of Transportation (VDOT). The items eligible for price adjustments shall be: 1. Aggregate Base Course (all types) (VDOT Item No. 10113) 2. Hydraulic Cement Concrete Pavement (8") (VDOT Item No. 10881) The method for calculating the adjustment follows VDOT criteria and shall be as follows: S = (E — B) * (QF) Where: S = Monetary amount of the adjustment B = Base index price E = Current index price Q = Quantity of individual units of work F = Appropriate fuel factor The Base Index Price shall be based on the value published by VDOT on the date bids are opened. The Current Index Price shall be based on the value published by VDOT on the date of the Notice To Proceed. Only an initial adjustment will be made, and additional readjustments will not be permitted. The total adjustment shall be based on the bid quantity, and unit prices shall be modified via Change Order either up or down by dividing the total adjustment by the bid quantity. If the Contractor decides to exercise the price adjustment option, he shall indicate so at the time of the Award and agrees that the adjustment will be made regardless if the adjustment is an increase or decrease. Opting for the adjustment clause shall obligate the Contractor to all items stated in this Special Provision. If the Contractor does not exercise the adjustment option at time of Award, the Contractor agrees to waive all claims for future price adjustments for fuel prices. ATTACHMENT TWO SP-1 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) Selection of the responsive low bidder shall be made by the Owner with no regard to whether or not the bidder intends to participate in this price adjustment provision. END OF SPECIAL PROVISIONS ATTACHMENT TWO SP-2 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) ITEM;;M-107 ,AVIi4TIQN,_;BARRICADES DESCRIPTION 107-1.1 Aviation barricades shall be furnished by the Owner, and placed and maintained as shown on the plans or as ordered by the Engineer. The aviation barricades shall be installed when ordered by the Engineer. The aviation barricades shall remain in -place, clearly visible, until ordered removed by the Engineer. Flashing red lights as supplied by the Owner shall be placed on the barricades for nighttime use. Aviation barricades shall be placed a maximum of five (5) feet apart. MATERIALS 107-2.1 Materials shall be in accordance with the Manual on Uniform Traffic Control Devices and with the VDOT Road & Bridge Specifications, Section 512. METHOD OF MEASUREMENT 107-3.1 Aviation barricades shall not be measured for payment. The cost of relocating the barricades as required by project phasing shall be incidental to the total project cost. BASIS OF PAYMENT 107-4.1 Aviation barricades shall not be measured for payment. END OF ITEM M-107 ATTACHMENT THREE M-107-1 VA 08110 C004.AD1 DRAWING: 08110 msc.dwg LAYOUT:ADD1 3" CLEAR (MIN), TYP. #5 BARS 12" O.C. (BOTH DIRECTIONS) CENTERED IN SLAB ' HYDRAULIC CEMENT CONCRETE ➢" .' PAVEMENT (VDOT 3000 PSI) ° '• "'• o $, ► - VDOT 21-A' g P. P-152 SUBGRADE 8" PCC PAVEMENT SECTION NTS PROJECT NO. VA 08110 I ADDENDUM NO.1 I ATTACHMENT NO. 4 1 SHEET NO. 6 OF 9 1 DATE:10/14108 1 0 U • 0 ADDENDUM NO. ONE (1) PREBID MEETING ATTENDANCE PROJECT: Construct Aircraft Wash Rack AIRPORT: Winchester Regional Airport DATE: October 9, 2008 NAME REPRESENTING PHONE NO. 2. 3. 4 4 4. Ccnc 49 Z. y sya ems- ;,.36 7.- 8. Z7S-. $mil 9 10. 11. 12. 13. 14. 15. z2RI --i- ATTACHMENT FIVE - 1 VA 08110 C004.AD1 ADDENDUM NO. ONE 1 REVISED BID PROPOSAL Name of Bidder For Construct Aircraft Wash Rack At Winchester Regional Airport Winchester, Virginia SUBMITTED TO WINCHESTER REGIONAL AIRPORT AUTHORITY NON-AIP DOAV PROJECT NO. CS-0059-PENDING DELTA PROJECT NO. VA 08110 In compliance with our Invitation for Bids, the undersigned hereby propose to furnish the materials and labor and to perform the work for the completion of items listed in the Schedule below in strict accordance with the Invitation for Bids, Plans, General and Special Provisions, Construction Details, Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being stated, implies although it does not mention, all incidentals and that the prices stated are intended to cover all such work, P-1 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL materials, and incidentals as constitute bidders obligations as described in the specifications, and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining the work included in subject project at the Winchester Regional Airport. Said work includes the following general items: Construct Aircraft Wash Rack Said work is described in the project contract documents which also include the place, date, and time of opening proposals. It is understood that separate contracts on individual schedules of work may be awarded, when included in the bid documents. It is understood that wages not less than the minimum rates or wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this proposal. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of proposals, with the right reserved by the Owner to delete minor bid items. The undersigned agrees, that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this proposal. It is understood that for each calendar day that any work remains incomplete after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of Five Hundred Dollars ($500.00) as liquidated damages will be deducted from any money due or to become due to the Contractor or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in its contract. P-2 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL Enclosed is security as required, consisting of (cash, certified check, or bid bond) payable to the , in the amount of This amount equals 5 percent of the total amount bid submitted by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws and regulations applicable to recipients of such funds. The Bidder shall be a licensed Contractor registered with the , shall list its registration number at the end of the proposal in the designated location and shall enclose a copy of its licensing certificate. P-3 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 o:. o.......,.. l C,,,........., E:—, All IAfnrl, n-1,f—q In Tho Dl— A-1 Q-1fl—f — October 14, 2008 UNIT PRICES EXTENDED ITEM APPROX. ITEM WITH UNIT PRICE IN FIGURES TOTAL NO. QUANTITY WRITTEN IN WORDS -- - DOLLARS - DOLLARS CENTS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 P-152 1 LS UNCLASSIFIED EXCAVATION PER LUMP SUM 3 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 4 P-156 200 LF SILT FENCE PER LINEAR FOOT 5 M-122 1 LS 3/4" WATER SERVICE & APPURTENANCES PER LUMP SUM 6 M-122 1 EA HOSE, BIB & SPIGOT PER EACH 7 M-122 1 EA BACK FLOW PREVENTER W/ ENCLOSURE. PER EACH 8 M-122 82 LF 4" PVC, SDR-35, SAN. SEWER LINE & APPURTENANCES PER LINEAR FOOT 9 M-122 1 EA 4" ELECTRO-MECHANICAL SEWER GATE VALVE W/ BOX P-4 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 October 14, 2008 Bid Proposal Summary For All Work Depicted In The Plans And S eciFlcations ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES --- ---- DOLLARS CENTS EXTENDED TOTAL -- DOLLARS CENTS 10 M-122 2 EA SANITARY SEWER CLEANOUT PER EACH 11 M-122 1 EA 6" MANUAL GATE VALVE W/ VALVE BOX PER EACH 12 D-702 20 LF 8" SLOTTED DRAIN PER LINEAR FOOT 13 T-901 0.25 AC SEEDING PER ACRE 14 T-908 0.25 AC MULCHING PER ACRE 15 R-238 1 LS WASH RACK CONTROL SYSTEM PER LUMP SUM 16 R-238 125 LF 1" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 17 R-238 80 LF 2" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 18 R-238 410 LF ##6 600V TYPE USE CABLE PER LINEAR FOOT P-5 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Della Project No. VA 08110 October 14, 2008 Bid Proposal Summary For All Work Depicted In The Plans And Specifications ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES EXTENDED TOTAL ----- DOLLARS CENTS -- DOLLARS CENTS 19 R-238 205 LF #6 BARE COPPER COUNTERPOISE PER LINEAR FOOT 20 R-238 205 LF #6 INSULATED GROUND WIRE PER LINEAR FOOT 21 R-302 50 LF 6" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 22 R-302 1 LS OIL TRAP PER LUMP SUM 23 R-302 1 EA STORM WATER CLEANOUT PER EACH 24 R-309 19 CY AGGREGATE BASE COURSE (#3) PER CUBIC YARD 25 R-309 9 CY AGGREGATE BASE COURSE (#57) PER CUBIC YARD 26 R-309 110 CY AGGREGATE BASE COURSE (21A) PER CUBIC YARD 27 R-316 567 SY HYDRAULIC CEMENT CONCRETE PAVEMENT (8") PER SQUARE YARD P-6 VA 08110 C004.AD1 0 0 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 MIA o.,...,.....t G............ 17— All %A/...L 1-\....iM-1 L. T6oi— A...1 c-ao...,41- October 14, 2008 UNIT PRICES EXTENDED ITEM APPROX. ITEM WITH UNIT PRICE IN FIGURES TOTAL NO. QUANTITY WRITTEN IN WORDS ---- DOLLARS ---- DOLLARS CENTS CENTS CONCRETE CURB, STANDARD CG-6 28 R-502 176 LF AREA LIGHTING UNIT 29 R-705 2 EA Contract Time: 75 Calendar Days Liquidated Damages: $500/Calendar Day Total Bid Amount $ P-7 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL CONTRACTOR'S CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit employees to perform services at any location, under its control, where segregated facilities are maintained. The federally assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause and that it will retain such certifications in its files. The information above is true and complete to the best of my knowledge. Name and Title (please type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 P-8 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL CONTRACTOR'S CERTIFICATION OF ELIGIBILITY By entering into this contract, the Contractor certifies that neither it (not he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). That, no part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of the same citation; The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. That, the information above is true and complete to the best of my knowledge. Name and Title (please print) Signature Title Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. P-9 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid; by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal Loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 for each such failure. Signed: Date: Typed Name and Title of Representative P-10 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL Virginia CERTIFICATION OF NON -COLLUSION My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable under Title 18.2, Chapter 12, Article 1.1 of the Code of Virginia, 1950, as amended. Furthermore, I understand that fraudulent and collusive bidding is a crime under the Virginia Governmental Frauds Act, the Virginia Government Bid Rigging Act, the Virginia Antitrust Act, and Federal Law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. NAME OF BIDDER ADDRESS SIGNATURE NAME (TYPE OR PRINT) OFFICIAL TITLE DATE TELEPHONE NO. Area Code "REGISTERED VIRGINIA CONTRACTOR" NO. P-11 VA 08110 C004.AD1 • • ADDENDUM NO. ONE (1) REVISED BID PROPOSAL The undersigned hereby acknowledges the receipt of the following Addenda to the Contract Documents. Addendum No. One Issued Addendum No. Two Issued Addendum No. Three Issued Addendum No. Four Issued Addendum No. Five Issued Business Address: Telephone: CONTRACTOR'S LICENSE NO: (DATE) (DATE) (DATE) (DATE) (DATE) Name of Bidder Signature Name & Title of Signing Official **END OF PROPOSAL** P-12 VA 08110 C004.AD1 0CT 2008 • • ADDENDUM NO. ONE (1) CONSTRUCT AIRCRAFT WASH RACK WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA DOAV PROJECT NO. CS-0059-PENDING DELTA PROJECT NO. VA 08110 OCTOBER 14, 2008 From: Delta Airport Consultants, Inc. 9711 Farrar Court, Suite 100 Richmond, Virginia 23236 To: All Bidders of Record OF L v ADAM D. Uc. No. 039519 Sf0(VAI. ti This Addendum is hereby made a part of the contract documents and specifications of the above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. PROPOSAL 1. REPLACE the "BID PROPOSAL" with the attached "REVISED BID PROPOSAL" of Addendum No. One (1). SPECIFICATIONS 2. ADD Special Provision "SP-21 Fuel Price Adjustments" of Addendum No. One (1) to page SP-6. 3. REPLACE "Item M-107 Aviation Barricades" with the revised "Item M-107 Aviation Barricades" of Addendum No. One (1). 1 VA 08110 C004.AD1 6 5 • • PLANS SHEET 3 OF 9 ADDENDUM NO. ONE (1) 4. UPDATE the "Summary of Quantities" to match the "Revised Bid Proposal" of Addendum No. One (1). SHEET 4 OF 9 5. REVISE the note at the pavement tie-in which reads "Tie to existing pavement (see detail)" to read "Saw cut neat vertical edge for expansion joint (see detail)". 6. ADD a note along the east edge of the airside portion of the sidewalk adjacent the existing FBO hangar to read "Install orange plastic safety fence along sidewalk from fence to apron edge, minimum height = 48" (no pay)" SHEET 6 OF 9 7. DELETE the "Pipe Aviation" detail. 8. ADD the "8" PCC Pavement Section" detail of Addendum No. One (1). 9. REVISE the name of the "Construction Joint" detail to "Sawed Construction Joint" SHEET 9 OF 9 10. ADD the following note to the "Wash Rack Control System Sequence Narrative": "In the event of a power failure, the water shall turn off and the system shall automatically default to all valves closed (Step 6A). Upon reestablishment of power, the system shall begin at Step 1A 2 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) ATTACHMENTS: 1. Questions and Answers 2. "SP-21 Fuel Price Adjustments" 3. "Item M-107 Aviation Barricades" 4. "8" PCC Pavement Section" detail 5. Pre -Bid Attendance List 6. Revised Bid Proposal END OF ADDENDUM NO. ONE (1) 3 VA 08110 C004.AD1 • • 1. QUESTION: ADDENDUM NO. ONE (1) WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA QUESTIONS AND ANSWERS Is topsoil stripping required for embankment areas? ANSWER: Yes. The area beneath the embankment shall be stripped in accordance with Item P-152-2.5 "Preparation of Embankment Area". 2. QUESTION: Will the stripping and handling of the topsoil be measured for payment? ANSWER: No. In accordance with Item P-152-2.10 "Topsoil", no separate measurement or payment will be made for stockpiling, spreading, shaping, or any handling of topsoil. This item is considered incidental to this specification. 3. QUESTION: Will topsoil be redistributed upon completion of the grading operations? Ell 5 ANSWER: Yes. Topsoil shall be salvaged from stripping or grading operations. The topsoil shall be distributed in accordance with Item P-152-2.10 "Topsoil". QUESTION: Is rock material suitable for placement within the embankment? ANSWER: No. QUESTION: What constitutes unsuitable material? ANSWER: In accordance with Item P-152-1.3 "Unsuitable Excavation", unsuitable excavation is any material which is determined by the Engineer to be unsuitable. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the ATTACHMENT ONE 1 VA 08110 C004.AD1 E X rA 91 0 10 ADDENDUM NO. ONE (1) embankment slope. Material which is saturated may not be unsuitable if when aerated or dried it would be acceptable for subgrades or embankments. QUESTION: How is unsuitable excavation paid for? ANSWER: The handling of unsuitable material is included in the lump sum price for Unclassified Excavation. QUESTION: Will there be a minimum time limit established in which the Contractor is required to attempt to dry any wet material, after which, if these efforts are unsuccessful, the material will be considered unsuitable? ANSWER: No. QUESTION: Will the Contractor be paid twice if he has to stockpile and handle excavation material twice? ANSWER: No. In accordance with Item P-152-3.1 "Method of Measurement", separate measurement shall not be made for stockpiled materials. The quantity of excavation to be paid for shall be the number of cubic yards of excavation measured in its original position. QUESTION: Will any additional compensation be made for adverse field conditions such as excavation and/or trenching through rock? ANSWER: No. All bidders should examine the site and satisfy themselves as to the field conditions before submitting their bid. QUESTION: Is the Contractor responsible for construction layout and staking? ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes", the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and preserving all stakes and benchmarks through the duration of the project. ATTACHMENT ONE 2 VA 08110 C004.AD1 0 0 11 ADDENDUM NO. ONE (1) QUESTION: Does the Engineer have the option to test subgrades and any other non -stabilized layers of the pavement box using the proof rolling method? ANSWER: Yes. If the type of material precludes testing in accordance with the respective specification, the Engineer may utilize proof rolling with a loaded tandem axle dump truck or similar piece of rubber tired equipment to identify areas needing repairs. Any areas that rut or pump shall be repaired. In addition, the Engineer may elect to test any compacted area utilizing proof rolling. In this instance, any areas that rut or pump also shall be repaired, even if test results have been obtained that show density has been achieved. 12. QUESTION: Will the Contractor be responsible for subgrade acceptance testing? 13 ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed acceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. QUESTION: Can a Contractor perform his own geotechnical investigation? ANSWER: Yes. The Contractor shall contact and coordinate with the Owner prior to mobilizing to perform any geotechnical investigation. The Contractors are encouraged to perform these additional investigations. 14. QUESTION: What will be the frequency of testing on the subgrade? ANSWER: In accordance with Item P-152-2.6 "Formation of Embankments", samples of all embankment materials for testing will be taken for each 1,000 cubic yards placed per lift, combined with proofrolling of all subgrades prior to placement of base course. ATTACHMENT ONE 3 VA 08110 C004.AD1 ! 0 ADDENDUM NO. ONE (1) 15. QUESTION: Can the stone base be placed by end dumping the material on the subgrade and spreading by a grader? ANSWER: No. As outlined in the specifications, the base course shall be placed by a mechanical spreader. As a minimum, a mechanical spreader shall be a "spreader box" mounted to the front of a dozer of sufficient size and horsepower to push the spreader box, loaded with stone, and truck being used for stone delivery. 16. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractor's men or equipment? ANSWER: Yes. 17. QUESTION: May a high compression ground connection be used in lieu of a Cadweld connection? ANSWER: Yes. 18. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: No. 19. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the DOAV grant, construction contract and project submittals, the notice -to -proceed is anticipated for the spring of 2009. If funding is in place and the Contractor wished to proceed with the project earlier than this, the Owner will consider the request. 20. QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the county public works division, state soil conservation service, state highway administration, county purchasing office, erosion control officer, etc. ATTACHMENT ONE 4 VA 08110 C004.AD1 0 0 21. QUESTION ADDENDUM NO. ONE (1) Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction". Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted in accordance with FAA guidelines. 22. QUESTION: What is the schedule for awarding the contract? ANSWER: It is anticipated that the contract will be awarded within ninety (90) days of opening bids. 23. QUESTION: Will 10 percent retainage be required? ANSWER: Yes. The 10 percent retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. 24. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? ANSWER: Yes. There are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. However, the contract time has been established based upon the receipt of normal precipitation for the project area. Refer to Section SP-11 CONTRACT TIME EXTENSIONS" for additional information. This is a calendar day contract, therefore, it is anticipated that overtime and weekend work will be required to complete the project within the allotted contract time. Completion of the work within the prescribed contract time is essential to the Owner. ATTACHMENT ONE 5 VA 08110 C004.AD1 0 • ADDENDUM NO. ONE (1) 25. QUESTION: Will the Contractor be required to reseed areas of the project which yield a sparse cover from initial seeding? ANSWER: Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. 26. QUESTION: How will payment be made for work completed before the construction notice -to -proceed? ANSWER: The only item that can be paid for prior to the construction notice -to -proceed is stored materials. Specifications Section 90-07, "PAYMENT FOR MATERIALS ON HAND" addresses the requirements for receiving payment for stored materials. 27. QUESTION: ANSWER: 28. QUESTION: ANSWER: 29 30 QUESTION Do all of the demolished structures need to be hauled off -site by the Contractor? Yes, Can bond forms from Surety companies be used in lieu of documents in specifications? Yes, as long as they "say" the same thing. Do the bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. QUESTION: Will the Contractor be required to provide a 10-year employment history on all personnel working within the security fence of the Airport? ANSWER: No. A 10-year employee history is only required for personnel that apply for an airport security badge. All personnel working within the security fence must obtain a badge or be under the direct supervision of a person with a badge. The Owner ATTACHMENT ONE 6 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) reserves the right to request a 10-year employment history for any worker inside the security fence. 31. QUESTION: Can the Contractor dispose of excavated material on site? ANSWER: The Owner will provide an on -site disposal site for clean excavated material. The disposal location will be specified by the Airport, but in general will be located inside the perimeter fence at the intersection of Rout 728 and Old Airport Road, and may be accessed via the abandoned portion of Route 645. The Contractor will be required to evenly spread disposal material to a smooth uniform grade with positive drainage and will be required to seed mulch, and establish a good stand of grass at the disposal site. Final slopes shall be 6:1 or flatter. No additional payment will be made for transportation, spreading, seeding, or mulching of on -site disposal material. The estimated quantity of excavation is approximately 220 CY. 32. QUESTION: Will price adjustments be made to account for the approximate six (6) month period between bid opening and the anticipated notice to proceed? ANSWER: Special Provision SP-21 details the price adjustments which may be granted by the Owner. END OF QUESTIONS AND ANSWERS ATTACHMENT ONE 7 VA 08110 C004.AD1 • 0 ADDENDUM NO. ONE (1) SP-21 FUEL PRICE ADJUSTMENTS If agreed to by the Contractor at the time of Award, the Owner or Contractor may request an increase or decrease in payment for select bid items based on Fuel Adjustment criteria published by the Virginia Department of Transportation (VDOT). The items eligible for price adjustments shall be: 1. Aggregate Base Course (all types) (VDOT Item No. 10113) 2. Hydraulic Cement Concrete Pavement (8") (VDOT Item No. 10881) The method for calculating the adjustment follows VDOT criteria and shall be as follows: S=(E—B)*(QF) I,Fiy/1= S = Monetary amount of the adjustment B = Base index price E = Current index price Q = Quantity of individual units of work F = Appropriate fuel factor The Base Index Price shall be based on the value published by VDOT on the date bids are opened. The Current Index Price shall be based on the value published by VDOT on the date of the Notice To Proceed. Only an initial adjustment will be made, and additional readjustments will not be permitted. The total adjustment shall be based on the bid quantity, and unit prices shall be modified via Change Order either up or down by dividing the total adjustment by the bid quantity. If the Contractor decides to exercise the price adjustment option, he shall indicate so at the time of the Award and agrees that the adjustment will be made regardless if the adjustment is an increase or decrease. Opting for the adjustment clause shall obligate the Contractor to all items stated in this Special Provision. If the Contractor does not exercise the adjustment option at time of Award, the Contractor agrees to waive all claims for future price adjustments for fuel prices. ATTACHMENT TWO SP-1 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) Selection of the responsive low bidder shall be made by the Owner with no regard to whether or not the bidder intends to participate in this price adjustment provision. END OF SPECIAL PROVISIONS ATTACHMENT TWO SP-2 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) L.T:EM M�.107.. '.AUTATLON BARRI.GADES DESCRIPTION 107-1.1 Aviation barricades shall be furnished by the Owner, and placed and maintained as shown on the plans or as ordered by the Engineer. The aviation barricades shall be installed when ordered by the Engineer. The aviation barricades shall remain in -place, clearly visible, until ordered removed by the Engineer. Flashing red lights as supplied by the Owner shall be placed on the barricades for nighttime use. Aviation barricades shall be placed a maximum of five (5) feet apart. MATERIALS 107-2.1 Materials shall be in accordance with the Manual on Uniform Traffic Control Devices and with the VDOT Road & Bridge Specifications, Section 512. METHOD OF MEASUREMENT 107-3.1 Aviation barricades shall not be measured for payment. The cost of relocating the barricades as required by project phasing shall be incidental to the total project cost. BASIS OF PAYMENT 107-4.1 Aviation barricades shall not be measured for payment. END OF ITEM M-107 ATTACHMENT THREE M-107-1 VA 08110 C004.AD1 3" CLEAR (MIN), TYP. #5 BARS 12" O.C. (BOTH DIRECTIONS) CENTERED IN SLAB ' HYDRAULIC CEMENT CONCRETE PAVEMENT (VDOT 3000 PSI) $„ $ ' VDOT 21-A6" 1 P-152 SUBGRADE 8" PCC PAVEMENT SECTION NTS PROJECT NO. VA 08110 1 ADDENDUM NO.1 I ATTACHMENT NO. 4 1 SHEET NO. 6 OF 9 1 DATE:10/14/08 1 • • • • ADDENDUM NO. ONE (1) PREBID MEETING ATTENDANCE PROJECT: Construct Aircraft Wash Rack AIRPORT: Winchester Regional Airport DATE: October 9, 2008 NAME REPRESENTING PHONE NO. 1. Z�Rl,-Cz- 2. ' 3. 4- o 4. 5yo 2 41q 2 q 5. 6. 7. L1. Z7S . $301 10. 11. 12. 13. 14. 15. ATTACHMENT FIVE 1 VA 08110 C004.AD1 • ADDENDUM NO. ONE (1) REVISED BID PROPOSAL Name of Bidder For Construct Aircraft Wash Rack At Winchester Regional Airport Winchester, Virginia SUBMITTED TO WINCHESTER REGIONAL AIRPORT AUTHORITY NON-AIP DOAV PROJECT NO. CS-0059-PENDING DELTA PROJECT NO. VA 08110 In compliance with our Invitation for Bids, the undersigned hereby propose to furnish the materials and labor and to perform the work for the completion of items listed in the Schedule below in strict accordance with the Invitation for Bids, Plans, General and Special Provisions, Construction Details, Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being stated, implies although it does not mention, all incidentals and that the prices stated are intended to cover all such work, P-1 VA 08110 C004.AD1 0 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL materials, and incidentals as constitute bidders obligations as described in the specifications, and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining the work included in subject project at the Winchester Regional Airport. Said work includes the following general items: Construct Aircraft Wash Rack Said work is described in the project contract documents which also include the place, date, and time of opening proposals. It is understood that separate contracts on individual schedules of work may be awarded, when included in the bid documents. It is understood that wages not less than the minimum rates or wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this proposal. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of proposals, with the right reserved by the Owner to delete minor bid items. The undersigned agrees, that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this proposal. It is understood that for each calendar day that any work remains incomplete after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of Five Hundred Dollars ($500.00) as liquidated damages will be deducted from any money due or to become due to the Contractor or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in its contract. P-2 VA 08110 C004.AD1 • • ADDENDUM NO. ONE (1) REVISED BID PROPOSAL Enclosed is security as required, consisting of (cash, certified check, or bid bond) payable to the , in the amount of This amount equals 5 percent of the total amount bid submitted by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws and regulations applicable to recipients of such funds. The Bidder shall be a licensed Contractor registered with the , shall list its registration number at the end of the proposal in the designated location and shall enclose a copy of its licensing certificate. P-3 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 ._. r... All -1-1, n,...1..1 A 1. TI.,. Dl-- A. A Cnn 1finn11— October 14, 2008 UNIT PRICES EXTENDED ITEM APPROX. ITEM WITH UNIT PRICE IN FIGURES TOTAL NO. QUANTITY WRITTEN IN WORDS — — — DOLLARS DOLLARS CENTS CENTS 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 P-152 1 LS UNCLASSIFIED EXCAVATION PER LUMP SUM 3 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 4 P-156 200 LF SILT FENCE PER LINEAR FOOT 5 M-122 1 LS 3/4" WATER SERVICE & APPURTENANCES PER LUMP SUM 6 M-122 1 EA HOSE, BIB & SPIGOT PER EACH 7 M-122 1 EA BACK FLOW PREVENTER W/ ENCLOSURE. PER EACH 8 M-122 82 LF 4" PVC, SDR-35, SAN. SEWER LINE & APPURTENANCES PER LINEAR FOOT 9 M-122 1 EA 4" ELECTRO-MECHANICAL SEWER GATE VALVE W/ BOX P-4 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 October 14, 2008 ❑i.l 0,--.,,n1 cG'nr All IAlnrlr nonirlarl In Tho Pin— And Rnariflcaflnna ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES EXTENDED TOTAL -- DOLLARS CENTS - DOLLARS CENTS 10 M-122 2 EA SANITARY SEWER CLEANOUT PER EACH 11 M-122 1 EA 6" MANUAL GATE VALVE W/ VALVE BOX PER EACH 12 D-702 20 LF 8" SLOTTED DRAIN PER LINEAR FOOT 13 T-901 0.25 AC SEEDING PER ACRE 14 T-908 0.25 AC MULCHING PER ACRE 15 R-238 1 LS WASH RACK CONTROL SYSTEM PER LUMP SUM 16 R-238 125 LF 1" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 17 R-238 80 LF 2" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 18 R-238 410 LF #6 600V TYPE USE CABLE PER LINEAR FOOT P-5 VA 08110 C004.AD1 0 ADDENDUM NO. ONE (1) 0 REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 October 14, 2008 QW Drnnnrol Cnmm-n. For All 1A/nrlt nl nlrinrl In Tha Plans And Snaclfir. inns ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICES IN FIGURES EXTENDED TOTAL DOLLARS CENTS - DOLLARS CENTS 19 R-238 205 LF #6 BARE COPPER COUNTERPOISE PER LINEAR FOOT 20 R-238 205 LF #6 INSULATED GROUND WIRE PER LINEAR FOOT 21 R-302 50 LF 6" PVC CONDUIT, SCHEDULE 40 PER LINEAR FOOT 22 R-302 1 LS OIL TRAP PER LUMP SUM 23 R-302 1 EA STORM WATER CLEANOUT PER EACH 24 R-309 19 CY AGGREGATE BASE COURSE (#3) PER CUBIC YARD 25 R-309 9 CY AGGREGATE BASE COURSE (#57) PER CUBIC YARD 26 R-309 110 CY AGGREGATE BASE COURSE (21A) PER CUBIC YARD 27 R-316 567 SY HYDRAULIC CEMENT CONCRETE PAVEMENT (8") PER SQUARE YARD P-6 VA 08110 C004.AD1 i • ADDENDUM NO. ONE (1) REVISED BID PROPOSAL DOAV Project No. CS-0059-Pending Delta Project No. VA 08110 October 14, 2008 ....C............. C... All 1A/...6 rlA In Tk. Dl— A-4 Cn—ifi—fl nc UNIT PRICES EXTENDED ITEM APPROX. ITEM WITH UNIT PRICE IN FIGURES TOTAL NO. QUANTITY WRITTEN IN WORDS DOLLARS DOLLARS CENTS CENTS CONCRETE CURB, STANDARD CG-6 28 R-502 176 LF ►r:�y1tlL 29 R-705 2 EA Contract Time: 75 Calendar Days Liquidated Damages: 5500/Calendar Day PER LINEAR PER EACH Total Bid Amount $ P-% VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL CONTRACTOR'S CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit employees to perform services at any location, under its control, where segregated facilities are maintained. The federally assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause and that it will retain such certifications in its files. The information above is true and complete to the best of my knowledge. Name and Title (please type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 P-8 VA 08110 C004.AD1 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL CONTRACTOR'S CERTIFICATION OF ELIGIBILITY By entering into this contract, the Contractor certifies that neither it (not he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). That, no part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of the same citation; The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. That, the information above is true and complete to the best of my knowledge. Name and Title (please print) Signature Title Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. P-9 VA 08110 C004.AD1 0 0 ADDENDUM NO. ONE (1) LFY- � : L7�3�1' • CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid; by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal Loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 for each such failure. Signed: Date: Typed Name and Title of Representative P-10 VA 08110 C004.AD1 0 0 ADDENDUM NO. ONE (1) REVISED BID PROPOSAL Virginia CERTIFICATION OF NON -COLLUSION My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable under Title 18.2, Chapter 12, Article 1.1 of the Code of Virginia, 1950, as amended. Furthermore, I understand that fraudulent and collusive bidding is a crime under the Virginia Governmental Frauds Act, the Virginia Government Bid Rigging Act, the Virginia Antitrust Act, and Federal Law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. NAME OF BIDDER ADDRESS SIGNATURE NAME (TYPE OR PRINT) OFFICIAL TITLE DATE TELEPHONE NO. Area Code "REGISTERED VIRGINIA CONTRACTOR" NO. P-11 VA 08110 C004.AD1 • • ADDENDUM NO. ONE (1) REVISED BID PROPOSAL The undersigned hereby acknowledges the receipt of the following Addenda to the Contract Documents. Addendum No. One Issued Addendum No. Two Issued Addendum No. Three Issued Addendum No. Four Issued Addendum No. Five Issued Business Address: Telephone: CONTRACTOR'S LICENSE NO: (DATE) (DATE) (DATE) (DATE) (DATE) Name of Bidder Signature Name & Title of Signing Official **END OF PROPOSAL** P-12 VA 08110 C004.AD1 a I� TY of 1I.+ 4ED1ERICK Department of Planning and Development 540/665-5651 FAX: 540/665-6395 March 3, 2009 Mr. Adam Switzes Delta Airport Consultants 9711 Farrar Court, Suite 100 Richmond, VA 23236 Re: Approval of Site Plan 955-08, Winchester Regional Airport Wash Rack Property Identification Numbers (PINS): 64-A-4013 and 64-A-79 Dear Mr. Switzes: The Frederick County Department of Planning and Development administratively approved the above - referenced site plan on March 2, 2009. The site plan is approved for the addition of an aircraft wash rack at the Winchester Regional Airport located on Airport Road in the Shawnee Magisterial District. All requirements of the Frederick County Zoning Ordinance have been met in the approved site plan, including review agency conunents from all relevant review agencies. I am providing you with three (3) copies of the approved site plan. Please forward these copies to the appropriate representative(s). Furthermore, advise the owner(s) that a copy should be kept for future reference, and an approved copy must be kept on the construction site throughout the development process. Once site development is complete, the o,,vner(s) should contact this office to schedule an on -site inspection. Do not hesitate to contact me if you have any questions or concerns. Sincerely, Candice E. Perkins, AICP Senior Plainer CEP/bad Enclosures cc: Jane Anderson, Real Estate Gene Fisher, Shawnee District Supervisor Lawrence Ambrogi and H. Paige Manuel, Shawnee District Planning Commissioners Serena Manuel, Winchester Regional Airport, 491 Airport Rd., Winchester, VA 22603 Commissioner of Revenue 107 North Kent Street, Suite 202 v Winclester, Virginia 22601-5000 DELTA ABORT CONSULTANTS, INC. FEB 2 6 2009 February 25, 2009 Mr. Ralph Santmyer Lantz Construction Company of Winchester, Inc. 221 Aviation Drive Winchester, VA 22602 RE: Released for Construction Plans & Specifications Construct Aircraft Wash Rack Winchester Regional Airport Winchester, Virginia DOAV Project No. CS-0059-25 Delta Project No. VA 08110 Dear Mr. Santmyer: Please find enclosed copies of the released for construction plan sets for the above referenced project. These plan sets include Addendum One (1) revisions issued during the bidding phase, as well as revisions requested by the Frederick County Planning Department. The County revisions were previously coordinated with your office in a letter dated January 6, 2009 Once your company is prepared to begin the project, please contact our office. The Owner anticipates construction to commence in the spring of 2009. If you should have any questions concerning this matter, pleasulo not hesitate to contact our office. Sincerely, Cr2�� Adam D. Nvitzer, P.E. ADS:blg Enclosure: 2 Pull, 4 Half, 5 Spec cc: Serena Manuel, Executive Director w/1 Pull, 2 Half, 2 Spec Candice Perkins, Frederick County Planning w/ 5 Full Amy Wells, DOAV w/ I Half, 1 Spec VA081 1 OCO1 1 9711 Farrar Court, Suite 100 • Richmond, Virginia 23236 1804) 275-8301 • fax: (804) 275-8371 • www.deltaairport.com DELTA APORT G� CONSULTANTS INC. February 25, 2009 Ms. Beth C. Lewin, President Carroll Construction Company 283 Ebert Road «linchester, VA 22603 RE: Released for Construction Plans & Specifications Rehabilitate T-Hangar Aprons (Construction) Winchester Regional Airport Winchester, Virginia DOAV Project No. CS-0059-24 Delta Project No. VA 07125 Dear Ms. Lewin: Please find enclosed copies of the released for construction plan setsfor the above referenced project. Once your company is prepared to begin the project, please contact our office. The Owner anticipates construction to commence in theSpring of 2009. If you should have any questions concerning this matter, please do ❑t hesitate to contact our office. Sincerely, Adam D. Swit er, P.E. ADS:blg Enclosure: 4 Pull, 4 Half, 5 Spec cc: Serena Manuel, Executive Director Amy Wells, DOAV Candice Perkins, Frederick County Plaming VA07125C031 F E B 2 5 2009 w/1 Full, 2 Half, 2 Spec w/ 1 Half, 1 Spec w/o Encl. J 9711 Farrar Court, Suite 100 • Richmond, Virginia 23236 phone: (804) 275-8301 • fax: (804) 275-8371 • www.deltaairport.com f • ,.ink., �' � < <� �. �'' (� `� r� O N Y of FREDERICK Department of Planning and Development 540/ 665-5651 FAX: 540/ 665-6395 October 27, 2008 Mr. Adam Switzes Delta Airport Consultants 9711 Farrar Court, Suite 100 Riclunond, VA 23236 Re: 1" Review Comments for Site Plan #55-08, Aircraft Wash Rack, Property Identification Number (PIN): 64-A-4013, and 64-A-79 Dear Adam: Planning Staff has reviewed the above -referenced site plan to determine if administrative approval can be granted. At this time, administrative approval cannot be granted. This site plan is denied until the issues in this letter, as well as all issues of the other review agencies, have been adequately addressed. Please review Staff's comments listed below and then prepare a revised site plan which adequately addresses each concern. Review Comments: 1. Adjoining Property Information. For each of the adjoining properties, please include the following information: Zoning District Designation, Use, and Property Identification Number. 2. Project Information. On the coversheet, please note that the setback limits apply only to structures. This site plan does not appear to propose the construction of any new buildings. Please note on the sheet that the actual setbacks from the property line listed are the distances between the property line and existing structures. 3. Setbacks. On sheet 3, please include the location of the building restriction lines on the drawing. 4. Posted Speed Limits. Please include a note indicating the speed limits for Airport Road and Route 522. 5. Detail References. When drawings refer to details shown on another page, include sheet number of that illustration. 6. Height of Lighting and Wash Rack Controls. Include details indicating the height of the lighting being proposed for this site, and the height of the wash rack shown on sheet 9. 107 North Kent Street, Suite 202 • Winchester, Virginia 22601-5000 Page 2 Mr. Adam Switzes Review Comments for S. P. 944-08 October 27, 2008 After you have revised the site plan, please resubmit two copies so that I may verify the information contained on the plan. I will need all approved review agency comment sheets and at least five copies of the final plan for approval. Comment sheets are required from the following agencies: the Virginia Departnnenl of Trans)7orlatlon, the Frederick Counly Inspections Department, the Frederick Counly Engineer, the Frecerick Counly Fire Marshal, and the Frederick County Sanitation Authority. Do not hesitate to contact me if you have any questions or concerns regarding this letter. Sincerely, G Amber Powers Planner I cc: ALI Attc SITE PLAN APPLICATION Department of Planning and Development Use only. Date application received: / 0 / 0 Application # -� Fees received: AM Initials: Project Title: Cao-,4Tud- hiaraPI U10517 >�iaG/' Location of Property u1117c&4-yj- /- ,J� (street address) 14Cl I A rcon/ad W I)Aes4j- VA 2260,2. Property Owner: 1/yl,06he5-1-J- REG KA/A/ Al'l>4>I AAlpy/ y Address: �9/ A11�r�oao1 Telephone: �5 46) 66a, a 5 -766 Applicant/Agent a welke5�Pf R0)- J0n_a �AuAorl! Address G,/O 5e1'ew Ma wel l�1/incl� e sr VA Telephone: E546) 60 6 a - 5766 Designer: Pei AJ`nd1`7" Ca SOA4A73 Address: 'T711 Farrar J RI c &VI) d � VA 5X 36 Telephone: .9,04) 02 -75-- 950 J/ Contact: ajo Swl6zer • • 6a. 6b. 7a. 7b. 8. a) b) c) d) e) f) g) Is this a standard or 'minor' site plan? Is this an original or revised site plan? Total acreage of parcel to be developed: Total acreage of parcel: Property Information: Property Identification Number: Current Zoning: Present Use: Proposed Use: Adjoining Property Use(s) Adjoining Property Identification Number(s) Magisterial District(s) Standard Minor t� Original Revised ✓" Replaces -Y4- 4l -06 0•a5 ac. 335.6 uc• 614--A..140H � 64-A--79 AIJ' o4—'> U/I*ed o1715Sed area A is m f± wash ra c k M1 RA "vOQva,19 b l e S bQWJ?-ee I have read the material included in this package and understand what is required by the Frederick County Planning Department. I also understand that all required material will be complete prior to the submission of my site plan. Signature: GPI Ajam p, 51vl�Oe1' Date: 9-a y- 06 7 Request For Site Plan Comments Department of Planning and Development Mail to: LDepartmentof--Planning and^Development? Attn: County Planner 107 North Kent Street Winchester, VA 22601 (540) 665-5651 Hand deliver to: 107 N. Kent Street North Building, 2"d Floor Winchester, VA (540) 665-5651 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach two �(2) copies of the site plan with this sheet. Applicant's Name: Address: Phone Number Name of develop ,q9/ �rr�oad, W�hestu,. l�h �/�0� 5 and/or d s�Fcription,,00f the reqqu,uest: rva U>�i7�ISv. -fnr GU�ShihO /�l�D Q/tpS . Location of property: Wwhes6m&dwl 4i,2tr Planning and Development's Comments: 01 Planning and Development use only Date received Incomplete Date reviewed Signature and Date _ Signature and Date (revision Date revision received Incomplete Date reviewed Date approved 15 SITE PLAN APPLICATION CHECKLIST The checklist shown below specifies the information which is required to be submitted as part of the site plan application. The Department of Planning & Development will review the application to ensure that it is complete prior to accepting it. If any portion of the application is not complete, it will be returned to the applicant(s). ✓� (1) One (1) set of approved comment sheets are required fi-om each relevant review agency prior to final approval of a site plan. It is recommended that applicants contact the Department of Planning & Development to determine which review agencies are relevant to their site plan application. A list of potentially relevant review agencies is shown below: 02. Frederick County Department of Planning & Development -- Department of GIS (Geographic Information Services) a Frederick County Sanitation Authority I Frederick County Building Inspections Department 02 Frederick County Department of Public Works 02 Frederick County Fire Marshal I Frederick County Health Department — Frederick County Department of Parks & Recreation — Virginia Department of Transportation (VDOT) --- City of Winchester -- Town of Stephens City --- Town of Middletown 0 Frederick COLInty / Winchester Airport Authority ✓� (2) One (1) copy of the Site Plan application form. B IP J'+ (3) Payment of the site plan review fee. (4) One (1) reproducible copy of the Site Plan (if required). SITE PLAN CHECKLIST The Site Plan Checklist, shown below, lists the information which is required to be on each site plan. Site plans which are incomplete or missing information, will be returned to the applicant (s) for revision. Project h formation Section (1) A title that includes the name of the proposed or existing business and a subtitle which describes the proposed development. V/1' (2) The name, address, and phone number of the land owner, developer, and designer. (3) The Frederick County Property identification Number (PIN) of all lots included on the site plan. (4) The number and type of dwelling units included on the site plan for residential uses. (5) The total land area and total developed land area of all lots included on the site plan. ►% (6) A detailed description of the proposed use or uses of the development, as well as a description of the existing use or uses. t/ (7) A reference to any other site plan or master development plan approved by the county for the site. (8) The date the site plan was prepared and a list of all revisions made, including the date and a description of why the site plan was revised. (9) A table of contents including all pages of the site plan. ./ (10) A list of all proposed utility providers, with their address, name and phone number. (1 1) An inset map showing the location of the site, along with the location of streets, roads and land uses within five hunched (500) feet of the property. (12) A statement listing all requirements and conditions placed on the land included in the site plan resulting from approval of conditional zoning or a conditional use permit. f (13) A description of setbacks or conditions placed on the site as a result of an approved variance. (14) The name of the Magisterial District the property is located within. Calculations Section A11A (15) Calculations showing the Floor Area Ration (FAR) of the site, including the maximum allowed FAR, total ground floor area, total floor area, and total lot area. c� (16) Calculations showing the total number of required and proposed parking spaces, /n including the total number of existing and proposed spaces. N A (17) Calculations showing the total number of required handicap spaces, including the total number of existing and proposed spaces. A//A— (18) Calculations showing the total number of required loading spaces, including the total number of existing and proposed spaces. Add (19) Calculations showing the total number of required perimeter and interior trees required, including the number of provided trees. (20) Calculations showing the percentage of the property that will be landscaped and the percentage of woodlands disturbed. Site Plan & Details Section (21) The location of all adjoining lots with the owner's name, specific use, zoning, and zoning boundaries shown. (22) The location of all existing or planned right-of-ways and easements that adjoin the property, with street names, widths, and speed limits shown. ✓ (23) All nearby entrances that are within two hundred (200) feet of any existing or proposed entrances to the site. (24) All existing and proposed driveways, parking and loading spaces, parking lots and a description of surfacing material and construction details to be used. The size and angle of parking spaces, aisles, maneuvering areas, and loading spaces shall be shown. (25) A North arrow. .� (26) A graphic scale and statement of scale. ,✓ (27) A legend describing all symbols and other features that need description. ✓ (28) A boundary survey of the entire parcel and all lots included with distances described at least to the nearest hundredth of a foot. ✓ (29) The present zoning of all portions of the site, with the location of zoning boundaries (30) The location of all existing and proposed structures, with the height, specific use, ground floor area, and total floor area labeled. (31) The location of al I existing and proposed outdoor uses, with the height, specific use, and land area labeled. ✓ (32) Existing topographic contour lines at intervals acceptable to the Zoning Administrator. Proposed finished grades shall be shown by contour. ✓ (33) The location of the front, side, and rear yard setback lines required by the applicable zoning district. m 0 i (34) The location and boundaries of existing environmental features, including streams, floodplains, lakes and ponds, wetlands, natural stormwater retention areas, steep slopes, and woodlands. (35) The location of outdoor trash receptacles. ✓ (36) The location of all outdoor lighting fixtures. ✓11 (37) The location, dimensions, and height of all signs. %1 (38) The location of required buffers, landscaping buffers, and landscaped screens, including examples, typical cross sections or diagrams of screening to be used. The location and dimensions of required fencing, berms, and similar features shall be specified. Mf,q (39) The location of recreational areas and common open space. N fA (40) The location ofall proposed landscaping with a legend. The caliper, scientific name, and common name of all deciduous trees. The height at planting, scientific name, and common name of all evergreen trees and shrubs. Y IA (41) The height at planting, caliper, scientific name, and common name shall be provided for all proposed trees. The height at planting, scientific name and common name shall be provided for all shrubs. (42) The location of sidewalks and walkways. .� (43) The location and width of proposed casements and dedications. (44) A stormwater management plan describing the location of all stormwater management facilities with design calculations and details. f (45) A soil erosion and sedimentation plan describing methods to be used. ,l (46) The location and size of sewer and water mains and laterals serving the site. ✓ (47) Facilities necessary to meet the requirements of the Fire Code. (48) A signed seal of the certified Virginia land surveyor, architect, or engineer who prepared the plan. ✓ (49) A space labeled "Approved by the Frederick County Zoning Administrator" for the signature of the Zoning Administrator, approval date, and a statement that reads "site plan valid for five (5) years from approval date." t� DELTA AIRPORT CONSULTANTS INC. OCT 1 2008 L September 29, 2008 Ms. Candice C. Perkins Senior Planner Department of Planning & Development 107 North Kent Street Winchester, VA 22601 RE: Minor Site Plan Submittal Rc-submittal of Site Plan 441-06 Construct Aircraft Wash Rack Winchester Regional Airport Winchester, Virginia DOAV Project No. CS0059-Pending Delta Project No. VA 08110 Dear Ms. Perkins: Please find enclosed for your review two (2) copies of the proposed site plan for the Construct Aircraft Wash Rack project at the Winchester Regional Airport. A copy of the Site Plan Application Checklist is also enclosed. This submittal is a re -submittal of this project, and the original submittal date was June 7, 2006and the plan was assigned Site Plan ##41-06. At that time, the project included a metal canopy, similar to a car -port, to cover the aircraft washing area. Subsequent changes in the desired project scope have eliminated that canopy and the wash rack is now uncovered. Comments received from that original submittal have been incorporated into this revised Site Plan, where applicable (i.e. comments relating to the metal canopy no longer apply). By copy of this letter, copies of the Site Plan and Comment Forms are being sent to the following departments: • Sanitation Authority — 2 copies • Building Inspections — 1 copy • Public Works — 2 copies + Review Checklist • Fire Marshall — 2 copies • Health Department — 1 copy This project may be classified as a "Minor Site Plan" as it will not increase the intensity or primary use of the airport, nor increase paved surfaces by more than 20%. The $500 Minor Site Plan review fee will be paid from the account of the Winchester Regional Airport. 9711 Farrar Court, Suite 100 • Richmond, Virginia 23236 phone: (804) 275-8301 • fax: (804) 275-8371 • www.deltaairport.com • • Ms. Candice E. Perkins September 29, 2008 Page 2 Should you have any questions, or need additional assistance, please contact my office at (804) 275-8301. Sincerely, Atdam Swi , r, P. E. ADS:drs Enclosures cc: Sanitation Authority Building Inspections Public Works Fire Marshall Health Department Renny Manuel, Winchester Regional Airport VA 08110 C002 w/ 2 plans + Comment Form w/ 1 plans + Conunent Form w/ 2 plans + Conunent Form & Review Checklist w/ 2 plans + Conunent Form w/ 1 plan + Comment Form w/o encl. DELTA AIRPORT - CONSULTANTS, ►NC January 22, 2008 Ms. Candice E. Perkins Senior Planner Department of Planning & Development 107 North Kent Street Winchester, VA 22601 RE: Response to Cornments & Re -submittal Site Plan 1/55-08 Construct Aircraft Wash Rack Winchester Regional Airport Winchester, Virginia DOAV Project No. CS0059-Pending Delta Project No. VA 08110 Dear Ms. Perkins: Please find enclosed for your review two (2) copies of the proposed site plan for the Construct Aircraft Wash Rack project at the Winchester Regional Airport. This project is being re- submitted in accordance with the Planning Department's letter dated October 27, 2008. A copy Of that letter is included for reference, and all comments have been addressed on this re - submittal. In addition, comment forms from the following agencies are included. • Building Inspections • Public Works (County Engineer) • Fire Marshal • Sanitation Authority Per our previous discussion, comments fi-om VDOT are not required. If the enclosed project plans satisfy all requirements, we request the Planning Department's approval to issue the Released for Construction plans to the Contractor so that construction may commence. Upon final approval, Delta will provide an additional five (5) copies of the plans for your use, as requested. JAN 2 3 2009 9711 Farrar Court, Suite 100 • Richmond, Virginia 23236 phone: (804) 275-8301 • fax: (804) 275.8371 • www.deltaairport.com Ms. Candice E. Perkins January 22, 2009 Page 2 Should you have any questions, or need additional assistance, please contact my office at (804) 275-8301. Sincerely, Adam D. witzer, P. L. ADS:drs Enclosures: 1. Department of Planning & Development letter dated October 27, 2008 2. Two (2) copies of revised project plans 3. Comment Sheet — Inspections Department 4. Comment Sheet — Public Works 5. Comment Sheet — Fire Marshal 6. Comment Shect — Sanitation Authority cc: Renny Manuel, Winchester Regional Airport wo/encl. VA 08110 C010