ADDENDUM NO. 1. CITY OF FORT MORGAN CONSTRUCT RUNWAY BID AIP Project No March 7, 2014

Similar documents
ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

SECTION STORM DRAINAGE

SPECIAL SPECIFICATION 4425 Thermoplastic Pipe

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION. Section 550 Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe

2013 ANNUAL AIRFIELD PAVEMENT REHABILITATION CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

SPECIAL SPECIFICATION 4653 Polypropylene Pipe

APPENDIX A MEASUREMENT AND PAYMENT

SECTION STORM DRAINAGE SYSTEM Excavating, Backfilling, and Compaction for Utilities Cast-in-place Concrete.

This type of masonry shall consist of brick laid in full beds of cement mortar.

***************************************************************************************************************

Company Page 1 of 13

Draft. Not Yet Approved SECTION 10.1 GENERAL SCOPE DEFINITIONS

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

SECTION 300 STORM SEWER TABLE OF CONTENTS

SECTION STORM SEWER PIPE

SPECIAL SPECIFICATION 4xxx Thermoplastic Pipe

SECTION WASTE WATER DRAINAGE SYSTEM Excavating, Backfilling, and Compaction for Utilities Cast-in-Place Concrete.

Section 401. PIPE CULVERTS

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

***************************************************************************************************************

Baseline Document Change Announcement

Section 2 Specification 2.18 Concrete and/or Corrugated Steel Storm Sewer TABLE OF CONTENTS

SECTION TRENCHING

BID TABULATION ( BIDS OPENED MONDAY, APRIL 24, 1:00 P.M. ) CONSTRUCT PARALLEL TAXIWAY - PHASE 3 HABERSHAM COUNTY AIRPORT, CORNELIA, GEORGIA

All Prospective Bidders. Date: Wednesday, November 29, 2017

1 Revised: 2019 Edition

SECTION 303 CULVERTS

Section Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES. A. Storm Sewers. B. Abandonment of Storm Sewers

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION

SECTION FOUNDATION DRAINAGE

SECTION UNDERDRAINS. 1. Protection of the environment; Section Trench excavation, backfill, and compaction; Section

Special Provision No. 421F01 April 2006

Item 460 Corrugated Metal Pipe

Testing. Test drainage products according to the applicable AASHTO or ASTM specification, except as otherwise noted.

SECTION STORM DRAIN

Standard Specifications for Road and Bridge Construction. Adopted January 1, 2012

Wastewater Capital Projects Management Standard Construction Specification

50.20 Drainage Structure Design

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

SECTION UTILITY POLYETHYLENE CONTAINMENT PIPE SYSTEMS

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

Maine Turnpike Authority

Special Provision for LRFD Pipe Culvert Burial Tables

SECTION STORM DRAINAGE UTILITIES. B. Section : Site Restoration and Rehabilitation

SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings

San Antonio Water System Standard Specifications for Construction ITEM NO. 848 SANITARY SEWERS

Special Provision No. 421S01 November 2006

SECTION SUBDRAINAGE

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

ITEM 706 PIPE SLOPE DRAIN

B. Fiberglass for construction in back lot easements placed on cast-in-place base.

INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS SCOPE... 1

CONSTRUCTION SPECIFICATION FOR PRECAST REINFORCED CONCRETE BOX CULVERTS AND BOX SEWERS IN OPEN CUT

SECTION SANITARY SEWER SYSTEM

CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL CHAMBER

PERMANENT PAVEMENT REPAIR NO SCALE

17.0 CONSTRUCTION OF OPEN DRAINAGE SYSTEMS

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

All Regional Engineers. Omer M. Osman, P.E. Special Provision for LRFD Pipe Culvert Burial Tables. July 25, 2014

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 811 CONDUIT AND DRAINAGE STRUCTURES

SECTION GRAVITY WASTEWATER LINES

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

STATE OF OHIO DEPARTMENT OF TRANSPORTATION

Excavate drilled shafts in accordance with Item 416, Drilled Shaft Foundations.

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

Summary of the 2011 Changes

STANDARD SPECIFICATIONS SECTION 16 STORM SEWER SYSTEMS

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK

207 TEMPORARY SEDIMENT AND EROSION CONTROLS

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS

SECTION STORM DRAINAGE AND STORMWATER MANAGEMENT

CONSTRUCTION SPECIFICATION FOR PRECAST REINFORCED CONCRETE BOX CULVERTS AND BOX SEWERS IN OPEN CUT

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ITEM 461 STRUCTURAL PLATE STRUCTURES. Galvanized steel plates shall conform to AASHTO M167 and aluminum plates shall conform to AASHTO M219.

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF ELECTRICAL CHAMBERS

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

Maine Turnpike Authority

Technical Specifications. Item A-110, AC Pavement Pulverization, Cold Milling and Recycling

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

SECTION STORM SEWER COLLECTION SYSTEM

TABLE OF CONTENTS

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

SECTION EROSION CONTROL DEVICES

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY CAST-IN-PLACE. Section CAST-IN-PLACE CONCRETE MANHOLES

SUPPLEMENTARY SECTION: STANDARD SPECIFICATIONS PAGE 1 STORMWATER MAINS & CULVERTS MAY 2018

CONSTRUCTION SPECIFICATION FOR PIPE CULVERT INSTALLATION IN OPEN CUT

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

ITEM NO SLIPLINING SANITARY SEWERS

SECTION A1 EXCAVATION AND BACKFILL GENERAL

DIVISION 4100 SITEWORK

SRPE AASHTO Specifications.

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SECTION SANITARY UTILITY SEWERAGE PIPING

SECTION D2 MANHOLES AND CATCH BASINS GENERAL MATERIALS

Transcription:

ADDENDUM NO. 1 CONSTRUCT RUNWAY 14-32 BID AIP Project No. 3-08-0024-11 March 7, 2014 To all prospective bidders: This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order. A. MODIFICATIONS TO CONTRACT DOCUMENTS & SPECIFICATIONS 1. Revised Bid Form. Please Use Revised Bid Form Addendum 1 Attached i. Schedule I - Bid Item L-107-5.1 12-Foot Wind Cone: CHANGED LS to EA ii. Schedule II Bid Item L-701-5.5 Detention Pond: ADDED 2. TECHNICAL SPECIFICATIONS. Item P-105 Temporary Construction Items Section 105-2.4 Lighted Runway Closure Crosses. Replace section with the following: 105-2.4 RUNWAY CLOSURE CROSSES. The contractor is to provide closed runway markers in yellow snow fence or similar material, secured with sand bags per detail on sheet C004. 3. TECHNICAL SPECIFICATIONS. Item P-105 Temporary Construction Items Section P-105-3.4 Lighted Runway Closure Cross. Replace section with the following: 105-3.4 RUNWAY CLOSURE CROSS. The contractor is responsible for maintaining and relocating the crosses as many times as required for this project at the direction of the engineer. 4. TECHNICAL SPECIFICATIONS. Item P-107 Pavement Demolition Section P-107-2.3 Construction Methods replace paragraph 1 with the following: Portland cement which are demolished shall be stockpiled on airport property at the location shown on the plans. The concrete shall be broken into pieces smaller than 4 ft by 4 ft. Bituminous concrete pavement shall be disposed of legally off airport property. The cost of removal and disposal or stockpile of all demolished pavement shall be included in the unit price for Portland Cement Concrete Pavement Demolition. 5. TECHNICAL SPECIFICATIONS. Item P-107 Section Pavement Demolition P-107-4.1 Basis of Payment. Replace the first paragraph with the following The work performed as prescribed by this item will be paid for at the contract unit price bid per square yard for Portland Cement Concrete Pavement Demolition, which prices shall be full compensation for saw cutting, breaking up, removal, loading, transport and stockpile of the pavement and for all labor, tools, equipment, manipulation, and incidentals necessary to complete the work. Bituminous pavement demolition will be hauled off site will not be paid for separately, and shall be considered incidental to Portland cement concrete pavement demolition. Page 1 of 3

6. TECHNICAL SPECIFICATIONS. Item P-701 Pipe for Storm Drains and Culverts Section. Specification reissued and attached. B. MODIFICATIONS TO CONTRACT DRAWINGS 1. Sheet C002: General Note 17 shall be revised to read the following: Waste Disposal: Concrete removed from the construction area shall be stockpiled on site. Excess unclassified excavation waste removed from the construction area is to be used in construction of the detention pond and berm. Additional unclassified excavation waste is to be stockpiled at the location designated on the plans, see sheet C005. Asphalt and soil rubble/waste material removed from the construction area shall be disposed of legally off airport property. 2. Sheet C003. Summary of Contract Quantities Table shall be revised to Add Item P-701-5.5 Detention Pond, unit LS, 0 LS quantity for Schedule I and 1 LS quantity for Schedule II. 3. Sheet C005-C009 Sheets Reissued and attached C. LIST OF ATTACHMENTS 1. Revised Bid Form Addendum 1 2. Specification D-701 3. Sheets C005-C009 Addendum 1 D. CLARIFICATIONS 1. The Earthwork summary table on Sheet C003 indicates actual excavation numbers. The plan pay quantity includes contingency. The earthwork quantities assume that 20% shrinkage will occur in material that is placed as fill. There will likely be less than 20% shrinkage. Excess material is to be hauled to construct the detention pond and berm. Any additional material is to be hauled to the stockpile area. Contractor shall make their own assumptions on shrinkage of fill material. 2. The Over-Excavation pay item is a contingency item incase unsuitable excavation material is encountered only. E. QUESTIONS 1. Question: Can recycled concrete be used as a source for the Sub Base Course and the Aggregate Base Course, as long as it meets design requirement? Answer: Recycled concrete can be used as a course for Subbase Course (P-154) but not for Crushed Aggregate Base Course (P-208). If recycled concrete is to be used, the material must meet all specification requirements and a certified and stamped letter from a licensed geotechnical engineer will be required certifying that the material is free from ASR. Page 2 of 3

ACKNOWLEDGE RECEIPT OF THIS ADDENDUM (Pages 1 thru 3 with attachments) BY INSERTING ITS NUMBER AND DATE IN THE BID SCHEDULE FORM. Additional Questions or clarifications can be submitted to alex.mckean@rsandh.com. Deadline for questions is Thursday March 13, 2014 at 5:00pm. Bradley Curtis, PE Engineering & Public Works Director City of Fort Morgan 970-542-3901 Page 3 of 3

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I P-100-3.1 Mobilization P-102-10.1 Safety & Security P-103-4.1 Engineer's Field Office P-104-5.1 Project Survey & Stakeout P-105-5.1 P-107-4.1 P-152-4.1 Temporary Construction Items Portland Cement Concrete Pavement Demolition - 5-Inch Full Depth Unclassified Excavation 70 SY $ $ 79,000 CY $ $ P-152-4.2 Over-Excavation 3,950 CY $ $ P-154-5.1 Subbase Course 15,625 CY $ $ FORT MORGAN MUNICIPAL AIRPORT P-21 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I P-156-5.1 Temporary Erosion Control, Environmental Control Permitting and Maintenance P-156-5.2 Sediment Control Logs 550 LF $ $ P-208-5.1 Crushed Aggregate Base Course 9,675 CY $ $ P-217-5.1 Soil Aggregate Base Course 1,060 CY $ $ P-310-5.1 Stabilization Fabric 59,280 SY $ $ P-401-8.1 Bituminous Surface Course 6,700 TON $ $ P-401-8.2 Bituminous Material (PG 64-28) 435 TON $ $ P-602-5.1 Bituminous Prime Coat 15,600 GAL $ $ P-603-5.1 Bituminous Tack Coat 100 GAL $ $ FORT MORGAN MUNICIPAL AIRPORT P-22 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I P-610-5.1 Portland Cement Concrete Pavement 70 SY $ $ D-701-5.1 18-Inch RCP, Class III 295 LF $ $ D-701-5.2 24-Inch RCP, Class III 595 LF $ $ D-701-5.3 18-Inch RCP Flared End Section, Class III 1 EA $ $ D-701-5.4 24-Inch RCP Flared End Section, Class III 3 EA $ $ D-705-5.1 6-Inch Perforated Underdrain Pipe, Complete 13,050 LF $ $ D-705-5.2 D-705-5.3 D-751-5.1 6-Inch Non-Perforated Underdrain Pipe, Complete 6-Inch Non-Perforated Underdrain Pipe, Concrete Encased, Complete 6-Inch Underdrain Cleanout, Complete 355 LF $ $ 80 LF $ $ 34 EA $ $ FORT MORGAN MUNICIPAL AIRPORT P-23 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I D-751-5.2 Inspection Pit 4 EA $ $ D-751-5.3 Underdrain Outfall Headwall 1 EA $ $ D-751-5.4 CDOT Type C Inlet 2 EA $ $ T-901-5.1 Seeding with Hydromulch 59 AC $ $ T-905-5.1 Topsoiling (Removal, Replacement & Re-Conditioning) 58 AC $ $ T-905-5.2 Imported Topsoiling (Placement and Conditioning) 2 AC $ $ L-105-7.6 Remove Wind Cone 1 EA $ $ L-107-5.1 12-Foot Wind Cone 1 EA $ $ L-108-5.1 Procure 1/C No. 8 AWG, L-824, Type C, 5kV Cable 18,000 LF $ $ FORT MORGAN MUNICIPAL AIRPORT P-24 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I L-108-5.2 1/C No. 8 AWG, L-824, Type C, 5kV Cable, Installed in Duct Bank or Conduit 14,375 LF $ $ L-108-5.3 Procure 1/C 3/0 AWG, 600V Cable 180 LF $ $ L-108-5.5 Procure 1/C No. 4 AWG, 600V Cable 60 LF $ $ L-108-5.7 Procure 1/C No. 6 AWG, 600V Cable 21,105 LF $ $ L-108-5.9 Procure 1/C No. 10 AWG, 600V Cable 44,500 LF $ $ L-108-5.11 L-108-5.12 L-108-5.13 L-109-5.1 Trenching for Direct-Buried Cable Procure Bare Counterpoise Wire, Including Ground Rods and Ground Connectors Bare Counterpoise Wire, Installed in Trench, Including Ground Rods and Ground Connectors Procure Airfield Lighting Vault 13,400 LF $ $ 25,325 LF $ $ 21,175 LF $ $ FORT MORGAN MUNICIPAL AIRPORT P-25 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I L-110-5.1 Electrical Conduit, 1-2" Schedule 40 PVC 19,500 LF $ $ L-110-5.2 Electrical Conduit, 2-2" Schedule 40 PVC 830 LF $ $ L-110-5.5 Electrical Duct Bank, 2-2" Schedule 40 PVC 290 LF $ $ L-110-5.6 Electrical Duct Bank, 4-2" Schedule 40 PVC 115 LF $ $ L-115-5.1 L-867E Junction Can 19 EA $ $ L-125-5.1 L-861 Runway Edge Light (White/Yellow) 39 EA $ $ L-125-5.2 L-861 Runway Edge Light (White/White) 16 EA $ $ L-125-5.3 L-861E Runway Threshold/End Light (Green/Red) 16 EA $ $ L-125-5.4 Procure L-861T Taxiway Edge Light 84 EA $ $ FORT MORGAN MUNICIPAL AIRPORT P-26 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form - Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE I L-125-5.5 Install L-861T Taxiway Edge Light 58 EA $ $ L-125-5.6 L-858 Guidance Sign, Size 1, Style 2, Class 2 4 EA $ $ L-126-5.1 Runway 32 PAPI L-126-5.3 Runway 14 REIL L-126-5.4 Runway 32 REIL TOTAL AMOUNT OF BID SCHEDULE I (IN WORDS) Dollars Cents Total Bid Schedule I Amount $ FORT MORGAN MUNICIPAL AIRPORT P-27 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item P-100-3.1 Mobilization P-102-10.1 Safety & Security P-103-4.1 Engineer's Field Office P-104-5.1 Project Survey & Stakeout P-105-5.1 Temporary Construction Items P-106-5.1 P-107-4.1 P-152-4.1 Pavement Marking Obliteration Portland Cement Concrete Pavement Demolition - 5-Inch Full Depth Unclassified Excavation 125 SF $ $ 37,000 SY $ $ 10,500 CY $ $ P-152-4.2 Over-Excavation 525 CY $ $ FORT MORGAN MUNICIPAL AIRPORT P-28 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II P-154-5.1 P-156-5.1 P-156-5.2 Subbase Course Temporary Erosion Control, Environmental Control Permitting and Maintenance Sediment Control Logs 1,125 CY $ $ 300 LF $ $ P-208-5.1 Crushed Aggregate Base Course 700 CY $ $ P-217-5.1 Soil Aggregate Base Course 400 CY $ $ P-310-5.1 Stabilization Fabric 4,440 SY $ $ P-401-8.1 Bituminous Surface Course 7,400 TON $ $ P-401-8.2 Bituminous Material (PG 64-28) 480 TON $ $ P-602-5.1 Bituminous Prime Coat 1,085 GAL $ $ P-603-5.1 Bituminous Tack Coat 8,250 GAL $ $ FORT MORGAN MUNICIPAL AIRPORT P-29 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II P-620-5.1 P-620-5.2 P-620-5.3 Pavement Markings without Reflective Beads (1st Application) Pavement Markings with Type I Reflective Beads (Final Application) Pavement Markings without Reflective Beads (Black Outline) 28,500 SF $ $ 28,500 SF $ $ 1,000 SF $ $ D-701-5.5 Detention Pond D-705-5.1 6-Inch Perforated Underdrain Pipe, Complete 1,700 LF $ $ D-705-5.2 D-705-5.3 D-751-5.1 6-Inch Non-Perforated Underdrain Pipe, Complete 6-Inch Non-Perforated Underdrain Pipe, Concrete Encased, Complete 6-Inch Underdrain Cleanout, Complete 100 LF $ $ 40 LF $ $ 3 EA $ $ D-751-5.2 Inspection Pit 2 EA $ $ D-751-5.3 Underdrain Outfall Headwall 1 EA $ $ FORT MORGAN MUNICIPAL AIRPORT P-30 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II T-901-5.1 Seeding with Hydromulch 20 AC $ $ T-905-5.1 Topsoiling (Removal, Replacement & Re-Conditioning) 12 AC $ $ T-905-5.2 Imported Topsoiling (Placement and Conditioning) 1 AC $ $ L-105-7.1 Remove Stake Mounted Light 78 EA $ $ L-105-7.2 Remove Cable L-105-7.3 Remove Airfield Lighting Vault L-105-7.4 Remove Guidance Sign 2 EA $ $ L-105-7.5 Remove Unlighted Guidance Sign 2 EA $ $ L-105-7.7 L-108-5.2 Remove REIL 1/C No. 8 AWG, L-824, Type C, 5kV Cable, Installed in Duct Bank or Conduit 3,625 LF $ $ FORT MORGAN MUNICIPAL AIRPORT P-31 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II L-108-5.4 L-108-5.6 L-108-5.8 L-108-5.10 L-108-5.11 L-108-5.13 L-109-5.2 1/C 3/0 AWG, 600V Cable, Installed in Duct Bank or Conduit 1/C No. 4 AWG, 600V Cable, Installed in Duct Bank or Conduit 1/C No. 6 AWG, 600V Cable, Installed in Duct Bank or Conduit 1/C No. 10 AWG, 600V Cable, Installed in Duct Bank or Conduit Trenching for Direct-Buried Cable Bare Counterpoise Wire, Installed in Trench, Including Ground Rods and Ground Connectors Install Airfield Lighting Vault 180 LF $ $ 60 LF $ $ 21,105 LF $ $ 44,500 LF $ $ 1,700 LF $ $ 4,150 LF $ $ L-110-5.1 Electrical Conduit, 1-2" Schedule 40 PVC 2,000 LF $ $ L-110-5.2 Electrical Conduit, 2-2" Schedule 40 PVC 650 LF $ $ L-110-5.3 Electrical Conduit, 3-2" Schedule 40 PVC 475 LF $ $ FORT MORGAN MUNICIPAL AIRPORT P-32 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II L-110-5.4 Electrical Duct Bank, 1-2 1/2" Schedule 80 PVC 50 LF $ $ L-110-5.5 Electrical Duct Bank, 2-2" Schedule 40 PVC 45 LF $ $ L-110-5.7 Electrical Duct Bank, 8-2" Schedule 40 PVC 150 LF $ $ L-115-5.1 L-867E Junction Can 8 EA $ $ L-125-5.5 Install L-861T Taxiway Edge Light 26 EA $ $ L-125-5.7 L-858 Guidance Sign, Size 1, Style 4 2 EA $ $ L-126-5.2 Relocate Runway 14 PAPI FORT MORGAN MUNICIPAL AIRPORT P-33 BID SCHEDULE FEBRUARY 19, 2014

- BID SCHEDULE Airport: Fort Morgan Municipal Airport Revised Bid Form- Addendum 1 FAA AIP Project No. 3-08-0024-11 Project: Construct Runway 14-32 RS&H Project No. 224-2675-001 Item No. Item Description and Unit Price in Words Estimated Quantity Unit Price in Numbers Total Amount Per Item BID SCHEDULE II TOTAL AMOUNT OF BID SCHEDULE II (IN WORDS) Dollars Cents Total Bid Schedule II Amount $ TOTAL AMOUNT OF BID SCHEDULE I + SCHEDULE II (IN WORDS) Dollars Cents Total Bid ScheduleI + Schedule II Amount $ FORT MORGAN MUNICIPAL AIRPORT P-34 BID SCHEDULE FEBRUARY 19, 2014

FAA/10F ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. This item also consists of construction of the proposed detention pond. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. ASTM A 760 ASTM C 76 Metallic Coated Corrugated Steel Pipe (Type I, IR or II) Reinforced Concrete Pipe 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc-coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the RE closed cell grades. Rubber gaskets for steel reinforced thermoplastic (HDPE) ribbed pipe shall conform to the requirements of ASTM F 477. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.8. CONTROLLED LOW STRENGTH MATERIAL (CLSM). Controlled low strength material shall conform to the requirements of Item P-153. When CLSM is used all joints shall have gaskets. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches or ½ inch for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. D-701-1 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014

FAA/10F The width of the excavation shall be at least 1 foot greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 in (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe s vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe s vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 in (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe s vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. mm in. mm 1/2 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2 ½ 62.5 3 ½ 87.5 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 in (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 in (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe s vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Pipe shall be placed using a laser. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. D-701-2 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014

FAA/10F Elliptical and elliptically reinforced pipes shall be placed with the manufacturer s top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC and Polyethylene pipe shall conform to the requirements of ASTM D 3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor s expense. Material for backfill shall be fine, readily compatible soil, granular material selected from the excavation or a source of the Contractor s choosing, or shall meet the requirements of Item P-153.. It shall not contain frozen lumps, stones that would be retained on a 2 in (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches on both sides of the pipe and shall be brought up 1 foot above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches and shall be brought up evenly on both sides of the pipe to 1 foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe s diameter or 12 foot, whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 in (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152 Excavation and Embankment. 701-3.5 DETENTION POND. The approximate location of the proposed detention pond is shown on sheet C005. The contactor is to provide approximately 5 ft wide (top) by 550 ft long berm. The berm is to be approximately 6 ft in height with 4:1 max tie slopes compacted per Item P-152-2.6 FORMATION OF EMBANKMENTS. The contractor to provide the Engineer survey every 25 ft x 25 ft grid of the approximate location. The Engineer will determine the final location and depths of the detention pond. It is anticipated that the total storage 150,000 cubic-feet. The dimensions provided are based on preliminary calclations and will be modified after survey is received. A 25 LF of 24 in corrugated steel pipe will be D-701-3 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014

FAA/10F installed with two flared end sections that conform to CDOT requirements. Riprap shall conform to CDOT requirements Section 506 with 12 in. nominal stone size. The rip rap is to be placed at 18 in. depth placed over 6 in. depth minimum of free draining material placed over filter fabric. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. All required excavation, sheeting and bracing, all required backfilling, restoration of all surfaces, and dewatering shall be included in the linear foot price and shall be considered incidental to this item. The quantity of flared end section units to be paid for under this item shall be the numbe of each flared end section installed, complete and in place, ready for operation, and accepted by the Engineer. All required excavation, sheeting and bracing, all required backfilling, restoration of all surfaces, dewatering, and pipe fittings shall be included in the unit price per each, and shall be considered incidental to this item. 701-4.2 The method of measurement of the construction of the Detention Pond will be made on a lump sum basis. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated; at the contract unit price per each for each flared end section installed.these prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. 701-5.2 Payment will be made at the contract unit price per lump sum price for Detention pond. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. This item includes construction of the berm including unclassified excavation, compaction, furnishing and installation of the pipe including flared end sections, rip rap and filter fabric, seeding and topoiling removal, reconditioning and replacement. Payment will be made under: Item 701-5.1 Item 701-5.2 Item 701-5.3 Item 701-5.4 Item 701-5.5 18-Inch RCP, Class III - per linear foot 24-Inch RCP, Class III - per linear foot 18-Inch RCP Flared End Section, Class III - per each 24-Inch RCP Flared End Section, Class III - per each Detention Pond lump sum D-701-4 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014

FAA/10F MATERIAL REQUIREMENTS ASTM A 760 ASTM A 761 ASTM A 762 ASTM A 849 ASTM A 885/A 885M-96 ASTM B 745 ASTM C 14 ASTM C 76 ASTM C 94 ASTM C 144 ASTM C 150 ASTM C 443 ASTM C 506 ASTM C 507 ASTM C 655 ASTM C 1433 ASTM D 1056 ASTM D 3034 ASTM D 3212 ASTM D 6690 ASTM F 477 ASTM F 667 ASTM F 714 Corrugated Steel Pipe, Metallic-Coated for Sewers and Drains Corrugated Steel Structural Plate, Zinc Coated, for Field-Bolted Pipe, Pipe-Arches, and Arches Corrugated Steel-Pipe, Polymer Precoated for Sewers and Drains Post-Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe Corrugated Aluminum Alloy Culvert Pipe Concrete Sewer, Storm Drain, and Culvert Pipe Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Ready Mixed Concrete Aggregate for Masonry Mortar Portland Cement Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers Flexible Cellular Materials-Sponge or Expanded Rubber Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals Joint and Crack Sealants, Hot-Applied, for Concrete and Asphalt Pavements Elastomeric Seals (Gaskets) for Joining Plastic Pipe Large Diameter Corrugated Polyethylene Pipe and Fittings Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter D-701-5 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014

FAA/10F ASTM F 794 ASTM F 894 ASTM F 2435 ASTM F 2562 ASTM F 949 AASHTO M 190 AASHTO M 196 AASHTO M 198 AASHTO M 219 AASHTO M 243 AASHTO M 252 AASHTO M 294M AASHTO M 304 AASHTO MP-20 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe Steel Reinforced Polyethylene (PE) Corrugated Pipe Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non- Pressure Drainage and Sewerage. Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches Corrugated Aluminum Alloy Culverts and Underdrains Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets Aluminum Alloy Structural Plate for Pipe, Pipe-Arches, and Arches Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe- Arches, and Arches Corrugated Polyethylene Drainage Tubing Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter Steel Reinforced Polyethylene (PE) Ribbed Pipe END ITEM D-701 D-701-6 TECHNICAL SPECIFICATIONS FORT MORGAN MUNICIPAL AIRPORT FEBRUARY 19, 2014