MSCAA PROJECT NO

Similar documents
MSCAA PROJECT NO

MSCAA PROJECT NO /04

**** End Addendum ****

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

REQUEST FOR RFQ NUMBER DUE DATE: MAY 15, Memphis-Shelby County Airport Authority Memphis, Tennessee

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations.

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

REQUEST FOR DEFERRED COMPENSATION PLAN 457(B) RFQ NUMBER DUE DATE: APRIL 17, Memphis-Shelby County Airport Authority Memphis, Tennessee

Memphis-Shelby County Airport Authority Memphis, Tennessee

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

APPENDIX A. Definition of Terms

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

ADDENDUM NO. ONE (1)

OKLAHOMA TURNPIKE AUTHORITY

August 22, Mr. David Lobue Airport Director Hammond Northshore Regional Airport 600 Judge Leon Ford Drive Hammond, LA

Memphis-Shelby County Airport Authority Memphis, Tennessee

Texas Department of Transportation Page 1 of 46 Contract and Grant Management SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

SUBDIVISION IMPROVEMENTS AGREEMENT

City of Newnan, Georgia

IFB No. FQ18119/ST APPENDIX B

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * *

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

TOTAL QUANTITY UNIT COST UNIT

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

LETTING : CALL : 056 COUNTIES : MILLE LACS

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

ADVERTISEMENT FOR BIDS

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

SALT AND SAND STORAGE FACILITY

OKLAHOMA TURNPIKE AUTHORITY

Operational Procedure: Section TABLE OF CONTENTS

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

Revised Southern California Edison Company Page 1

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

BID FOR LUMP SUM CONTRACT

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

PORT OF EVERETT SECTION Insert Project Name in CAPS

APPLICATION FOR STATE CERTIFICATION

Alabama State Port Authority

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR QUOTATION

GOLD CREEK FLUME CONCRETE PATCHING

BIDDING AND CONSTRUCTION STANDARDS

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

WEST DOUGLAS PIONEER ROAD

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

NOTICE INVITING BIDS

INSTRUCTIONS TO BIDDERS

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

MEANDER WAY RECONSTRUCTION

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

Demolition of Water Ground Storage Tanks

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

Rock Chalk Park - Infrastructure Report. July 2013

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

SILVER STREET PAVING

City of Santa Clarita DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO.

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Offeror Representations and Certifications Commercial Items. Offeror Representations and Certifications Commercial Items (Oct 2010)

1. All envelopes containing Bid proposals shall be clearly marked Bid Proposal for letting of 3/20/2018 DATE

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

STABLER POINT ROCK QUARRY EXPANSION

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

OKLAHOMA TURNPIKE AUTHORITY

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)

BID TABULATION BID REQUEST NO

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

BID DOCUMENTS & SPECIFICATIONS

Transcription:

TIME: RBID ENVELOPE MSCAA PROJECT NO. 08-1260-02 NAME OF PROJECT: GLYCOL MANAGEMENT PROGRAM- BRIDGES AND SITE CONSTRUCTION BIDS DUE: U7/27/2017 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY COUNTY AIRPORT AUTHORITY (MSCAA) STAFF SERVICES DIVISION MEMPHIS INTERNATIONAL AIRPORT 4121 Runway Road, Suite B Memphis, TN 38118 (901) 922-8000 Bidder Address UTENNESSEE CONTRACTOR LICENSE INFORMATION: License Number License Classification Applicable to Project License Expiration Date Dollar Limit SUBCONTRACTORS (OR PRIME CONTRACTORS) TO BE USED ON THIS PROJECT IN THE BELOW LISTED CAPACITIES: Note: Where applicable, one contractor/subcontractor performing electrical, plumbing, heating, ventilation, air conditioning, and masonry work must have its license number, applicable classification, expiration date and dollar limit on the BID ENVELOPE containing the BID PROPOSAL. Prime contractors who are to perform the electrical, plumbing, heating, ventilation, air conditioning or masonry work MUST list themselves as Self- Perform in the Sub-contractor list below. Electrical Plumbing Heating Ventilation Air Conditioning Masonry Sub-contractor List License No. Applicable Classification Expiration Date Dollar Limit 0BID ENVELOPE COMPLETE THIS FORM AND ATTACH IT TO THE OUTSIDE OF THE BID ENVELOPE. PLEASE REVIEW INSTRUCTIONS TO BIDDERS FOR BID PACKAGE DELIVERY AND FOR OTHER INFORMATION AND CONDITIONS. MSCAA RESERVES THE RIGHT, IN ITS SOLE DISCRETION, TO REJECT AND DISQUALIFY YOUR BID IF YOU, YOUR PARENT, SUBSIDIARY, AFFILIATE, OR PREDECESSOR IN INTEREST OR ANY OF YOUR SUBCONTRACTORS, SUPPLIERS, AND/OR THEIR PARENTS, SUBSIDIARIES, AFFILIATES OR PREDECESSORS IN INTEREST HAVE PENDING LITIGATION OR CLAIMS WITH THE MSCAA.

DIVISION 0 SECTION 00405 PROPOSAL Project Identification: Glycol Management Program Bid Package 1 Bridge and Site Construction Contract Number: MSCAA Project No. 08-1260-02 For Overnight Courier, U.S. Postal Service Mailing, or Hand Delivery Submit to: Memphis-Shelby County Airport Authority Memphis International Airport Staff Services Division 4121 Runway Road, Suite B Memphis, Tennessee 38118 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Legal Notice to Bidders and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for seventy-five (75) days after the day of Bid opening. Bidder will sign and submit the Construction Contract with the Bonds and other documents required by the Bidding Requirements, within ten (10) days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract that: (a) Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date Number (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. Page 1

(c) (d) (e) (f) (g) (h) Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in Division 0 and Division 1 Specifications, and accepts the determination set forth in General Provision Section 20 paragraph 20-06 of the extent of the technical data contained in such reports and drawings upon which Bidder is entitled to rely. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents, including specifically the provisions of General Provision Section 20 paragraph 20-06; and no additional examination, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. Bidder has given Owner or Engineer written notice of all conflicts, errors, or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Owner or Engineer is acceptable to Bidder. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid: Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Page 2

4. Bidder will complete Base Bid Work for the following price(s). UNIT PRICE SCHEDULE SCHEDULE 1: BASE BID TAXIWAY BRIDGES, DEPRESSED ROADWAY, PUMP STATION, AND VEHICLE SERVICE BRIDGE NO. FOOT NOTE PAY 1 105-01 TDOT SPECIFICATIONS SCHEDULE 1 DESCRIPTION CONSTRUCTION STAKES, LINES, AND GRADES UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE LS 1 $ $ 2 201-01 CLEARING AND GRUBBING LS 1 $ $ 3 1 202-01 4 202-02.01 5 7,8 203-01 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF PIPE (24" CMP, STA. 17+00 LT) ROAD & DRAINAGE EXCAVATION (UNCLASSIFIED) LS 1 $ $ LF 38 $ $ CY 134,257 $ $ 6 2 203-05 UNDERCUTTING CY 10,000 $ $ 7 203-10.16 GRADED SOLID ROCK (IN-PLACE) CY 210 $ $ 8 204-11.01 BRIDGE EXCAVATION (UNCLASSIFIED) CY 39,000 $ $ 9 209-02.05 12" TEMPORARY SLOPE DRAIN LF 75 $ $ 10 209-03.21 FILTER SOCK (12 INCH) LF 12,402 $ $ 11 209-05 SEDIMENT REMOVAL CY 300 $ $ 12 9 209-08.03 13 209-08.05 TEMPORARY SILT FENCE (WITHOUT BACKING) ENHANCED SILT FENCE CHECK (V- DITCH) LF 5,320 $ $ EACH 6 $ $ 14 209-08.07 ROCK CHECK DAM EACH 5 $ $ 15 8 209-09.01 SANDBAGS BAG 600 $ $ 16 209-09.21 POLYACRYLAMIDE GEL LOGS EACH 8 $ $ 17 209-09.41 CURB INLET PROTECTION (TYPE 2) EACH 12 $ $ 18 12 209-11.01 SEDIMENT BASIN RISER (36") EACH 1 $ $ 19 209-11.20 SEDIMENT BASIN BAFFLES LF 140 $ $ 20 8 209-20.03 21 209-20.21 POLYETHYLENE SHEETING (6 MIL. MINIMUM) SEDIMENT POND OUTLET STRUCTURE (4" PVC) SY 4,500 $ $ LS 1 $ $ 22 209-40.31 CATCH BASIN PROTECTION (TYPE B) EACH 18 $ $ 23 301-01 AGGREGATE FOR SUBGRADE TREATMENT, GRADING D TON 2,578 $ $ 24 303-01.02 GRANULAR BACKFILL (BRIDGES 1 & 2) TONS 49,900 $ $ 25 303-01.02 GRANULAR BACKFILL (BRIDGE 3) TONS 129 $ $ Page 3

NO. FOOT NOTE PAY TDOT SPECIFICATIONS SCHEDULE 1 DESCRIPTION UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE 26 13,8 303-10.01 MINERAL AGGREGATE (SIZE 57) TON 150 $ $ 27 307-02.01 28 307-02.08 29 402-01 30 402-02 31 403-01 ASPHALT CONCRETE MIX (PG70-22) (BPMB-HM) GRADING A ASPHALT CONCRETE MIX (PG70-22) (BPMB-HM) GRADING B-M2 BITUMINOUS MATERIAL FOR PRIME COAT (PC) AGGREGATE FOR COVER MATERIAL (PC) BITUMINOUS MATERIAL FOR TACK COAT (TC) TON 720 $ $ TON 586 $ $ TON 8 $ $ TON 31 $ $ TON 2 $ $ 32 604-02.03 EPOXY COATED REINFORCING STEEL LBS 13,557 $ $ 33 604-03.01 CLASS "A" CONCRETE (BRIDGES 1 & 2) (4,000 PSI) CY 7,000 $ $ 34 604-03.01 CLASS "A" CONCRETE (BRIDGE 3) CY 46 $ $ 35 604-03.02 36 604-03.02 37 604-03.04 38 2,22 604-03.07 39 604-03.09 40 604-03.09 41 21 604-4.10 42 604-07.01 STEEL BAR REINFORCEMENT (BRIDGES 1 & 2) STEEL BAR REINFORCEMENT (BRIDGE 3) PAVEMENT @ BRIDGE ENDS (APPROACH SLABS) CLASS A CONCRETE (FOR GENERAL USE) CLASS "D" CONCRETE (BRIDGE DECK) (BRIDGE 3) CLASS "D" CONCRETE (BRIDGE DECK) (BRIDGES 1 & 2) GRAFFITI PROTECTION SYSTEM (20% CLEAR ACRYLIC, 2 COAT APPLICATION) RETAINING WALL (3-FT HIGH MODULAR BLOCK GRAVITY RETAINING WALL) LB 1,065,000 $ $ LB 9,114 $ $ SY 190 $ $ CY 42 $ $ CY 56 $ $ CY 1,080 $ $ SF 19,300 $ $ SF 1,325 $ $ 43 604-07.01 RETAINING WALL NO.1 SF 1,400 $ $ 44 604-07.02 RETAINING WALL NO.2 SF 1,477 $ $ 45 604-07.03 RETAINING WALL NO.3 SF 1,614 $ $ 46 604-07.04 RETAINING WALL NO.4 SF 1,665 $ $ 47 604-07.05 RETAINING WALL NO.5 SF 1,820 $ $ 48 604-07.06 RETAINING WALL NO.6 SF 1,820 $ $ 49 604-07.07 RETAINING WALL NO.7 SF 1,562 $ $ 50 604-07.08 RETAINING WALL NO.8 SF 1,594 $ $ 51 604-07.09 RETAINING WALL NO.9 SF 1,553 $ $ 52 604-07.10 RETAINING WALL NO.10 SF 1,634 $ $ Page 4

NO. FOOT NOTE PAY DESCRIPTION TDOT SPECIFICATIONS SCHEDULE 1 UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE 53 604-07.11 RETAINING WALL NO.11 SF 3,028 $ $ 54 604-07.12 RETAINING WALL NO.12 SF 4,742 $ $ 55 605-01 WATERPROOFING, CLASS I (SUBSTRUCTURE) SY 4,450 $ $ 56 605-02 WATERPROOFING, CLASS II (DECK) SY 3,000 $ $ 57 606-04.01 TEST PILES (STEEL PILES, 14 INCH) LF 1,420 $ $ 58 606-04.01 TEST PILES (STEEL PILES, 14 INCH) LF 204 $ $ 59 606-04.03 STEEL PILES (14 INCH) LF 65,180 $ $ 60 606-04.03 STEEL PILES (14") (HP14X89) LF 812 $ $ 61 3 607-03.02 62 3 607-05.02 63 3 607-06.02 64 3 607-08.02 65 8,14 607-37.04 18" CONCRETE PIPE CULVERT (CLASS III) 24" CONCRETE PIPE CULVERT (CLASS III) 30" CONCRETE PIPE CULVERT (CLASS III) 42" CONCRETE PIPE CULVERT (CLASS III) 30" CORRUGATED METAL PIPE CULVERT LF 762 $ $ LF 475 $ $ LF 470 $ $ LF 566 $ $ LF 42 $ $ 66 611-01.02 MANHOLES, > 4' - 8' DEPTH EACH 7 $ $ 67 611-01.03 MANHOLES, > 8' - 12' DEPTH EACH 2 $ $ 68 2,4 611-02.01 SPRING DRAIN BOX, TYPE 1 EACH 1 $ $ 69 2,4 611-02.02 SPRING DRAIN BOX, TYPE 2A EACH 1 $ $ 70 2.4 611-02.03 SPRING DRAIN BOX, TYPE 2B EACH 1 $ $ 71 2,4 611-02.04 SPRING DRAIN BOX, TYPE 3A EACH 1 $ $ 72 5 611-02.16 JUNCTION BOX (TRANSITION STRUCTURE DS-02) EACH 1 $ $ 73 611-07.01 CLASS A CONCRETE (PIPE ENDWALLS) CY 4 $ $ 74 611-07.02 STEEL BAR REINFORCEMENT (PIPE ENDWALLS) LB 375 $ $ 75 611-12.02 CATCH BASINS, TYPE 12, > 4' - 8' DEPTH EACH 8 $ $ 76 611-14.02 CATCH BASINS, TYPE 14, > 4' - 8' DEPTH EACH 4 $ $ 77 611-39.03 CATCH BASINS, TYPE 39, > 8' - 12' DEPTH EACH 2 $ $ 78 611-42.02 CATCH BASINS, TYPE 42, > 4' - 8' DEPTH EACH 1 $ $ 79 611-43.06 80 615-01.10 CATCH BASINS, TYPE 43, > 20' - 24' DEPTH PRESTRESSED CONC. BULB TEE BEAM (6"WEB) (BT-54) EACH 3 $ $ LF 5,891 $ $ Page 5

NO. FOOT NOTE PAY 81 615-01.11 TDOT SPECIFICATIONS SCHEDULE 1 DESCRIPTION PRESTRESSED CONCRETE BEAM (TYPE III) (7" WEB) UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE LF 265 $ $ 82 620-06 CONCRETE RAILING LF 112 $ $ 83 15 621-03.02 18" TEMPORARY DRAINAGE PIPE LF 24 $ $ 84 16 621-03.03 24" TEMPORARY DRAINAGE PIPE LF 40 $ $ 85 630-01.16 6" CONCRETE BOLLARD/GUARD POST EA 10 $ $ 86 701-01.01 CONCRETE SIDEWALK (4") SF 14,951 $ $ 87 702-03 CONCRETE COMBINED CURB & GUTTER CY 224 $ $ 88 705-01.01 GUARDRAIL AT BRIDGE ENDS LF 108 $ $ 89 705-02.02 SINGLE GUARDRAIL (TYPE 2) LF 192 $ $ 90 705-04.04 GUARDRAIL TERMINAL (TYPE 21) EACH 4 $ $ 91 705-04.10 92 707-01.11 EARTH PAD TO GUARDRAIL END TREATMENT CHAIN-LINK FENCE (6 FOOT) (WITH 3- STRAND BARB WIRE) EACH 4 $ $ LF 2,010 $ $ 93 709-05.05 MACHINED RIP-RAP (CLASS A-3) TON 12 $ $ 94 709-05.05 MACHINED RIP-RAP (CLASS A-3) TON 390 $ $ 95 10 709-05.06 MACHINED RIP-RAP (CLASS A-1) TON 655 $ $ 96 8 709-05.08 MACHINED RIP-RAP (CLASS B) TON 100 $ $ 97 18 710-02.01 98 17 710-04 99 18 710-05.01 100 710-09.01 101 19 710-09.01 AGGREGATE UNDERDRAINS (WITH PIPE) (6" PERFORATED PVC) FILTER CLOTH UNDERDRAIN (WITH PIPE) LATERAL UNDERDRAIN (6" SCHED. 40 PVC) PIPE 6" PERFORATED PIPE WITH VERTICAL DRAIN SYSTEM (BRIDGE 3) 6" PERFORATED PIPE WITH VERTICAL DRAIN SYSTEM LF 1,850 $ $ LF 3,124 $ $ LF 550 $ $ LF 206 $ $ LF 270 $ $ 102 710-09.02 6" PIPE UNDERDRAIN (BRIDGE 3) LF 200 $ $ 103 19 710-09.03 6" PIPE UNDERDRAIN LF 100 $ $ 104 712-01 TRAFFIC CONTROL LS 1 $ $ 105 712-06 SIGNS (CONSTRUCTION) SF 304 $ $ 106 714-02.05 107 714-02.06 108 714-02.07 ENCASED CONDUIT (2W-4" COMM DUCT BANK) ENCASED CONDUIT (5W-4" POWER SERVICE DUCT BANK) ENCASED CONDUIT (2W-4" MLGW POWER SERVICE DUCT BANK) LF 2,515 $ $ LF 100 $ $ LF 125 $ $ Page 6

NO. FOOT NOTE PAY 109 714-02.08 110 714-03.01 111 714-03.03 TDOT SPECIFICATIONS SCHEDULE 1 DESCRIPTION ENCASED CONDUIT (4W-5" MLGW POWER SERVICE DUCT BANK) DIRECT BURIAL CONDUIT (1W-2" SCH 40 PVC ELECTRICAL) DIRECT BURIAL CONDUIT (1W-4" SCH 80 PVC FAA COMM CONDUIT) UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE LF 2,365 $ $ LF 460 $ $ LF 100 $ $ 112 714-04.01 CONDUIT (STRUCTURES - 1" RGS) LF 1,500 $ $ 113 714-04.03 CONDUIT (STRUCTURES - 1 1/2" RGS) LF 20 $ $ 114 714-04.04 115 714-05.05 CONDUIT (1W-2" SCH 40 PVC ELECTRICAL UNDER PAVEMENT) PULL BOXES (13"x24"x18" LIGHTING HH) LF 1,435 $ $ EA 5 $ $ 116 714-05.06 PULL BOXES (2'x3'x4' H-20 RATED PB) EA 6 $ $ 117 714-05.15 ELECTRIC MANHOLE (MLGW) EA 6 $ $ 118 714-06.02 CABLE (1/C #12 600V THHW) LF 3,000 $ $ 119 714-06.03 CABLE (1/C #10 600V USE) LF 4,300 $ $ 120 714-06.05 CABLE (1/C #6 600V USE) LF 3,000 $ $ 121 714-06.09 122 714-06.10 123 714-09.09 124 714-09.10 125 11 740-10.03 CABLE (#10 THWN STRANDED YELLOW TRACE WIRE) CABLE (#6 SOLID COPPER COUNTERPOISE, W/GND RODS AND CONNECTORS) LUMINAIRES (FURNISH AND INSTALL UNDERPASS LIGHT FIXTURE) LUMINAIRES (FURNISH TO OWNER SPARE UNDERPASS LIGHT FIXTURE) GEOTEXTILE (TYPE III) EROSION CONTROL LF 4,360 $ $ LF 7,000 $ $ EA 28 $ $ EA 3 $ $ SY 2,540 $ $ 126 801-01.07 TEMPORARY SEEDING (WITH MULCH) UNIT 100 $ $ 127 803-01 SODDING (NEW SOD) SY 31,880 $ $ 128 908-21.01 129 6 1001-01 BEARINGS (REINFORCED ELASTOMERIC) STORM WATER PUMP SYSTEM & LIFT STATION EA 228 $ $ LS 1 $ $ 130 20 1010-01 RAMMED AGGREGATE PIER (WALL 1) LS 1 $ $ 131 20 1010-02 RAMMED AGGREGATE PIER (WALL 2) LS 1 $ $ 132 20 1010-03 RAMMED AGGREGATE PIER (WALL 3) LS 1 $ $ 133 20 1010-04 RAMMED AGGREGATE PIER (WALL 4) LS 1 $ $ 134 20 1010-05 RAMMED AGGREGATE PIER (WALL 5) LS 1 $ $ 135 20 1010-06 RAMMED AGGREGATE PIER (WALL 6) LS 1 $ $ Page 7

NO. FOOT NOTE PAY TDOT SPECIFICATIONS SCHEDULE 1 DESCRIPTION UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE 136 20 1010-07 RAMMED AGGREGATE PIER (WALL 7) LS 1 $ $ 137 20 1010-08 RAMMED AGGREGATE PIER (WALL 8) LS 1 $ $ 138 20 1010-09 RAMMED AGGREGATE PIER (WALL 9) LS 1 $ $ 139 20 1010-10 140 20 1010-11 141 20 1010-12 RAMMED AGGREGATE PIER (WALL 10) RAMMED AGGREGATE PIER (WALL 11) RAMMED AGGREGATE PIER (WALL 12) LS 1 $ $ LS 1 $ $ LS 1 $ $ 142 01210 MLGW ELECTRICAL ALLOWANCE ALLOW 1 $350,000.00 $350,000.00 143 01100 MOBILIZATION LS 1 $ 1,100,000.00 $ 1,100,000.00 144 01100 DEMOBILIZATION LS 1 $ 650,000.00 $ 650,000.00 SCHEDULE 1 - BASE BID TOTAL (TOTAL OF LINE S 1-144) $ SCHEDULE 1 FOOTNOTES 1 INCLUDES 2430 LF FENCE, 1 SECURITY CAMERA, 1138 SY ASPHALT, AND DRAINAGE CULVERT 2 TO BE USED AS DIRECTED BY THE ENGINEER 3 TO BE CLASS III CONCRETE OR PP PIPE AS ALLOWED BY THE TDOT DESIGN GUIDELINES. 4 UNDERGROUND SPRING MAY BE ENCOUNTERED DURING CONSTRUCTION; TYPE AND LOCATIONS UNKNOWN. 5 REFER TO DRAINAGE PLAN SHEETS FOR DETAILS 6 STORM WATER PUMP SYSTEM S INCLUDE: PRE-FABRICATED HOUSING STRUCTURE & FOUNDATION, GENERATOR & FOUNDATION, TURBINE PUMPS & SHAFTS, SUMP STRUCTURE, TRANSFER SWITCHES, VARIABLE FREQUENCY MOTOR CONTROLLERS, PRESSURE PIPING, ELECTRICAL POWER CONDUIT & CABLING, CONTROL POWER CONDUIT & CABLING, ALL CONNECTIONS, LABOR, MATERIALS, APPERTANACES, NECESSARY TO COMPLETE THE. 7 INCLUDES 644 C.Y. FOR TEMP. SEDIMENT BASIN, 1,861 C.Y. FOR EMBANKMENT, AND 132,117 C.Y. WASTE EXCAVATION. 15% SHRINK/SWELL FACTOR WAS USED. 8 FOR USE WITH TEMP. SEDIMENT BASIN. 9 INCLUDES 500 L.F. ALONG TEMP. SEDIMENT BASIN PERIMETER. 10 INCLUDES 95 TONS FOR TEMP. SEDIMENT BASIN. 11 INCLUDES 144 S.Y. FOR TEMP. SEDIMENT BASIN. 12 INCLUDES ANTI-VORTEX AND TRASH RACK HOOD 13 INCLUDES 27 TONS FOR TEMP. SEDIMENT BASIN. 14 INCLUDES ANTI-SEEP COLLAR 15 FOR USE WITH TEMPORARY CULVERT CROSSING 16 FOR USE WITH TEMPORARY CONSTRUCTION EXIT 17 FOR USE WITH ROADWAY PAVEMENTS AND CONNECTION TO STORM WATER SYSTEM 18 FOR USE WITH MSE BRIDGE RETAINING WALLS AND CONNECTION TO STORM WATER SYSTEM 19 FOR USE WITH 3-FT HIGH GRAVITY RETAINING WALL AND CONNECTION TO STORM WATER SYSTEM 20 RAMMED AGGREGATE PIER GROUND IMPROVEMENT SYSTEMS SHALL BE MEASURED ON A LUMP SUM BASIS FOR EACH INDICATED WALL Page 8

21 GRAFFITI PROTECTION SHALL BE A CLEAR ACRYLIC SEALLER AND APPLIED IN (2) COATS. FOR PAINTED CONCRETE BRIDGE ABUTMENT SURFACES, APPLICATION SHALL OCCUR AFTER SUFFICIENT CURE TIME HAS ELLAPSED FOR EACH PREVIOUS SURFACE TREATMENT. 22 INCLUDES QUANTITY FOR 4-INCH THICK CONCRETE LINED SWALES BETWEEN BRIDGES 1 AND 2 TOTAL SCHEDULE 1 - BASE BID TOTAL (TOTAL OF LINE S 1-144): (use words) ($ ) Page 9

UNIT PRICE SCHEDULE SCHEDULE 2: BID ALTERNATE TAXIWAY BRIDGES, DEPRESSED ROADWAY, AND PUMP STATION NO. FOOT NOTE PAY 1 105-01 TDOT SPECIFICATIONS SCHEDULE 2 DESCRIPTION CONSTRUCTION STAKES, LINES, AND GRADES UNIT EST. QUANTITY UNIT PRICE TOTAL EST. PRICE LS 1 $ $ 2 201-01 CLEARING AND GRUBBING LS 1 $ $ 3 1 202-01 4 202-02.01 5 7,8 203-01 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF PIPE (24" CMP, STA. 17+00 LT) ROAD & DRAINAGE EXCAVATION (UNCLASSIFIED) LS 1 $ $ LF 38 $ $ CY 138,087 $ $ 6 2 203-05 UNDERCUTTING CY 10,000 $ $ 7 203-10.16 GRADED SOLID ROCK (IN-PLACE) CY 210 $ $ 8 204-11.01 BRIDGE EXCAVATION (UNCALSSIFIED) CY 39,000 $ $ 9 209-02.05 12" TEMPORARY SLOPE DRAIN LF 75 $ $ 10 209-03.21 FILTER SOCK (12 INCH) LF 13,900 $ $ 11 209-05 SEDIMENT REMOVAL CY 300 $ $ 12 9 209-08.03 13 209-08.05 TEMPORARY SILT FENCE (WITHOUT BACKING) ENHANCED SILT FENCE CHECK (V- DITCH) LF 5,320 $ $ EACH 6 $ $ 14 209-08.07 ROCK CHECK DAM EACH 5 $ $ 15 8 209-09.01 SANDBAGS BAG 600 $ $ 16 209-09.21 POLYACRYLAMIDE GEL LOGS EACH 8 $ $ 17 209-09.41 CURB INLET PROTECTION (TYPE 2) EACH 12 $ $ 18 12 209-11.01 SEDIMENT BASIN RISER (36") EACH 1 $ $ 19 209-11.20 SEDIMENT BASIN BAFFLES LF 140 $ $ 20 8 209-20.03 21 209-20.21 POLYETHYLENE SHEETING (6 MIL. MINIMUM) SEDIMENT POND OUTLET STRUCTURE (4" PVC) SY 4,500 $ $ LS 1 $ $ 22 209-40.31 CATCH BASIN PROTECTION (TYPE B) EACH 18 $ $ 23 301-01 AGGREGATE FOR SUBGRADE TREATMENT, GRADING D TON 2,578 $ $ Page 10

NO. FOOT NOTE PAY TDOT SPECIFICATIONS SCHEDULE 2 EST. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL EST. PRICE 24 303-01.02 GRANULAR BACKFILL (BRIDGES 1 & 2) TONS 49,900 $ $ 25 13,8 303-10.01 MINERAL AGGREGATE (SIZE 57) TON 150 $ $ 26 307-02.01 27 307-02.08 28 402-01 29 402-02 30 403-01 31 604-03.01 32 604-03.02 33 2,22 604-03.07 34 604-03.09 35 22 604-4.10 36 604-07.01 ASPHALT CONCRETE MIX (PG70-22) (BPMB-HM) GRADING A ASPHALT CONCRETE MIX (PG70-22) (BPMB-HM) GRADING B-M2 BITUMINOUS MATERIAL FOR PRIME COAT (PC) AGGREGATE FOR COVER MATERIAL (PC) BITUMINOUS MATERIAL FOR TACK COAT (TC) CLASS "A" CONCRETE (BRIDGES 1 & 2) (4,000 PSI) STEEL BAR REINFORCEMENT (BRIDGES 1 & 2) CLASS A CONCRETE (FOR GENERAL USE) CLASS "D" CONCRETE (BRIDGE DECK) (BRIDGES 1 & 2) GRAFFITI PROTECTION SYSTEM (20% CLEAR ACRYLIC, 2 COAT APPLICATION) RETAINING WALL (3-FT HIGH MODULAR BLOCK GRAVITY RETAINING WALL) TON 720 $ $ TON 586 $ $ TON 8 $ $ TON 31 $ $ TON 2 $ $ CY 7,000 $ $ LB 1,065,000 $ $ CY 42 $ $ CY 1,080 $ $ SF 19,300 $ $ SF 1,325 $ $ 37 604-07.01 RETAINING WALL NO.1 SF 1,400 $ $ 38 604-07.02 RETAINING WALL NO.2 SF 1,477 $ $ 39 604-07.03 RETAINING WALL NO.3 SF 1,614 $ $ 40 604-07.04 RETAINING WALL NO.4 SF 1,665 $ $ 41 604-07.05 RETAINING WALL NO.5 SF 1,820 $ $ 42 604-07.06 RETAINING WALL NO.6 SF 1,820 $ $ 43 604-07.07 RETAINING WALL NO.7 SF 1,562 $ $ 44 604-07.08 RETAINING WALL NO.8 SF 1,594 $ $ 45 604-07.09 RETAINING WALL NO.9 SF 1,553 $ $ 46 604-07.10 RETAINING WALL NO.10 SF 1,634 $ $ 47 605-01 WATERPROOFING, CLASS I (SUBSTRUCTURE) SY 4,450 $ $ 48 605-02 WATERPROOFING, CLASS II (DECK) SY 3,000 $ $ 49 606-04.01 TEST PILES (STEEL PILES, 14 INCH) LF 1,420 $ $ 50 606-04.03 STEEL PILES (14 INCH) LF 65,180 $ $ Page 11

NO. FOOT NOTE PAY 51 3 607-03.02 52 3 607-05.02 53 3 607-06.02 54 3 607-08.02 55 8,14 607-37.04 TDOT SPECIFICATIONS SCHEDULE 2 DESCRIPTION UNIT EST. TOTAL EST. UNIT PRICE QUANTITY PRICE 18" CONCRETE PIPE CULVERT (CLASS III) LF 762 $ $ 24" CONCRETE PIPE CULVERT (CLASS III) LF 475 $ $ 30" CONCRETE PIPE CULVERT (CLASS III) LF 470 $ $ 42" CONCRETE PIPE CULVERT (CLASS III) LF 566 $ $ 30" CORRUGATED METAL PIPE CULVERT LF 42 $ $ 56 611-01.02 MANHOLES, > 4' - 8' DEPTH EACH 7 $ $ 57 611-01.03 MANHOLES, > 8' - 12' DEPTH EACH 2 $ $ 58 2,4 611-02.01 SPRING DRAIN BOX, TYPE 1 EACH 1 $ $ 59 2,4 611-02.02 SPRING DRAIN BOX, TYPE 2A EACH 1 $ $ 60 2,4 611-02.03 SPRING DRAIN BOX, TYPE 2B EACH 1 $ $ 61 2,4 611-02.04 SPRING DRAIN BOX, TYPE 3A EACH 1 $ $ 62 5 611-02.16 JUNCTION BOX (TRANSITION STRUCTURE DS-02) EACH 1 $ $ 63 611-07.01 CLASS A CONCRETE (PIPE ENDWALLS) CY 4 $ $ 64 611-07.02 STEEL BAR REINFORCEMENT (PIPE ENDWALLS) LB 375 $ $ 65 611-12.02 CATCH BASINS, TYPE 12, > 4' - 8' DEPTH EACH 8 $ $ 66 611-14.02 CATCH BASINS, TYPE 14, > 4' - 8' DEPTH EACH 4 $ $ 67 611-39.03 CATCH BASINS, TYPE 39, > 8' - 12' DEPTH EACH 2 $ $ 68 611-42.02 CATCH BASINS, TYPE 42, > 4' - 8' DEPTH EACH 1 $ $ 69 611-43.06 70 615-01.10 CATCH BASINS, TYPE 43, > 20' - 24' DEPTH PRESTRESSED CONC. BULB TEE BEAM (6"WEB) (BT-54) EACH 3 $ $ LF 5,891 $ $ 71 15 621-03.02 18" TEMPORARY DRAINAGE PIPE LF 24 $ $ 72 16 621-03.03 24" TEMPORARY DRAINAGE PIPE LF 40 $ $ 73 630-01.16 6" CONCRETE BOLLARD/GUARD POST EA 10 $ $ 74 701-01.01 CONCRETE SIDEWALK (4") SF 14,951 $ $ 75 702-03 CONCRETE COMBINED CURB & GUTTER CY 224 $ $ 76 705-01.01 GUARDRAIL AT BRIDGE ENDS LF 108 $ $ 77 705-02.02 SINGLE GUARDRAIL (TYPE 2) LF 192 $ $ 78 705-04.04 GUARDRAIL TERMINAL (TYPE 21) EACH 4 $ $ Page 12

NO. FOOT NOTE PAY 79 705-04.10 80 707-01.11 TDOT SPECIFICATIONS SCHEDULE 2 DESCRIPTION UNIT EST. TOTAL EST. UNIT PRICE QUANTITY PRICE EARTH PAD TO GUARDRAIL END TREATMENT EACH 4 $ $ CHAIN-LINK FENCE (6 FOOT) (WITH 3- STRAND BARB WIRE) LF 2,010 $ $ 81 709-05.05 MACHINED RIP-RAP (CLASS A-3) TON 12 $ $ 82 709-05.05 MACHINED RIP-RAP (CLASS A-3) TON 390 $ $ 83 10 709-05.06 MACHINED RIP-RAP (CLASS A-1) TON 655 $ $ 84 8 709-05.08 MACHINED RIP-RAP (CLASS B) TON 100 $ $ 85 18 710-02.01 86 17 710-04 87 18 710-05.01 88 18,19 710-09.01 AGGREGATE UNDERDRAINS (WITH PIPE) (6" PERFORATED PVC) FILTER CLOTH UNDERDRAIN (WITH PIPE) LATERAL UNDERDRAIN (6" SCHED. 40 PVC) PIPE 6" PERFORATED PIPE WITH VERTICAL DRAIN SYSTEM LF 1,850 $ $ LF 3,124 $ $ LF 550 $ $ LF 270 $ $ 89 19 710-09.02 6" PIPE UNDERDRAIN LF 100 $ $ 90 712-01 TRAFFIC CONTROL LS 1 $ $ 91 712-06 SIGNS (CONSTRUCTION) SF 304 $ $ 92 714-02.05 93 714-02.06 94 714-02.07 95 714-02.08 96 714-03.01 97 714-03.03 ENCASED CONDUIT (2W-4" COMM DUCT BANK) ENCASED CONDUIT (5W-4" POWER SERVICE DUCT BANK) ENCASED CONDUIT (2W-4" MLGW POWER SERVICE DUCT BANK) ENCASED CONDUIT (4W-5" MLGW POWER SERVICE DUCT BANK) DIRECT BURIAL CONDUIT (1W-2" SCH 40 PVC ELECTRICAL) DIRECT BURIAL CONDUIT (1W-4" SCH 80 PVC FAA COMM CONDUIT) LF 2,515 $ $ LF 100 $ $ LF 125 $ $ LF 2,365 $ $ LF 460 $ $ LF 100 $ $ 98 714-04.01 CONDUIT (STRUCTURES - 1" RGS) LF 1,500 $ $ 99 714-04.03 CONDUIT (STRUCTURES - 1 1/2" RGS) LF 20 $ $ 100 714-04.04 101 714-05.05 CONDUIT (1W-2" SCH 40 PVC ELECTRICAL UNDER PAVEMENT) PULL BOXES (13"x24"x18" LIGHTING HH) LF 1,435 $ $ EA 5 $ $ 102 714-05.06 PULL BOXES (2'x3'x4' H-20 RATED PB) EA 6 $ $ 103 714-05.15 ELECTRIC MANHOLE (MLGW) EA 6 $ $ 104 714-06.02 CABLE (1/C #12 600V THHW) LF 3,000 $ $ 105 714-06.03 CABLE (1/C #10 600V USE) LF 4,300 $ $ 106 714-06.05 CABLE (1/C #6 600V USE) LF 3,000 $ $ Page 13

NO. FOOT NOTE PAY 107 714-06.09 108 714-06.10 109 714-09.09 110 714-09.10 111 11 740-10.03 TDOT SPECIFICATIONS SCHEDULE 2 DESCRIPTION UNIT EST. TOTAL EST. UNIT PRICE QUANTITY PRICE CABLE (#10 THWN STRANDED YELLOW TRACE WIRE) LF 4,360 $ $ CABLE (#6 SOLID COPPER COUNTERPOISE, W/GND RODS AND LF 7,000 $ $ CONNECTORS) LUMINAIRES (FURNISH AND INSTALL UNDERPASS LIGHT FIXTURE) EA 28 $ $ LUMINAIRES (FURNISH TO OWNER SPARE UNDERPASS LIGHT FIXTURE) EA 3 $ $ GEOTEXTILE (TYPE III) EROSION CONTROL SY 2,540 $ $ 112 801-01.07 TEMPORARY SEEDING (WITH MULCH) UNIT 100 $ $ 113 803-01 SODDING (NEW SOD) SY 31,880 $ $ 114 908-21.01 115 6 1001-01 BEARINGS (REINFORCED ELASTOMERIC) STORM WATER PUMP SYSTEM & LIFT STATION EA 228 $ $ LS 1 $ $ 116 20 1010-01 RAMMED AGGREGATE PIER (WALL 1) LS 1 $ $ 117 20 1010-02 RAMMED AGGREGATE PIER (WALL 2) LS 1 $ $ 118 20 1010-03 RAMMED AGGREGATE PIER (WALL 3) LS 1 $ $ 119 20 1010-04 RAMMED AGGREGATE PIER (WALL 4) LS 1 $ $ 120 20 1010-05 RAMMED AGGREGATE PIER (WALL 5) LS 1 $ $ 121 20 1010-06 RAMMED AGGREGATE PIER (WALL 6) LS 1 $ $ 122 20 1010-07 RAMMED AGGREGATE PIER (WALL 7) LS 1 $ $ 123 20 1010-08 RAMMED AGGREGATE PIER (WALL 8) LS 1 $ $ 124 20 1010-09 RAMMED AGGREGATE PIER (WALL 9) LS 1 $ $ 125 20 1010-10 RAMMED AGGREGATE PIER (WALL 10) LS 1 $ $ 126 01210 MLGW ELECRICAL ALLOWANCE ALLOW 1 $350,000.00 $350,000.00 127 01100 MOBILIZATION LS 1 $1,000,000.00 $1,000,000.00 128 01210 DEMOBILIZATION LS 1 $600,000.00 $600,000.00 SCHEDULE 2 BID ALTERNATE TOTAL (TOTAL OF LINE S 1-128) $ FOOTNOTES 1 INCLUDES 2430 LF FENCE, 1 SECURITY CAMERA, 1138 SY ASPHALT, AND DRAINAGE CULVERT 2 TO BE USED AS DIRECTED BY THE ENGINEER 3 TO BE CLASS III CONCRETE OR PP PIPE AS ALLOWED BY THE TDOT DESIGN GUIDELINES. 4 UNDERGROUND SPRING MAY BE ENCOUNTERED DURING CONSTRUCTION; TYPE AND LOCATIONS UNKNOWN. 5 REFER TO DRAINAGE PLAN SHEETS FOR DETAILS Page 14

6 STORM WATER PUMP SYSTEM S INCLUDE: PRE-FABRICATED HOUSING STRUCTURE & FOUNDATION, GENERATOR & FOUNDATION, TURBINE PUMPS & SHAFTS, SUMP STRUCTURE, TRANSFER SWITCHES, VARIABLE FREQUENCY MOTOR CONTROLLERS, PRESSURE PIPING, ELECTRICAL POWER CONDUIT & CABLING, CONTROL POWER CONDUIT & CABLING, ALL CONNECTIONS, LABOR, MATERIALS, APPERTANACES, NECESSARY TO COMPLETE THE. 7 INCLUDES 644 CY FOR TEMPORARY SEDIMENT BASIN, 2928 CY FOR EMBANKMENT, AND 134,721 CY WASTE EXCAVATION. 15% SHINK/SWELL FACTOR WAS USED. 8 FOR USE WITH TEMP. SEDIMENT BASIN. 9 INCLUDES 500 L.F. ALONG TEMP. SEDIMENT BASIN PERIMETER. 10 INCLUDES 95 TONS FOR TEMP. SEDIMENT BASIN. 11 INCLUDES 144 S.Y. FOR TEMP. SEDIMENT BASIN. 12 INCLUDES ANTI-VORTEX AND TRASH RACK HOOD 13 INCLUDES 27 TONS FOR TEMP. SEDIMENT BASIN. 14 INCLUDES ANTI-SEEP COLLAR 15 FOR USE WITH TEMPORARY CULVERT CROSSING 16 FOR USE WITH TEMPORARY CONSTRUCTION EXIT 17 FOR USE WITH ROADWAY PAVEMENTS AND CONNECTION TO STORM WATER SYSTEM 18 FOR USE WITH MSE BRIDGE RETAINING WALLS AND CONNECTION TO STORM WATER SYSTEM 19 FOR USE WITH 3-FT HIGH GRAVITY RETAINING WALL AND CONNECTION TO STORM WATER SYSTEM 20 RAMMED AGGREGATE PIER GROUND IMPROVEMENT SYSTEMS SHALL BE MEASURED ON A LUMP SUM BASIS FOR EACH INDICATED WALL 21 GRAFFITI PROTECTION SHALL BE A CLEAR ACRYLIC SEALLER AND APPLIED IN (2) COATS. FOR PAINTED CONCRETE BRIDGE ABUTMENT SURFACES, APPLICATION SHALL OCCUR AFTER SUFFICIENT CURE TIME HAS ELLAPSED FOR EACH PREVIOUS SURFACE TREATMENT. 22 INCLUDES QUANTITY FOR 4-INCH THICK CONCRETE LINED SWALES BETWEEN BRIDGES 1 AND 2 TOTAL SCHEDULE 2 - BID ALTERNATE TOTAL (TOTAL OF LINE S 1-128): (use words) ($ ) 5. The Owner reserves the right to reject any or all bids in whole or in part and to waive any informalities, technicalities, or omissions therein. It is intention of the Owner to award a contract based upon the lowest and best responsive and responsible qualified bidder on the unit priced Schedule 1 - Base Bid OR Schedule 2 Bid Alternate. Bidder understands and agrees that, after a review of all the bids, the Owner will select the lowest Schedule 1 - Base Bid OR Schedule 2 Bid Alternate that best suits the Owner's needs within the sole discretion of the Owner. The Bidder further understands and agrees that it has no right to protest or object to the selection of the unit priced Base Bid or Bid Alternate that is selected by the Owner even if the alternate selection would have resulted in the selection of the bidder or another bidder other than the one chosen by the Owner. It is the intent of the Owner to award the project as funding allows and determination will be made based on the availability of project funding. 6. Bidder agrees that the Work: will be completed and ready for final payment within the calendar days (as described in Section 01100) after the date when the Contract Time commences to run. Bidder accepts the provisions of the Contract as to liquidated damages in the event of failure to complete the Work on time. Page 15

7. See Section 00200, INSTRUCTIONS TO BIDDERS, for a complete list of documents that are made a condition of this Bid. 8. Communications concerning this Bid shall be addressed to: The address of Bidder indicated above, or (Printed Name) the following address: email address: 9. The terms used in this Bid which are defined in General Provision Section 10 of the Specifications included as part of the Contract Documents have the meanings assigned to them in the Division 0 and Division 1 Specifications. Submitted on, 20. 10. The undersigned Bidder confirms that (1) neither Bidder nor any of Bidder s potential subcontractors or suppliers have pending claims or litigation, arbitration, or other dispute resolution proceedings where the Owner and Bidder or Bidder s potential subcontractors or suppliers are parties; or (2) such claims or proceedings are pending and Bidder is disclosing same through its own writing and/or the writing of Bidder s potential subcontractors or suppliers and submitting same to Owner with this proposal submittal. Page 16

If Bidder is: An Individual (Individual's Printed Name) doing business as: Business address: (Individual's Signature) Phone No.: FAX No. E-Mail A Partnership (Firm Name) By: (Signature of General Partner and Printed Name) Business address: Phone No.: FAX No. E-Mail Page 17

A Corporation (Corporation Name) By: (Signature of person authorized to sign) Title: (Printed Name) (Corporate Seal) Attest: (Signature of Secretary) (Printed Name) (State of Incorporation) Business address: Phone No.: FAX No. E-Mail A Joint Venture (Joint-Venture) By: (Signature of Joint Venturer) (Printed Name) (Address) Phone No.: FAX No. E-Mail By: (Signature of Joint Venturer) (Printed Name) (Address) Phone No.: FAX No. E-Mail (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). END OF SECTION 00405 Page 18

06/27/17 MSCAA 08-1260-02 DIVISION 0 SECTION 00410 PROPOSAL GUARANTEE KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto Memphis-Shelby County Airport Authority as Owner, in the sum of for the payment of which, well and truly to be made, the said Principal and Surety hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Whereas the Principal has submitted to Memphis-Shelby County Airport Authority a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the Glycol Management Program- Bridges and Site Construction, MSCAA Project No. 08-1260-02. NOW, THEREFORE, if said bid shall be rejected, or in the alternate, if said bid shall be accepted and the Principal shall execute and deliver a contract in accordance with the terms of the Contract Documents and shall furnish a bond for its faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid, then this obligation shall be void, otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, this day of, 20. PRINCIPAL By: (Name and Title) SEAL SURETY By: (Attorney-in-Fact) END OF SECTION 00410 ISSUED FOR BID 00410 Page 1

06/27/17 MSCAA 08-1260-02 THIS PAGE LEFT BLANK INTENTIONALLY. 00410 ISSUED FOR BID Page 2

06/27/17 MSCAA 08-1260-02 DIVISION 0 SECTION 00440 BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark ( ) or the letter X. Bidder or offeror hereby certifies that it will comply with 49 USC 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a nonresponsive determination that may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ISSUED FOR BID 00440 Page 1

06/27/17 MSCAA 08-1260-02 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the item. The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as nondomestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total item component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver Total cost of project using US domestic source product exceeds the total project cost using nondomestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non-domestic product. False Statements: Per 49 USC 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title END OF SECTION 00440 00440 ISSUED FOR BID Page 2

06/27/17 MSCAA 08-1260-02 DIVISION 0 SECTION 00445 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS MSCAA operates a federal Disadvantaged Business Enterprise (DBE) Program and a non-federal Business Diversity Development Program (BDDP) to ensure full and fair opportunities in MSCAA contracting for businesses owned by socially and economically disadvantaged individuals. Memphis- Shelby County Airport Authority (MSCAA) administers both programs according to the regulations that apply to the federal program, primarily 49 CFR Part 26. Because the BDDP program applies to contracts involving non-federal funds, not every aspect of 49 CFR Part 26 is relevant to the BDDP program. In most areas, 49 CFR Part 26 will guide our operation of the BDDP including, but not necessarily limited to, rules dealing with certification and counting participation. Only firms that are certified consistent with 49 CFR Part 26 and by the MSCAA or Tennessee Department of Transportation Unified Certification Program (TN UCP), as identified below, will be considered to be certified as a Disadvantaged Business Enterprise. This section, entitled Disadvantaged Business Enterprise Requirements is provided in an effort to assist Respondents. The information contained in this section is not intended to, nor does it, supplement or amend any federal regulation. All Respondents are responsible for compliance with all applicable federal and MSCAA rules and requirements. It is a requirement that all Respondents providing services for the MSCAA take all reasonable steps to ensure that DBE have a full and fair opportunity to compete for and perform contract work without discrimination on the basis of age, race, sex, color, national origin, creed, religion, sexual orientation or disability. In order to satisfy this requirement, Respondents will be expected to timely submit documentation as identified below and throughout the contract period if selected, and cooperate with MSCAA. Failure to timely submit requested documentation, cooperate with MSCAA or answer inquiries truthfully will be considered a material contract breach and may result in termination. The following documents must be submitted with your response to this solicitation: DBE Assurance Statement/Letter of Intent. The Respondent must submit an Assurance Statement for each DBE whose participation the Respondent is counting toward the goal. This may include first, second, third and so on tier subcontractors and the Respondent and all subcontractors between the Respondent and the DBE should sign the Assurance Statement. The Respondent must submit this Assurance Statement on Company Letterhead. For each Assurance Statement, the Respondent must also provide the written quote or proposal from the DBE or other communication from the DBE upon which the scope of work and dollar value contained in your Assurance Statement is based ( quote/proposal ). For all RFQs using federal monies, the Assurance Statement(s) must still be submitted and list the DBE s to be used and their scope of work, but no dollar amount(s) is entered. Dollar amounts(s) will be submitted by the prevailing Respondent upon completion of the selection process. All portions of the Assurance Statement must be completed (including the description of work, the estimated contract amount, and the estimated dollar value of DBE participation for counting and goal purposes) before the Assurance Statement is signed by either the DBE or the Respondent. If the DBE s, and if applicable the 2nd/3rd Tier Subcontractor s, signature(s) can be obtained on the completed Assurance Statement before the bid ISSUED FOR BID 00445 Page 1

06/27/17 MSCAA 08-1260-02 submission deadline, the Respondent should submit the fully-completed and fully-signed Assurance Statement. If the Respondent submits an Assurance Statement that is completed except for the DBE s, and if applicable, the 2nd/3rd Tier Subcontractor s signature(s) and a quote/proposal from the DBE as described above, the Respondent will be given 24 hours from the bid submission deadline to submit the completed Assurance Statement signed by the DBE and if applicable the 2nd/3rd Tier Subcontractor. Each Assurance Statement submitted during this 24 hour window must conform to the previously submitted Assurance Statement except for DBE signature. These signed Assurance Statements must be submitted pursuant to the same location and time restrictions that applied to the solicitation response and late signed Assurance Statements will only be accepted for good cause as determined solely by MSCAA. MSCAA reserves the right to ask questions of the Respondent, investigate and require additional information as it determines necessary in its sole discretion to ensure that the regulations and MSCAA s rules are followed as it relates to DBE participation. Respondent DBE Goals Accomplishment Statement Submit on Company Letterhead Information on All Firms that Provide Bids or Quotes We ask, but do not require, that the Respondent submit the following information with the response to this solicitation: Voluntary Disclosure of Respondent Data Definition of Socially and Economically Disadvantaged The rules that govern eligibility and certification of DBE are found generally at 49 CFR Part 26.5 and 26.61 through 26.73. These rules define a DBE as a for-profit, small business concern which is at least fifty-one percent (51%) owned and controlled by one or more socially and economically disadvantaged individuals. In the case of any publicly owned business, at least fifty-one percent (51%) of the stock must be owned by one or more socially and economically disadvantaged individuals. In addition, the personal net worth of the socially and economically disadvantaged owners of the small business concern must not exceed one million three hundred twenty thousand dollars ($1,320,000). As defined by 49 CFR, Part 26.5, a socially and economically disadvantaged individual is any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is (1) Any individual who a recipient finds to be a socially and economically disadvantaged individual on a case-by-case basis. (2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: (i) (ii) (iii) Black Americans which includes persons having origins in any of the Black racial groups of Africa; Hispanic Americans which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; Native Americans which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; 00445 ISSUED FOR BID Page 2

06/27/17 MSCAA 08-1260-02 (iv) (v) (vi) (vii) Asian-Pacific Americans which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U. S. Trust Territories of the Pacific islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Tuvalu, Nauru, Federated States of Micronesia, or Hong Kong; Subcontinent Asian Americans which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives islands, Nepal or Sri Lanka; Women; Any additional groups whose members are designated as socially and economically disadvantaged by the SBA, at such time as the SBA designation becomes effective. DBE Liaison Officer The DBE Liaison Officer is responsible for developing, implementing, and monitoring the DBE program on a day-to-day basis in coordination with other appropriate officials; carrying out technical assistance for a DBE ; and, disseminating information on available business opportunities so that a DBE is provided an equitable opportunity to bid on MSCAA contracts. The DBE Liaison Officer reports directly to the President of the MSCAA. For questions or information related to the DBE program, contact Joe Claiborne at (901) 922-2556. DBE Certification MSCAA certifies all of its DBEs through internal processes. The MSCAA compiles a directory of firms who have met the selection criteria for eligibility as a DBE, including 49 CFR Part 26. You can review the searchable directory of certified firms for MSCAA at our website (https://mscaa.mwdbe.com/). In the right hand column, you will find links to both the TN UCP Directory and the MSCAA DBE/ACDBE Directory. The TN UCP is a cooperative of entities which are recipients of federal funds that have developed a one-stop shop for certification throughout the State of Tennessee of which MSCAA is a certifying member. In order to be considered as meeting the DBE goal for a contract, each business wishing to participate as a DBE or a joint venture DBE, must either be: (1) certified by the MSCAA or the TN UCP in accordance with 49 CFR Part 26, or; (2) receive affirmation from the MSCAA or the TN UCP that their certification from another entity is consistent with and acceptable to the MSCAA or the TN UCP. Persons or entities who consider themselves a DBE but who are not certified by MSCAA, the TN UCP as a DBE, have not received affirmation from the MSCAA or the TN UCP that their certification from another entity is consistent with and acceptable to the MSCAA or the TN UCP will not be considered. Unless a firm meets the criteria above by the time the responses to this solicitation are due, its participation will not be considered as meeting the DBE goal in the solicitation. Each business wishing to participate as a DBE or a joint venture DBE must be certified at the time of bid opening and a current copy of the DBE s certification must be attached to the Assurance Statement. Identification of Contract Goal and Requirements ISSUED FOR BID 00445 Page 3

06/27/17 MSCAA 08-1260-02 As an example: For this contract, the DBE goal is established as 29%. In order to be responsive, a Respondent must either meet the goal or make good faith efforts to do so. Good faith efforts are defined in Appendix A to 49 CFR Part 26 and discussed in the following section. If a Respondent s DBE Assurance Statement proposes a DBE percentage less than the established goal, the Respondent must, at the time of making the response, submit appropriate documentation justifying its submitted DBE percentage. MSCAA reserves the right to request additional documentation or information from Respondent regarding its DBE Assurance Statement and, if applicable, any good faith efforts documentation. If MSCAA enters into a contract based on the Respondent s DBE Goals Accomplishment Statement and documentation, the DBE percentage accepted by MSCAA will become a contractual requirement. If the Respondent s DBE Assurance Statement proposes to attain a DBE percentage higher than the established goal, the established goal will remain the contractual requirement. Respondents shall not contract with, demand, require or coerce a DBE into any agreement or into the signing of any Assurance Statement or any other document which prohibits the DBE from providing subcontracting quotations or doing business with other Respondents. The DBE shall be free to provide their services to any number of Respondents. To ensure that all obligations under sub-contracts awarded to a DBE are met, the MSCAA will review the agreement between the Respondent and DBE, and Respondent s DBE involvement efforts during the performance of the contract. The Respondent shall bring to the attention of the MSCAA any situation in which regularly scheduled progress payments are not made to a DBE. If, in the opinion of the MSCAA, the Respondent has made significant deviations from the DBE program commitments, it shall be considered a breach of contract. Good Faith Efforts Statement and Requirements In order to be responsive, Respondents must either meet the DBE goal or make good faith efforts to meet the goal. Respondents who do not meet the goal must establish adequate good faith efforts by submitting documentation along with the Respondent DBE Goals Accomplishment Statement. This statement should show that they took all necessary and reasonable steps to achieve the DBE goal, which could reasonably be expected to obtain sufficient DBE participation, even if they were not fully successful. The Respondent s DBE Goals Accomplishment Statement and supporting documents should conform to the good faith requirements outlined in Appendix A of 49 CFR Part 26. The following is a list of types of actions that may be part of a Respondent s efforts to obtain DBE participation and may be included in the Respondent DBE Goals Accomplishment Statement and documentation. This list is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: A. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified as a DBE who have the capability to perform the work of the contract. The Respondent must solicit this interest within sufficient time to allow the DBE to respond to the solicitation and take appropriate steps to follow-up initial solicitations to determine interest. B. Selecting portions of the work to be performed by a DBE in order to increase the likelihood that the goals of the will be achieved. C. Providing any interested DBE with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. D. Negotiating in good faith with any interested DBE. It is the Respondent s responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those 00445 ISSUED FOR BID Page 4