CITY OF AURORA, MISSOURI

JERRY SUMNERS SR. AURORA MUNICIPAL

State Block Grant Project No. 18-091B-1

Base Bid Construct Hangar Taxilanes Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised Per Addendum No. 1) Add Alternate No. 2 Construct 4” Asphalt Pavement

ADDENDUM NO. 2

August 26, 2019

TO ALL PROSPECTIVE BIDDERS:

A. You are hereby notified of the following amendments to the Contract Documents/Specifications for the subject project.

1. Section 1, Notice to Bidders. The quantity tables have been adjusted related to changes made in Addendum No. 2.

Revised Notice to Bidders is included with this addendum for reference.

2. Section 15, Item P-501, Portland Cement Concrete (PCC) Pavement. Section 501-2.1.c has been revised to remove the crushed granite requirements. This section now reads:

“Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. Coarse aggregate material requirements and deleterious limits are shown in the table below; washing may be required to meet aggregate requirements. (Revised per Addendum No. 2) ”

Revised Portland Cement Concrete (PCC) Pavement, Page 15-2 is included with this addendum for reference.

3. Proposal Form. Quantities have been adjusted related to changes made in Addendum No. 2.

Revised Proposal Form is included with this addendum for reference.

1 of 3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\ADDENDUMS\ADDENDUM NO. 2\Addendum No. 2 (2H2).docx B. You are hereby notified of the following amendments to the Construction Plans for the subject project.

1. Sheet No. 3, Construction Safety & Phasing Plan. This entire sheet has been revised to show a typical section for the portion of Airport Road that Lochner designed. Two alternative Contractor Haul Routes have been depicted that do not utilize Airport Road. Total Construction Schedule notes on this sheet now include language for restoring the haul routes to their original, or better, condition.

Revised Construction Safety & Phasing Plan is included with this addendum for reference.

2. Sheet No. 5, Typical Sections & Quantities. Summary of Quantities and Earthwork tables have been revised to reflect the latest changes via Addendum No. 2.

Revised Typical Sections & Quantities is included with this addendum for reference.

3. Sheet No. 7, South Taxilane Plan and Profile. This entire sheet has been revised to reflect the adjusted profile and RCP.

Revised South Taxilane Plan and Profile is included with this addendum for reference.

4. Sheet No. 9, Ditch Plan and Profile. This entire sheet has been revised to reflect the new ditch alignment and grading plan.

Revised Ditch Plan and Profile is included with this addendum for reference.

5. Sheet No. 10, Grading Plan. This entire sheet has been revised to reflect the new ditch alignment and grading plan. The coverage of the Type 2C Erosion Control Blanket has been reduced within the building footprint and adjusted with the ditch alignment. The rate of application for hydromulch and tackfier is specified. A typical section for the excess excavation is shown.

Revised Grading Plan is included with this addendum for reference.

6. Sheet No. 11, Spot Elevations. Spot elevations related to the South Taxilane have changed due to the profile change.

Revised Spot Elevations is included with this addendum for reference.

7. Sheet No. 13, Add Alternate No. 1 Joint Plan. This entire sheet has been revised to incorporate a new joint type, Type J.

Revised Add Alternate No. 1 Joint Plan is included with this addendum for reference.

8. Sheet No. 14, Add Alternate No. 1 Joint Details. Type J Joint detail added to this sheet.

Revised Add Alternate No. 1 Joint Details is included with this addendum for reference.

2 of 3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\ADDENDUMS\ADDENDUM NO. 2\Addendum No. 2 (2H2).docx C. You are hereby notified of the following amendments to the Official Bid Form for the subject project.

1. Pages PF-1 and PF-2. These sheets have been modified to reflect the most up to date quantities and line item names.

Revised Official Bid Form is included with this addendum for reference, in its entirety. IMPORTANT NOTE: All bidders submitting a proposal for this project must use the Official Bid Form that reads “ OFFICIAL BID FORM REVISED PER ADDENDUM NO. 2” in the header of the document, which is included with this addendum. Please replace all previous Official Bid Form pages with this updated version when preparing your bid.

D. A copy of the pre-bid meeting minutes and attendees list is included with this addendum.

E. All bidders must acknowledge receipt of this addendum in the space provided on page PF-4 of the Proposal Form. Failure to acknowledge receipt of an addendum may be cause for rejection of the bid.

3 of 3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\ADDENDUMS\ADDENDUM NO. 2\Addendum No. 2 (2H2).docx SECTION 1 NOTICE TO BIDDERS

CITY OF AURORA, MISSOURI JERRY SUMNERS SR. State Block Grant Project No. 18-091B-1

Sealed bids subject to the conditions and provisions presented herein will be received until 11:00 a.m. (CDT), Tuesday, September 3rd, 2019, and then publicly opened and read at the City Clerk’s Office, City Hall, 2 W. Pleasant, Aurora, Missouri 65605 , for furnishing all labor, materials, equipment and performing all work necessary to Base Bid Construct Hangar Taxilanes Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised per Addendum No. 1) Add Alternate No. 2 Construct 4” Asphalt Pavement

Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at: The City Clerk’s Office Lochner City Hall 16105 W. 113 th Street 2 W. Pleasant Suite 107 Aurora, MO 65605 Lenexa, KS 66219

Drawings, specifications, official bid form, and other related contract information may be ordered online at www.drexeltech.com or by contacting Drexel Technologies, Inc. at 10840 W. 86 th Street, Lenexa, KS 66214, phone (913) 371-4430, fax (913) 371-7128. Checks shall be made payable to “Drexel Technologies” and mailing costs are the responsibility of the purchaser. Drawings, specifications, official bid form, any addenda, and a plan holders list are available at www.drexeltech.com by clicking on “Enter Plan Room”.

A prebid conference for this project will be held at 11:00 a.m. (CDT), Tuesday, August 20 th , 2019, at the Airport Terminal Building.

Contract Work Items. This project will involve the following work items and estimated quantities. Prospective bidders are hereby advised that the quantities indicated herein are approximate and are subject to change.

ITEM SPEC. ITEM DESCRIPTION QTY. UNIT NO.

MoDOT PROJECT NO. 18-091B-1 BASE BID CONSTRUCT HANGAR TAXILANES Erosion Control Barrier (Silt Fence) 1 C-102 450 L.F. (Revised Per Addendum No. 2) 2 C-102 Erosion Control Barrier (Straw Wattle) 195 L.F. 3 C-105 Mobilization 1 L.S. 4 TEMP Temporary Marking, Lighting, & Barricades 1 L.S. 5 P-101 Saw Cut 234 L.F. 6 P-620 Reflectorized Pavement Marking 440 S.F. 7 P-620 Non-Reflectorized Pavement Marking 880 S.F. 8 D-701 36" Storm Pipe 219 L.F.

1-1

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\01 NTB.Docx Rev. 4/11/18 ITEM SPEC. ITEM DESCRIPTION QTY. UNIT NO. 9 D-701 36" RCP End Section 2 EA. 10 D-705 Perforated Underdrain, Complete (4") (Schedule 80) 468 L.F. 11 D-705 Underdrain Cleanout Riser 2 EA. 12 D-705 Splash Pad 1 EA. 13 D-705 Connect Underdrain to Proposed Storm Pipe 2 EA. 14 T-901 Seeding (Revised Per Addendum No. 2) 3.0 AC. 15 T-905 Placement of Topsoil (Obtained on Site) 1 L.S. 16 T-908 HydroMulch (Revised Per Addendum No. 2) 2.7 AC. Erosion Control Blanket (Type 2C) 17 TREC S.Y. (Revised Per Addendum No. 2) 1,983 18 PTM Permanent Transition Mat 280 S.F. ADD ALTERNATE 1 CONSTRUCT 6" P.C.C. PAVEMENT 1 C-100 Contractor Quality Control Program (CQCP) 1 L.S. Unclassified Excavation 2 P-152 (Revised Per Addendum No. 2) 3,552 C.Y. Unsuitable Subgrade Removal and Replacement 3 P-152 355 C.Y. (Revised Per Addendum No. 2) P-155,P-157, Treated Subgrade (6") 4 3,154 S.Y. or P-158 (Added Per Addendum No. 1) P-208, P-209 Aggregate Base Course (5") 5 3,154 S.Y. or P219 (Revised Per Addendum No. 1) P-208, P-209 Separation Geotextile 6 3,154 S.Y. or P219 (Added Per Addendum No. 1) P.C.C. Pavement (6") 7 P-501 (Revised Per Addendum No. 1) 3,030 S.Y. ADD ALTERNATE 2 CONSTRUCT 4" ASPHALT PAVEMENT 1 C-100 Contractor Quality Control Program (CQCP) 1 L.S. Unclassified Excavation 2 P-152 C.Y. (Revised Per Addendum No. 2) 3,486 Unsuitable Subgrade Removal and Replacement 3 P-152 C.Y. (Revised Per Addendum No. 2) 349 P-155,P-157, Treated Subgrade (6") 4 S.Y. or P-158 (Added Per Addendum No. 1) 3,121 P-208, P-209 Aggregate Base Course (4") 5 S.Y. or P219 (Revised Per Addendum No. 1) 3,121 P-208, P-209 Separation Geotextile 6 S.Y. or P219 (Added Per Addendum No. 1) 3,121 7 P-403 Asphalt Mixture Surface Course 710 Ton 8 P-602 Emulsified Asphalt Prime Coat 900 Gal. 9 P-603 Emulsified Asphalt Tack Coat 210 Gal.

Contract Time. The owner has established a contract performance time of Sixty Five (65) calendar days from the date of the Notice-to-Proceed. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed in the project manual.

Bid Security. No bid will be considered unless accompanied by a certified check or cashier’s check on any bank or trust company insured by the Federal Deposit Insurance Corporation, payable to City of Aurora , for not less than five

1-2

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\01 NTB.Docx Rev. 4/11/18 (5) percent of the total amount of the bid, or by a bid bond secured by an approved surety or sureties, payable to the owner, for not less than five (5) percent of the total amount of the bid.

Bonding Requirements . The successful bidder will be required to furnish separate performance and payment bonds each in an amount equal to 100% of the contract price at the time of contract execution. Award of Contract. All proposals submitted in accordance with the instructions presented herein will be subject to evaluation. Bids may be held by the City of Aurora for a period not to exceed Ninety (90) Calendar Days from the date of the bid opening for the purpose of conducting the bid evaluation.

Award of contract will be based on the lowest aggregate sum proposal submitted from those bidders that are confirmed as being responsive and responsible. If more than one base bid is listed in the Proposal Form, the bidder may bid on Base Bid No. 1 and/or Base Bid No. 2. The bidder has the option of submitting a bid for the Base Bid plus Add Alternate No. 1 and Base Bid plus Add Alternate No. 2, or just the Base Bid plus Add Alternate No. 1 or just the Base Bid plus Add Alternate No. 2. If not submitting a bid for Add Alternate No. 1 or Add Alternate No. 2, insert the words “NO BID” for the appropriate Add Alternate in the Official Bid Form. (Added Per Addendum No. 1) The owner reserves the right to select any one of the combinations of the base bid(s) and alternate bid(s), which in the judgment of the owner, best serves the owner’s interest. The right is reserved, as the City of Aurora may require, to reject any bid and all bids.

Award of contract is contingent upon the owner receiving Federal-funding assistance under the State Block Grant Program.

Notice-To-Proceed It is the intent of the Owner to issue the Notice-To-Proceed (NTP) as soon as practical after the Award of Contract. The anticipated NTP date is Monday, April 5 th , 2020.

Federal Provisions. This project is subject to the following Federal provisions, statutes and regulations:

Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60: The Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity: 1. The Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions.

2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Timetables Goals for minority participation for each trade: 2.3% (Lawrence County) Goals for female participation in each trade: 6.9%.

These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally- assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor is also subject to the goals for both its federally involved and non-federally involved construction.

The contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade,

1-3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\01 NTB.Docx Rev. 4/11/18 and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is the Jerry Sumners Sr. Aurora Municipal Airport, City of Aurora, Lawrence County, Missouri.

Certification of Nonsegregated Facilities – 41 CFR Part 60: A certification of Nonsegregated Facilities must be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause.

Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

Disadvantaged Business Enterprise – 49 CFR Part 26: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of MoDOT and the City of Aurora to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals regardless of their business size or ownership. Awards of this contract will be conditioned upon satisfying the requirements of this section. These requirements apply to all bidders, including those who qualify as a DBE. The owner’s award of this contract is condition upon the bidder satisfying the good faith effort requirements of 49 CFR §26.53. A DBE contract goal of 5.0 percent has been established for this contract. The non-DBE bidder shall subcontract 5.0 percent of the dollar value of the base bid(s), excluding any additive alternates, to disadvantaged business enterprises (DBE) or make good faith efforts to meet the DBE contract goal. The bidder and any subcontractor who qualifies as a DBE who subcontracts work to another non-DBE firm must subtract the amount of the non- DBE contract from the total DBE work counted toward the goal, as defined in 49 CFR Part 26.55 .

The apparent successful competitor will be required to submit the following information as a condition of bid responsiveness: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) written statement from bidder that attests their commitment to use the DBE firm(s) listed under (1) above to meet the owner’s project goal; and (5) if the contract goal is not met, evidence of good faith efforts undertaken by the bidder, as described in Appendix A to 49 CFR Part 26.

The apparent successful competitor must provide written confirmation of participation from each of the DBE firms listed in their commitment with the proposal documents as a condition of bid responsiveness.

Davis-Bacon Act, as amended – 29 CFR Part 5: The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the United States Department of Labor included in the supplementary provisions.

1-4

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\01 NTB.Docx Rev. 4/11/18 In addition, the contractor will also be required to comply with the wage and labor requirements and pay minimum wages in accordance with the schedule of wage rates established by the Missouri Division of Labor Standards included in the Supplementary Provisions.

The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage.

Debarment, Suspension, Ineligibility and Voluntary Exclusion – 49 CFR Part 29: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

Foreign Trade Restriction – 49 CFR Part 30: The Bidder and Bidder’s subcontractors, by submission of an offer and/or execution of a contract, is required to certify that it:

a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR);

b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; or

c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list.

Buy American Certificate – Aviation Safety and Capacity Act of 1990: This contract is subject to the “Buy American Preferences” of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to certify that steel and manufactured products have been produced in the United States and to clearly identify those items produced or manufactured outside of the United States.

Additional Provisions: Modification to the project documents may only be made by written addendum by the Owner or Owner’s authorized Representative.

The proposal must be made on the official bid form provided separate from the bound project manual. Bidders must supply all required information prior to the time of bid opening.

1-5

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\01 NTB.Docx Rev. 4/11/18 Fine Aggregate Material Requirements

Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 10% maximum using Sodium sulfate - or - Magnesium Sulfate 15% maximum using magnesium sulfate Sand Equivalent 45 minimum ASTM D2419 Fineness Modulus (FM) 2.50 ≤ FM ≤ 3.40 ASTM C136 Limits for Deleterious Substances in Fine Aggregate for Concrete

Clay lumps and friable 1.0% maximum ASTM C142 particles Coal and lignite 0.5% using a medium with a density of Sp. Gr. ASTM C123 of 2.0 Total Deleterious Material 1.0% maximum

c. Coarse aggregate. The maximum size coarse aggregate shall be 3/4-inch . Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates shall have no known history of detrimental pavement staining. Steel blast furnace slag shall not be permitted. Coarse aggregate material requirements and deleterious limits are shown in the table below; washing may be required to meet aggregate requirements. (Revised per Addendum No. 2)

Coarse Aggregate Material Requirements

Material Test Requirement Standard Resistance to Degradation Loss: 40% maximum ASTM C131

Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 12% maximum using Sodium sulfate - or - Magnesium Sulfate 18% maximum using magnesium sulfate Flat, Elongated, or Flat and 8% maximum, by weight, of flat, elongated, or ASTM D4791 Elongated Particles flat and elongated particles at 5:1 for any size group coarser than 3/8 (9.5 mm) sieve 1 Bulk density of slag 2 Weigh not less than 70 pounds per cubic foot ASTM C29 (1.12 Mg/cubic meter) 1 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having a ratio of length to width greater than five (5). 2 Only required if slag is specified.

Crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test requirements but must meet all other quality tests specified in Item P-501.

15-2

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\TECHNICAL\15 P-501.docx AC 150/5370-10H PROPOSAL FORM CITY OF AURORA, MISSOURI State Block Grant Project No. 18-091B-1

TO: City of Aurora, Missouri

The undersigned, in compliance with the request for bids for construction of the following Project:

Base Bid Construct Hangar Taxilanes Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised per Addendum No. 1) Add Alternate No. 2 Construct 4” Asphalt Pavement hereby proposes to furnish all labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for construction of the Project in accordance with the project manual, project drawings and issued Addenda within the specified time of performance for the following prices:

FAA or APPROX. BID ITEM MoDOT ITEM DESCRIPTION QTY. UNIT PRICE EXTENSION SPEC. AND UNITS DOLLARS CTS DOLLARS CTS BASE BID CONSTRUCT HANGAR TAXILANES Erosion Control Barrier (Silt Fence) 450 1 C-102 (Revised Per Addendum No. 2) L.F. 195 2 C-102 Erosion Control Barrier (Straw Wattle) L.F. 1 3 C-105 Mobilization L.S. 1 4 TEMP Temporary Marking, Lighting, & Barricades L.S. 234 5 P-101 Saw Cut L.F. 440 6 P-620 Reflectorized Pavement Marking S.F. 880 7 P-620 Non-Reflectorized Pavement Marking S.F. 219 8 D-701 36" Storm Pipe L.F. 2 9 D-701 36" RCP End Section EA. Perforated Underdrain, Complete (4") 468 10 D-705 (Schedule 80) L.F. 2 11 D-705 Underdrain Cleanout Riser EA. 1 12 D-705 Splash Pad EA. Connect Underdrain to Proposed Storm 2 13 D-705 Pipe EA. 3.0 14 T-901 Seeding (Revised Per Addendum No. 2) AC. 1 15 T-905 Placement of Topsoil (Obtained on Site) L.S.

PF-1

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 2.7 16 T-908 HydroMulch (Revised Per Addendum No. 2) AC. Erosion Control Blanket (Type 2C) 1,983 17 TREC (Revised Per Addendum No. 2) S.Y. 280 18 D-705 Permanent Transition Mat S.F. TOTAL BASE BID

ADD ALTERNATE 1 CONSTRUCT 6" P.C.C. PAVEMENT 1 1 C-100 Contractor Quality Control Program (CQCP) L.S. Unclassified Excavation 3,552 2 P-152 (Revised Per Addendum No. 2) C.Y. Unsuitable Subgrade Removal and 355 3 P-152 Replacement (Revised Per Addendum No. 2) C.Y. P-155, P-157, Treated Subgrade (6") 3,154 4 or P-158 (Added Per Addendum No. 1) S.Y. P-208, P-209 Aggregate Base Course (5") 3,154 5 or P219 (Revised Per Addendum No. 1) S.Y. P-208, P-209 Separation Geotextile 3,154 6 or P219 (Added Per Addendum No. 1) S.Y. P.C.C. Pavement (6") 3,030 7 P-501 (Revised Per Addendum No. 1) S.Y. ADD ALTERNATE 1 TOTAL

ADD ALTERNATE 2 CONSTRUCT 4" ASPHALT PAVEMENT 1 1 C-100 Contractor Quality Control Program (CQCP) L.S. Unclassified Excavation 3,486 2 P-152 (Revised Per Addendum No. 2) C.Y. Unsuitable Subgrade Removal and 349 3 P-152 Replacement (Revised Per Addendum No. 2) C.Y. P-155, P-157, Treated Subgrade (6") 3,121 4 or P-158 (Added Per Addendum No. 1) S.Y. P-208, P-209 Aggregate Base Course (4") 3,121 5 or P219 (Revised Per Addendum No. 1) S.Y. P-208, P-209 Separation Geotextile 3,121 6 or P219 (Added Per Addendum No. 1) S.Y. 710 7 P-403 Asphalt Mixture Surface Course Ton 900 8 P-602 Emulsified Asphalt Prime Coat Gal. 210 9 P-603 Emulsified Asphalt Tack Coat Gal. ADD ALTERNATE 2 TOTAL

BASE BID AND ADD ALTERNATE 1 TOTAL BASE BID AND ADD ALTERNATE 2 TOTAL

ACKNOWLEDGEMENTS BY BIDDER

a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities established by the OWNER are an approximate estimate of the quantities required to fully complete the Project and that the estimated quantities are principally intended to serve as a basis for evaluation of bids. The BIDDER further

PF-2

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 acknowledges and accepts that payment under this contract will be made only for actual quantities and that quantities will vary in accordance with the General Provisions subsection entitled “Alteration of Work and Quantities”.

b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the General Provisions. The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER.

c. As evidence of good faith in submitting this proposal, the undersigned encloses a bid guaranty in the form of a certified check, cashier’s check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage.

d. The BIDDER acknowledges and accepts the OWNER’S right to reject any or all bids.

e. The BIDDER acknowledges and accepts the OWNER’S right to hold all Proposals for purposes of review and evaluation and not issue a notice of award for a period not to exceed Ninety (90) calendar days from the stated date for receipt of bids.

f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within thirty (30) days of the notice of award, and furthermore, and provide executed payment and performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that failure to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the owner as a liquidated damage.

g. Time of Performance: By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written “Notice to Proceed” as issued by the OWNER. The undersigned further agrees to complete the Project within Sixty Five (65) Calendar days from the commencement date specified in the Notice Proceed.

h. The undersigned acknowledges and accepts that for each and every Calendar day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of $1,500 per Calendar day as a liquidated damages to the OWNER.

i. The undersigned prime contractor, if not a MoDOT certified DBE, hereby assures that they will subcontract 5.0 percent of the dollar value of the prime contract to DBE firms or make good faith efforts to meet the DBE contract goal. In addition, the prime contractor will include the DBE clauses (see Supplementary Provision No. 6 of the Federal and State Provisions) required by the DBE Program adopted by MoDOT and the Sponsor in all contracts and subcontracts relating to this project. The undersigned will complete the DBE Participation information included herein when a DBE goal has been established, including a demonstration of good faith efforts if the DBE goal is not met. If the undersigned prime contractor is a MoDOT certified DBE firm, then the prime contractor must perform at least thirty percent (30%) of the total contract value work with its own forces, and will receive DBE credit for all work which the prime contractor and any other MoDOT certified DBE firm performs directly.

j. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject to the provisions of the Davis-Bacon Act and the Missouri Prevailing Wage Law. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached wage rate determinations as issued by the United States Department of Labor and the Missouri Division of Labor Standards. The BIDDER further acknowledges and accepts their requirement to incorporate the provision to pay the established prevailing wages in every subcontract agreement entered into by the Bidder under this project. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage.

PF-3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 k. Compliance Reports (41 CFR Part 60-1.7): Within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months preceding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions:

1. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. 2. Has 50 or more employees. 3. Is a prime contractor or first tier subcontractor. 4. There is a contract, subcontract, or purchase order amounting to $50,000 or more l. The undersigned acknowledges receipt of the following addenda:

Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received

REPRESENTATIONS BY BIDDER

By submittal of a proposal (bid), the BIDDER represents the following:

a. The BIDDER has read and thoroughly examined the bid documents, including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has fully informed themselves of the project site, the project site conditions and the surrounding area. d. The BIDDER has familiarized themselves with the requirements of working on an operating airport and understands the conditions that may in any manner affect cost, progress or performance of the work. e. The BIDDER has correlated their observations with that of the project documents. f. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work. g. The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work. h. The BIDDER has complied with all requirements of these instructions and the associated project documents.

CERTIFICATIONS BY BIDDER

a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER’S has direct or indirect financial interest in this proposal.

b. Trade Restriction Certification (49 U.S.C. § 50104, 49 CFR Part 30) The submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror:

1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (U.S.T.R.);

PF-4

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R.; and

3. has not entered into any subcontract for any product to be used on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R.

This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:

1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or

2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or

3. who incorporates in the public works project any product of a foreign country on such U.S.T.R. list.

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R., unless the Offeror has knowledge that the certification is erroneous.

This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.

c. Certification of Offeror/Bidder Regarding Debarment (2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5) By submitting a bid/proposal under this solicitation, the Bidder or Offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

d. Certification of Lower Tier Contractors Regarding Debarment (2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5) The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently

PF-5

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov ; 2. Collecting a certification statement similar to the Certificate of Offeror/Bidder Regarding Debarment and Suspension, above; 3. Inserting a clause or condition in the covered transaction with the lower tier contract.

If the FAA and/or MoDOT later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA and/or MoDOT may pursue any available remedies, including suspension and debarment of the non-compliant participant.

f. Certification Regarding Lobbying (31 U.S.C. § 1352, 2 CFR § 200 Appendix II(J), 49 CFR Part 20, Appendix A)

The Bidder or Offer certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employer of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, United States Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such failure.

g. Buy American Certification: (Title 49 U.S.C. § 50101) The bidder agrees to comply with 49 U.S.C. § 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 submit the appropriate 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.

Type of Certification is based on Type of Project:

There are two types of Buy American certifications.

PF-6

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18

• For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted.

• For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non-building construction projects such as or roadway construction; or equipment acquisition projects) must be submitted.

*****

PF-7

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.)

As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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 U.S. domestic products. 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

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 non-responsive determination that may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To furnish U.S. domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

Required Documentation

Type 3 Waiver – The cost of components and subcomponents produced in the United States is more than 60% of the cost of all components and subcomponents of the “facility”. The required documentation for a Type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100% U.S. 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 non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total “facility” component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location.

Type 4 Waiver – Total cost of project using U.S. domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a Type 4 waiver is:

PF-8

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 a) Detailed cost information for total project using U.S. 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

Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects, equipment acquisition projects)

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 of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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; 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 U.S. domestic product. 3. To furnish U.S. 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.

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 non-responsive determination which may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. 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.

PF-9

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 Required Documentation

Type 3 Waiver – The cost of the item components and subcomponents produced in the United States is more than 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% U.S. 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 non-domestic 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 and at place of manufacture.

Type 4 Waiver – Total cost of project using U.S. domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a Type 4 waiver is: d) Detailed cost information for total project using U.S. domestic product. e) 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

h. Compliance with the Work Authorization Law (as required by Section 285.530, Revised Statues of Missouri)

For all contracts where the total bid amount is in excess of $50,000 (local match in excess of $5,000), the Bidder, by submission of an offer and by signing the Worker Eligibility Verification Affidavit for All Contract Agreements in Excess of $50,000, certifies that it:

1. does not knowingly employ any person who is an unauthorized alien in connection with the contracted services;

2. has enrolled and actively participates in a federal work authorization program;

A general contractor or subcontractor of any tier shall not be liable under sections 285.525 to 285.550 when such general contractor or subcontractor contracts with its direct subcontractor who violates subsection 1 of this section, if the contract binding the contractor and subcontractor affirmatively states that the direct subcontractor is not knowingly in violation of subsection 1 of this section and shall not henceforth be in such violation and the contractor or subcontractor receives a sworn affidavit under the penalty of perjury attesting to the fact that the direct subcontractor’s employees are lawfully present in the United States.

PF-10

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18

WORKER ELIGIBILITY VERIFICATION AFFIDAVIT FOR ALL CONTRACT AGREEMENTS IN EXCESS OF $50,000 (Local match in excess of $5,000) (for joint ventures, a separate affidavit is required for each business entity)

STATE OF ______) ) ss COUNTY OF ______)

On this ______day of ______, 20_____, before me appeared ______, personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, deposed as follows: My name is ______, and I am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the state or any of its political subdivisions to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities: I am the ______of ______, and I am duly authorized, directed, and/or (title) (business name) empowered to act officially and properly on behalf of this business entity. I hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security, and the aforementioned business entity shall participate in said program to verify information (employment eligibility) of newly hired employees working in connection to work under the within contract agreement. I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo. In addition, I hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection to work under the within contract agreement, any alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3). I am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections 285.525 through 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. I acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not under duress. ______(Affiant Signature)

Subscribed and sworn to before me this ______day of ______, 20_____.

______(Notary Public) My commission expires:

[Documentation of enrollment/participation in a federal work authorization program is attached. Acceptable enrollment and participation documentation consists of the following two pages of the E-Verify Memorandum of Understanding: (1) A valid, completed copy of the first page identifying the business entity; and (2) A valid copy of the signature page completed and signed by the business entity, the Social Security Administration, and the Department of Homeland Security – Verification Division.]

PF-11

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION

The information shown in this section must be completed when a DBE contract goal has been established. The percentage must equal or exceed the DBE contract goal. If the percentage is below the contract goal, then the bidder must submit complete written documentation of good faith efforts taken to meet the DBE contract goal.

a. The undersigned submits the following list of DBEs to be used in accomplishing the work of this contract. The work, supplies or services, applicable value and percent of total federal contract each DBE is to perform or furnish is as follows:

b. Joint venture with a DBE. The undersigned submits the following list of bid items the DBE prime is responsible for and any items that will be subcontracted out are noted with an asterisk or a similar notation. The work, applicable value and percentage of total federal contract the DBE prime is responsible for are as follows:

(D) (E) (F) (B) (C) Percent Dollar Percent of Bid Item (A) Dollar Value Applicable Amount Total Number(s) DBE Name and Address of DBE Work to DBE Applicable to Contract Or Work Goal DBE Goal Performed ** (C / Total Contract (100%, 60%) (C x D) Amount)

TOTAL DBE PARTICIPATION $ %

** Cannot exceed contract amount for given item of work. Trucking services credited at 100% if the DBE owns the trucks or is leasing from a DBE firm Merchant wholesalers (supply) are credited at 60%. Brokered services will only receive credit for fees.

(Please reproduce the above sheet if additional space is needed.)

PF-12

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 SIGNATURE OF BIDDER

The undersigned states that the correct LEGAL NAME AND ADDRESS of (1) the individual bidder, (2) each partner or joint venturer (whether individuals or corporations, and whether doing business under a fictitious name), or (3) the corporation (with the state in which it is incorporated) are shown below; that (if not signing with the intention to bind themselves to become responsible and sole bidder) they are the agent of, and they are signing and executing this (as indicated in the proper spaces below) as the bid of a

( ) sole individual ( ) partnership ( ) joint venture

( ) corporation, incorporated under the laws of state of ______.

Executed by bidder this ______day of ______20______.

Name of individual, all partners or joint venturers: Address of each:

doing business under the name of: Address of principal place of business in Missouri:

(If using a fictitious name, show this name above in addition to legal names)

(If a corporation, show its name above)

ATTEST: (SEAL)

(Signature) (Title) (Signature) (Title)

Please print name Please print name

NOTE: If bidder is doing business under a fictitious name, the bid shall be executed in the legal name of the individual partners, joint ventures, or corporation, with the legal address shown, and registration of fictitious name filed with the secretary of state, as required by sections 417.200 to 417.230 RSMo. If the bidder is a corporation not organized under the laws of Missouri, it shall procure a certificate of authority to do business in Missouri, as required by section 351.572 et seq RSMo.

PF-13

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 O F M I S S TE O A U T R S I MATTHEW JOHN JACOBS

P NUMBER R R O PE-2002025585 E F E E I N SS G

I ON AL E N

PL PL PL PL PL

PL PL PL SAN

PL PL SAN

PL

PL

PL

PL

PL

PL

PL

PL

PL

PL

PL

PL

PL

PL PL PL

PL PL PL PL

PL PL PL PL PL PL PL PL PL PL

PL 2210 Lawrence

R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA

R-OFA R-OFA R-OFA R-OFA R-OFA

R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA PL R-OFA PL

SAN

GAS

R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFA PL

R-OFA

RSA RSA RSA RSA RSA RSA RSA

RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA

RSA

RSA Runway 18-36 Safety Area (3,481' x 120') PL GAS SAN R-OFZ

PL R-OFZ Runway 18-36 (3,001' x 60') Access RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA RSA PL

R-OFA Drive GAS

PL R-OFA Runway 18-36 Obstacle Free Zone (3,401' x 250') SAN R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ R-OFZ Runway 18-36 Object Free Area (3,481' x 400') Contractor R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA R-OFA PL PL Alternative No. 1 Terminal Haul Route

SAN

GAS Building

PL 2 PL

Airport Rd.

OHE OHE OHE OHE OHE PL PL PL PL PL PL PL PL PL PL

PL SAN

1 Contractor PL P 816.945.5840 | www.hwlochner.com Contractor Haul Route PL

Alternative No. 2 PL PL See Entrance Road Typical Haul Route PL PL E Church St. Section for Existing Entrance

Road Pavement Thickness 16105 W. 113th Street | Suite 107 Lenexa, Kansas 66219

PL PL

U.S. Highway 60 PL PL PL PL PL PL PL PL 4 PL PL PL PL PL PL PL PL PL 3 Construction Limits

200 0 200 400

Scale in Feet

Existing 21' Ground Red Light Safety Orange

LEGEND 2'-0" White 2'-0"

2" Bituminous Contractor Haul Route 4" Bituminous Surface Course

Base Course 18" Construction Limits Max.

6" Crushed Aggregate 1'-6" 1'-6" AURORA, MISSOURI 6" Base Course 8'-0" Contractor Staging Area Subgrade Compacted to 2" X 8" 2" Uni-Strut 95% of Std. Max. Density or Similar 1'-0" Low Profile Barricades (Symbol Does Not Denote The or Similar (Typ.) Number of Barricades Required. See Detail, This Sheet,) EXISTING ENTRANCE ROAD TYPICAL SECTION

No Scale CITY OF AURORA, MISSOURI

2 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT This sheet revised per Addendum No. 2 TOTAL CONSTRUCTION SCHEDULE (65 Calendar Days): LOW PROFILE BARRICADE DETAIL PROJECT NO. No Scale 12847 DRAWN BY DATE 1. The Contractor shall implement a Safety Plan Compliance Document (SPCD). RAG 07-01-19 Notes: CHECKED BY DATE 2. Runway 18-36, and Connecting Taxiways will remain OPEN for the duration of this project. PJB 07-25-19 DESIGNED BY DATE 1. Red light to be battery operated. Lens to be red and be RAG 07-01-19 3. Low Profile Barricades shall be placed as shown on this sheet. REVISIONS DATE able to rotate 90 Degrees, either flashing or steady Addendum No. 2 08-26-19 burning and must meet the luminance requirements of 4. The Contractor has the option to utilize the Haul Route shown, Haul Route No. 1, or Haul the State Department of Transportation. Route No. 2. Any Haul Route used by the Contractor shall be done so following the information stated in General Note 7, Sheet 2. 2. Support braces to be securely attached to barricade.

5. Any Haul Route or Public Access Road damaged by the Contractor's construction 3. Sand bags to be placed on each support brace. equipment and vehicles must be repaired to it's original, or better, condition at no expense Construction Limits to the City of Aurora. 4. Facing of barricade to be covered with reflective tape or Site Object Overall paint. 6. Work activities within the limits of the work area include: Longitude Elevation Height Elevation Point Latitude · Relocate existing light poles and electrical service line. (by others) (ft) (ft) (ft) 5. Payment for this item will be made under the lump sum CONSTRUCTION · Construct T-Hangar taxilanes. Contract bid item "Temporary Marking, Lighting, & SAFETY & PHASING 1 N36° 57' 44.38" W93° 41' 38.63" 1429 20 1449 · Perform site grading Barricades". PLAN 2 N36° 57' 49.64" W93° 41' 38.48" 1433 20 1453 7. At the completion of the items above, coordinate with Airport Management, Engineer, and 6. Place at maximum 4' intervals end to end. 3 N36° 57' 44.31" W93° 41' 35.08" 1422 20 1442 Resident Project Representative to open the work area as described in the steps below: 4 N36° 57' 49.58" W93° 41' 34.93" 1429 20 1449 · Clean all paved surfaces and remove FOD. · Remove all equipment, materials,and barricades from the work area. · Ensure 1.5" edge drop from pavement to ground for disturbed pavement edges. 3 Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-CSPP.dwg Aug 26,2019 - 9:34am O F M I S S TE O 79' = Taxilane Object Fee Area (TOFA) A U SUMMARY OF QUANTITIES P.C.C. Pavement (6") T R (P-501) S I ITEM QUANTITY MATTHEW JOHN SPEC ITEM DESCRIPTION UNIT 49' = Taxilane Safety Area (TSA) JACOBS NO. ESTIMATED AS-CONST. Aggregate Base Course (4") P NUMBER R PE-2002025585 R BASE BID (P-208, P-209, or P219) O E ℄ F E 32.75' 22' 12.5' Varies 12' E I N CONSTRUCT HANGAR TAXILANES SS G Treated Subgrade (6") to 12.5' I ON AL E N Erosion Control Barrier (Silt Fence) (P-155, P-157, or P-158) C-102 2 L.F. 450 1 (Revised Per Addendum No. 2) Compacted Subgrade Varies 1' 2 C-102 Erosion Control Barrier (Straw Wattle) L.F. 195 Varies Existing Ground (P-152) Varies Typ. 3 C-105 Mobilization L.S. 1 P.C.C. Pavement Section Add Alternate No. 1 5% 4 TEMP Temporary Marking, Lighting, & Barricades L.S. 1 1 5 P-101 Saw Cut L.F. 234 * Proposed Grade 6 P-620 Reflectorized Pavement Marking S.F. 440 4:1 Max 7 P-620 Non-Reflectorized Pavement Marking S.F. 880 4" HMA Pavement (P-403) with 36" Storm Pipe 8 D-701 L.F. 219 Bituminous Tack Coat (P-603) SOUTH TAXILANE TYPICAL SECTION 9 D-701 36" RCP End Section EA. 2 between lifts. STA. 10+00.00 TO STA. 10+50.78 10 D-705 Perforated Underdrain, Complete (4") (Schedule 80) L.F. 468 Bituminous Prime Coat Future T-Hangar No Scale 11 D-705 Underdrain Cleanout Riser EA. 2 (P-602) 12 D-705 Splash Pad EA. 1 Aggregate Base Course (5") (P-208, P-209, or P219) 13 D-705 Connect Underdrain to Proposed Storm Pipe EA. 2 14 T-901 Seeding (Revised Per Addendum No. 2) 2 AC. 3.0 Treated Subgrade (6") (P-155, P-157, or P-158) 15 T-905 Placement of Topsoil (Obtained on Site) L.S. 1 16 T-908 HydroMulch (Revised Per Addendum No. 2) AC. 2.7 Compacted Subgrade 79' = Taxilane Object Fee Area (TOFA) Erosion Control Blanket (Type 2C) (P-152) HMA Pavement Section TREC 2 S.Y. 1,983 17 (Revised Per Addendum No. 2) Add Alternate No. 2 1 49' = Taxilane Safety Area (TSA) 18 PTM Permanent Transition Mat S.F. 280 ℄ 32.75' 22' 12.5' 12.5' 12' P 816.945.5840 | www.hwlochner.com

Note: 1 1' 1' 1% 0.25% to 2% 1. The rate of application, listed in each respective 16105 W. 113th Street | Suite 107 Lenexa, Kansas 66219 SUMMARY OF QUANTITIES 1 spec's section, for Lime (P-155), Cement (P-157) 1.5% 1.5% or Fly Ash (P-158) are the suggested values. The ℄ of Future T-Hangar 5% Proposed ITEM QUANTITY SPEC ITEM DESCRIPTION UNIT Grade NO. Contractor shall apply a sufficient amount to lower Match North Taxilane * ESTIMATED AS-CONST. the Plasticity Index to less than or equal to 20 and Typical Section ADD ALTERNATE 1 increase the CBR to greater than or equal to 10. CONSTRUCT 6" P.C.C. PAVEMENT 12.5% SOUTH TAXILANE TYPICAL SECTION Contractor Quality Control Program (CQCP) L.S. 1 1 C-100 STA. 10+50.78 TO STA. 12+46.28 Unclassified Excavation P-152 C.Y. 3,552 No Scale 2 (Revised Per Addendum No. 2) 2 Existing Ground Unsuitable Subgrade Removal and Replacement 3 P-152 C.Y. 355 (Revised Per Addendum No. 2) P-155, P-157, Treated Subgrade (6") Note: 4 S.Y. 3,154 or P-158 (Added Per Addendum No. 1) *- 1.5 Inch Edge Drop After Seeding P-208, P-209 Aggregate Base Course (5") and/or Sodding Operations, Typ. 5 S.Y. 3,154 79' = Taxilane Object Fee Area (TOFA) or P219 (Revised Per Addendum No. 1) P-208, P-209 Separation Geotextile 6 S.Y. 3,154 49' = Taxilane Safety Area (TSA) or P219 (Added Per Addendum No. 1) P.C.C. Pavement (6") 7 S.Y. 3,030 P-501 (Revised Per Addendum No. 1) Existing Ground 17' 12' Varies to ℄ 12.5' 22' 32.75' 12.5'

SUMMARY OF QUANTITIES 1' AURORA, MISSOURI ITEM QUANTITY Typ. SPEC ITEM DESCRIPTION UNIT Proposed NO. ESTIMATED AS-CONST. Grade 10' Varies Varies Varies Varies 5% ADD ALTERNATE 2 6:1 CONSTRUCT 4" ASPHALT PAVEMENT * 1 C-100 Contractor Quality Control Program (CQCP) L.S. 1 Unclassified Excavation 3,486 4:1 Max 2 P-152 C.Y. CITY OF AURORA, MISSOURI (Revised Per Addendum No. 2) 2 NORTH TAXILANE TYPICAL SECTION Unsuitable Subgrade Removal and Replacement STA. 20+00.00 TO STA. 20+50.78 3 P-152 C.Y. 349 0% (Revised Per Addendum No. 2) No Scale P-155, P-157, Treated Subgrade (6") Proposed 10' Flat Future T-Hangar JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT 4 S.Y. 3,121 PROJECT NO. or P-158 (Added Per Addendum No. 1) Bottom Ditch (FBD) 12847 P-208, P-209 Aggregate Base Course (4") DRAWN BY DATE 5 S.Y. 3,121 RAG 07-01-19 or P219 (Revised Per Addendum No. 1) CHECKED BY DATE P-208, P-209 Separation Geotextile PJB 07-25-19 6 S.Y. 3,121 or P219 (Added Per Addendum No. 1) DESIGNED BY DATE RAG 07-01-19 7 P-403 Asphalt Mixture Surface Course Ton 710 REVISIONS DATE 79' = Taxilane Object Fee Area (TOFA) Addendum No. 1 08-13-19 8 P-602 Emulsified Asphalt Prime Coat Gal. 900 Addendum No. 2 08-26-19 9 P-603 Emulsified Asphalt Tack Coat Gal. 210 49' = Taxilane Safety Area (TSA)

17' 12' 12.5' ℄ 12.5' 22' 32.75' Existing Ground EARTHWORK 1' 1' COMPACTED EMBANKMENT* ON-SITE EXCAVATION CU. YDS. 10' Typ. Typ. 1% ADD ALTERNATE CU. YDS. 0.25% to 2% 1.5% UNCLASSIFIED EXCAVATION REVISED COMMON REVISED 6:1 1.5% TYPICAL SECTIONS 5% ℄ of Future T-Hangar Add Alternate No. 1 3,552 2 0 & QUANTITIES Proposed * Match South Taxilane Typical Add Alternate No. 2 3,486 0 Grade 3%-18% Section 0% * No Shrinkage allowance is included in this quantity. 1. The quantities for Unclassified Excavation were calculated based on the Proposed 10' Flat NORTH TAXILANE TYPICAL SECTION volume of material required between the existing surface and proposed datum Bottom Ditch (FBD) STA. 20+50.78 TO STA. 22+46.28 surfaces. Datum surface is calculated to the bottom of the aggregate base No Scale course. 1 5 Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-TYPICAL SEC.dwg Aug 26,2019 - 9:30am PL O F M I S S TE O A U T R +46.28 S I 100.00 ' Lt. MATTHEW JOHN +50.78 10+00 JACOBS PL

100.00 ' Lt. P NUMBER R R O PE-2002025585 E F E N E S I S N G Future T-Hangar PL I ON AL E +34.62 12.50 ' Rt. INSTALL 219' of 36" Storm Pipe PL R35' with Concrete End Sections  IN = 1424.59

36" Storm Pipe @ 0.97%  OUT = 1422.46 See Drainage Details Sheet. PL Existing Property +99.62 +46.28 Line 47.65 ' Rt. +30.53 34.50 ' Lt. 42.80 ' Rt.

+50.78 PL 34.50 ' Lt. Sta. 10+00.00 Sta. 12+46.28 BEGIN Construction Add Alternate No. 2 Fillet

END Construction PL See Typical Sections and 34.5' See Typical Sections Cross Sections and Cross Sections

9+50 10+00 11+00 12+00 12+75 PL

+37.17 Sta. 9+50.00 Future Trench Drain to be +46.28 Sta. 12+75.00 12.50 ' Rt. N: 290875.92 12.5' Utilized Along Pavement Edge. N: 290871.00 12.50 ' Rt. PL E: 3024137.65 E: 3024462.61 Sta. 12+47.77 to Sta. 10+30.53

Sta. 10+01.86 to Sta. 10+30.53 2' INSTALL 217 L.F. 4" Conventional Sta. 12+47.77, 14.00PL ' Rt. INSTALL 29 L.F. 4" Conventional Typ. R35' Underdrain (Schedule 80) @ 0.49% INSTALL Underdrain Cleanout Riser. Underdrain (Schedule 80) @ 3.24%

CONNECT Outlet End of Pipe to Proposed P 816.945.5840 | www.hwlochner.com CONNECT Outlet End of Pipe to Proposed RCP Pipe. See Drainage Details. RCP Pipe. See Drainage Details. PL +30.53 42.80 ' Rt. 16105 W. 113th Street | Suite 107 Lenexa, Kansas 66219

+02.17 PL 49.50 ' Rt. PL See Inset For Add Alternate 20 0 20 40 No. 2 Fillet Dimensioning HORIZ.

PL Scale in Feet 2 0 2 4 VERT.

Scale in Feet PL

1436 1436 AURORA, MISSOURI

PVI Sta 11+00.00 1432 PVI Elev = 1428.36 1432 L = 120.00' CITY OF AURORA, MISSOURI

2 Proposed Grade Elev. = 1428.24 Elev. = 1427.94

This sheet revised per Addendum No. 2 PVT Sta. 11+60.00 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT PVC Sta. 10+40.00 PROJECT NO. Sta. 12+46.28 -0.20% Elev. = 1428.07 12847 -5.00% Sta. 10+00.00 1428 Elev. = 1427.66 0.70% 1428 DRAWN BY DATE Sta. 12+46.28 RAG 07-01-19 Elev. = 1427.94 CHECKED BY DATE PJB 07-25-19 Underdrain Existing Ground Sta. 12+56.28 DESIGNED BY DATE Underdrain @ 3.24% -22.18%  = 1426.00 Elev. = 1427.44 RAG 07-01-19 Underdrain @ 0.49% REVISIONS DATE Underdrain Addendum No. 2 08-26-19  = 1426.14

Underdrain 1424  = 1425.07 1424

Proposed Storm Pipe Sta. 12+71.39

Elev. = 1424.09 SOUTH TAXILANE PLAN AND PROFILE 1428.01 1427.81 1426.11 1420 1427.66 1427.66 1427.24 1428.23 1427.50 1428.26 1427.39 1428.16 1427.76 1420 10+00 10+50 11+00 11+50 12+00 12+50 7 Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-SOUTH TL PNP.dwg Aug 26,2019 - 9:38am RW

O F M I S

E S O RW T A U T R S I MATTHEW JOHN RW JACOBS

P NUMBER R R O PE-2002025585 E F E 9+50 E N 19+50 I SS G I ON AL E N PT: 57+23.46 PC: 57+13.35 Ditch, Sta. 55+01.93 = N: 291092.86 Ditch, Sta. 56+36.43 = N: 291083.16 South Taxilane, Sta. 10+30.53 E: 3024206.45 North Taxilane, Sta. 20+30.53 E: 3024208.85 20+00 10+00 57+96 N: 290658.11 PT: 52+85.31 N0° 36' 12.33"E E: 3024214.88 53+00 54+00 55+00 56+00 57+00 3 ' R=20' 2 = PC: 56+85.31 R N28° 21' 05.94"W N: 291058.06 Sta. 54+59.12 R=10' PT: 56+90.41 PC: 52+49.07 E: 3024220.95 0.00 ' South N: 291062.96 N: 290635.01 Taxilane ℄ E: 3024219.75 E: 3024237.79 21+00

11+00 52+00 North

Taxilane ℄ S89° 36' 15.83"W 36' S89° P 816.945.5840 | www.hwlochner.com 22+00

12+00 51+00 16105 W. 113th Street | Suite 107 Lenexa, Kansas 66219

2 This sheet revised per Addendum No. 2 PT: 50+63.29 R=50' PC: 50+22.67 N: 290636.30 N: 290652.16 40 0 40 80 E: 3024423.57 E: 3024459.75 HORIZ. S43° 03' 22.50"W Scale in Feet 22+75 12+75 PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL2 0 2 4 PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL 50+00 VERT. Sta. 50+00.00 Scale in Feet N: 290668.72

PL E: 3024475.23

1432 1432 AURORA, MISSOURI

Taxilane Proposed Grade Sta. 57+23.46 END 10' Flat Bottom Ditch Elev = 1427.63 1428 1428 Proposed Underdrain @ Pipe ℄ Existing Ground 8.34% CITY OF AURORA, MISSOURI

1424 219' of 36" Storm Pipe @ 0.97% 1424

Sta. 56+77.92 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT BEGIN 10' Flat Bottom Ditch PROJECT NO. Sta. 50+15.00 Sta. 54+59.12 12847 BEGIN 10' Flat Bottom Ditch 1.00% Elev = 1424.59 DRAWN BY DATE END 10' Flat Bottom Ditch RAG 07-01-19 1420 Sta. 56+87.92 1420 Elev = 1418.02 Elev = 1422.46 CHECKED BY DATE Elev. = 1424.67 PJB 07-25-19 DESIGNED BY DATE RAG 07-01-19 REVISIONS DATE 1416 1416 Addendum No. 2 08-26-19 1429.51 1418.64 1419.34 1421.52 1424.12 1427.30 1423.34 1423.82 1424.30 1412 1418.37 1418.87 1420.38 1419.37 1419.87 1423.57 1420.37 1424.17 1420.87 1421.37 1424.86 1421.87 1426.47 1422.37 1422.85 1428.09 1428.77 1429.39 1425.68 1427.76 1412 50+50 51+00 51+50 52+00 52+50 53+00 53+50 54+00 54+50 55+00 55+50 56+00 56+50 57+00 57+50

DITCH PLAN AND PROFILE 9 Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-DITCH PNP.dwg Aug 26,2019 - 9:40am

R

E

AURORA, MISSOURI AURORA, P 816.945.5840 | www.hwlochner.com | 816.945.5840 P

E DATE DATE DATE DATE

N

I I

R

U G 12847

16105 W. 113th Street | Suite 107 | Lenexa, Kansas 66219 Kansas Lenexa, | 107 Suite | Street 113th W. 16105

JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT MUNICIPAL AURORA SR. SUMNERS JERRY 07-01-19

O 07-25-19 07-01-19 N

S

E

S

I

M L

A

F

N

O

JACOBS

NUMBER

O

I CITY OF AURORA, MISSOURI AURORA, OF CITY E

T S

PE-2002025585

MATTHEW JOHN MATTHEW

A S T S E

F 10 RAG GRADING PLAN PJB P RO RAG Addendum No. 2 08-26-19

PROJECT NO. DRAWN BY CHECKED BY DESIGNED BY REVISIONS PL PL Stakes (Typ.) Stakes PL Straw Wattle 12" Dia. PL A A PL No Scale SECTION A-A 3' MAX

TYPICAL ELEVATION PL

1431 STRAW WATTLE

1430

1429

1428

3" 1428 1429

PL 1430

of Flow

Direction

1425

Wood stakes shall be 2" x 2" (nom.). Wood stakes shall be 2" x 2" Wattle at a minimum. 1426 of 25% of its height.

Straw Wattles should be keyed into the ground at a minimum Straw Wattles should be keyed Length of the stakes should be 2 times the height of the Length of the stakes should Place straw wattles tightly together. 1427

1428

(Straw Wattle). See Detail. Erosion Control Barrier INSTALL 20 L.F. of 1429 Permanent Transition Mat INSTALL 184 S.F. of Erosion Control Blanket, Type 2C 4. 2. 3. NOTE: 1. PL

EROSION CONTROL BARRIER DETAIL EROSION CONTROL 1430 (Straw Wattle). See Detail. Erosion Control Barrier INSTALL 20 L.F. of 1429

a

1428 PL 1427

8' 1430 1426

Typ.

1431 1429

1425

1428

1427

PL

a

a a a a a a a q

q PL

1430

1428 q 1.5% 16' Typ. q Approximate Limits of Erosion

Transition Mat 1429 Grading Limits Control Blanket, Type 2C Limits of Permanent

Proposed 5' Contour Proposed 1' Contour Proposed 5' Contour Existing Existing 1' Contour Fence Proposed Silt Wattle Proposed Straw PL q 12' 5%

1428 q

1429

1427

q 1427 PL q

q 1428

q

q 1429 q q

PL Varies to 0.5% to Varies q q q q 1421 1421 1420 1420 q q LEGEND PL (Straw Wattle). See Detail. Erosion Control Barrier INSTALL 20 L.F. of

Existing Ground q q 1429 q q

q q 1429 PL Varies 1424 q q q PL q 2 2

q Vareis to 12.5% to Vareis PL q Blanket, Type 2C Erosion Control

q 1428 q

Permanent Transition Mat INSTALL 96 S.F. of 1428 PL q

1427

q

Max

1426 4:1 q 1423 PL

q 1425 (Silt Fence). Erosion Control Barrier INSTALL 450 L.F. of

1427 q No Scale

1427 1426 4:1 q

Max PL 10' 1426 1425 FBD q

1424 q q q q q q q q q q q q q q q q q q q q q q q q q q q q 1424 1422 a PL

1423 1423 TYPICAL GRADING FOR FILL This sheet revised per Addendum No. 2 This sheet revised per Addendum PL

a 1421 The rate of application for hydromulch and tackifier for hydromulch and The rate of application lbs./acre and 50 lbs/acre, respectively. shall be 2,500

1422 PL Notes: 1. a (Straw Wattle). Erosion Control Barrier INSTALL 20 L.F. of 1420

1421 Varies PL

Varies to 2% Blanket, Type 2C Erosion Control

a 1419 PL

1420 Compacted to 95% SPD Note: All Fill is to be

1423 1422 PL a

1419 (Straw Wattle). Erosion Control Barrier

INSTALL 20 L.F. of PL

1418 a to be Used for Fill Exess Excavated Material a PL

a a (Straw Wattle). Erosion Control Barrier INSTALL 35 L.F. of a a a

a a a a PL

1420 PL Post

Filter Fabric 1421 Ground Line Ground

4" Min. Width Trench Width Min. 4" & Compacted Backfill & Compacted

PL

1422 6" Min. 6"

Flow 1423 SECTION A-A

SILT FENCE PL (Straw Wattle). Erosion Control Barrier INSTALL 20 L.F. of Post

PL 1424

Filter Fabric Filter

1421 1425 PL

6" Min. BARRIER DETAIL EROSION CONTROL

(Straw Wattle). 1422 Erosion Control Barrier INSTALL 20 L.F. of

1426 PL Filter Fabric 1423

PL 1424

60 PL

A A 1425 PL 30 TYPICAL ELEVATION

1426 1426 PL 0 Scale in Feet

1425 Ground Line

1424 Trench Bottom

30 1423

Silt Fence and Stakes Silt Fence per the Specifications per the Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-GRADING PLAN.dwg Aug 26,2019 - 9:31am - 26,2019 Aug PLAN.dwg Drawings\12847-GRADING FOLDER\Production PROJECT 3D FILES\AE\CIVIL I:\KAC\PRJ\000012847\PROJECT Name: Drawing Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-SPOTS.dwg Aug 26,2019 - 9:42am 10+00 Add AlternateNo.2Fillet Match Existing ±1427.10 1427.72 12.50' Rt. +34.62 19+50 9+50 Match Existing Match Existing Match Existing Match Existing Match Existing Match Existing Match Existing Match Existing Match Existing ±1427.07 ±1427.50 ±1427.82 ±1428.10 ±1428.54 ±1429.09 ±1429.45 ±1430.08 ±1429.71 10+00 20+00 1426.95 +02.17 49.50' Rt. 1430.08 +02.17 49.50' Lt. 12.50' Rt. 34.50' Rt. 67.25' Rt. 1428.90 1428.82 12.50' Lt. 1428.65 +35.00 1428.86 +35.00 14.50' Lt. +35.00 +35.00 1428.81 +37.17 12.50' Rt. 12.50' Lt. 1427.81 12.50' Rt. 34.50' Lt. 1428.16 +50.78 34.50' Rt. 1428.70 1428.64 +50.78 +50.78 1428.70 +50.78 +50.78 1427.74 14.50' Rt. +37.17 No. 2FilletElevations See InsetForAddAlternate No. 2FilletElevations -1.4% -2.4% -0.3% -0.3% See InsetForAddAlternate 1428.58 12.50' Lt. +50.78 1428.70 +50.78 67.25' 1427.87 12.50' Rt. +60.00 1428.23 12.50' Lt. 1428.61 12.50' Rt. +60.00 +60.00 1428.70 +60.00 34.50' Lt. 1428.46 12.50' Lt. 1428.70 +60.00 +60.00 34.50' Rt.

-0.8% -1.5% 1428.53 12.50' Rt. +85.00 1428.15 12.50' Lt. 1428.70 +85.00 +85.00 34.50' Rt. 11+00 21+00 -1.5% -1.3% 1428.04 12.50' Rt. +00.00 1428.41 12.50' Lt. +00.00 1428.70 +00.00 34.50' Lt.

-1.5% -1.1% 1428.08 12.50' Rt. +40.00 1428.45 12.50' Lt. +40.00 1428.70 +40.00 34.50' Lt. 12+00 22+00 ThissheetrevisedperAddendumNo.2

-1.5% -2.0% -1.9% -1.5% 1427.88 12.50' Rt. +46.28 1428.26 12.50' Lt. 1428.29 12.50' Rt. +46.28 +46.28 1428.70 +46.28 34.50' Lt. 1427.91 12.50' Lt. 1428.70 +46.28 +46.28 34.50' Rt. 12+75 22+75

PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL 20+00 2 20 Add AlternateNo.2Fillet Match Existing ±1430.06 Scale inFeet 0 20 1428.85 12.50' Lt. +35.44 40 REVISIONS DESIGNED BY CHECKED BY DRAWN BY PROJECT NO.

Addendum No.208-26-19

SPOT ELEVATIONS

P

R

RAG O PJB RAG

F

E S

11 T

S A MATTHEW JOHN

PE-2002025585 S T

CITY OF AURORA, MISSOURI E I

O NUMBER

JACOBS O N

F

A

L M

I

S

E

S N

07-01-19 07-25-19 O

07-01-19 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT 16105 W. 113th Street | Suite 107 | Lenexa, Kansas 66219

12847

G U

R

I I N

DATE DATE DATE DATE E AURORA, MISSOURI P 816.945.5840 | www.hwlochner.com E R Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-JOINT.dwg Aug 26,2019 - 9:43am ThissheetrevisedperAddendumNo.2 2

6 Panels @ Aprox. 10.92' = 65.5' 2 Panels 2 Panels @12.5' = 25' @12.5' = 25'

4 [email protected]'=40.8'

to Pavement Edge, Typ. Edge, Pavement to 2' Joint Perpendicular Joint 2'

17 Panels @ 11.5' = 195.5' LEGEND Reinforced withWelded WireFabric Type J-ThickenedEdgeforFutureConstruction Type H-ThickenedEdgeJointPanels Type E-DoweledConstructionJoint Type D-DummyContractionJoint Type C-DoweledContractionJoint Type B-HingedContractionJoint Type A-ThickenedEdgeIsolationJoint

2 Panels 2 Panels 2 Panels 2 Panels @ 12.5' = 25' @ 11' = 22' @ 11' = 22' @ 12.5' = 25'

PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL PL 20 Scale inFeet 0 20 40 REVISIONS DESIGNED BY CHECKED BY DRAWN BY PROJECT NO.

Addendum No.208-26-19

NO. 1JOINTPLAN P

ADD ALTERNATE R

RAG O PJB

RAG

13 F

E ST

S A MATTHEW JOHN

PE-2002025585 S T

CITY OF AURORA, MISSOURI E I

O NUMBER

JACOBS O N

F

A

L M

I

S

E

S N

07-01-19 07-25-19 O

07-01-19 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT 16105 W. 113th Street | Suite 107 | Lenexa, Kansas 66219

12847

G U

R

I I N

DATE DATE DATE DATE E AURORA, MISSOURI P 816.945.5840 | www.hwlochner.com E R Drawing Name: I:\KAC\PRJ\000012847\PROJECT FILES\AE\CIVIL 3D PROJECT FOLDER\Production Drawings\12847-JOINT.dwg Aug 26,2019 - 9:44am But NotLessThan10' To theNearestJoint THICKENED EDGEISOLATIONJOINT

T T DOWELED CONSTRUCTIONJOINT DOWELED CONTRACTIONJOINT See Detail1 See Detail2 See Detail3 TYPE A No Scale TYPE E TYPE C

T No Scale No Scale 1.25T See Note1 THICKENED EDGEFORFUTURE CONSTRUCTION See Note1 But NotLessThan10' To theNearestJoint

T/2 T/2 TYPE J No Scale

T T Existing 1.25T Ground But NotLessThan10' To theNearestJoint THICKENED EDGECONSTRUCTIONJOINT T T HINGED CONTRACTIONJOINT DUMMY CONTRACTIONJOINT See Detail2 See Detail2 See Detail3 TYPE B TYPE H TYPE D No Scale No Scale No Scale Pavement Existing Asphalt

1.25T 2 See Note2

T/2

ISOLATION JOINT D 1/4" to 3/8" See Note 1 DETAIL 1 1/2" -3/4" ±1/8" 1/4" x Chamfer Expansion Backer Rod Joint Material Joint SealingFiller JOINT SEALINGDETAILS(HOTPOUR) 1. Note 3. 2. 4. : "W" =WidthperSealantManufacturerRequirements. "D" =DepthperSealantManufacturerRequirements. Joint SealerShallNotExtendAbovethePavementSurface. T/4 (OnAggregateBase)T/3(onStabilized±1/4". See Note 2 CONTRACTION JOINT

LEGEND 1 1/4" (Min.) 1. NOTES 7. 5. 3. 6. 2 4. D 1/4" to 3/8" DETAIL 2 Previous Sheets.AlternateJointPatterns MaybeAcceptable.PriortoConstruction Provide 2"Min.to6"Max.ClearanceBetween WWFandEdgeofPavementorJoint. For Dowel Barsfor Location isShownonJointPlan. Contractors ShallPrepareTheirBidBased ontheJointPlanDepicted Centers. Centers. DowelBartobetreatedpertheP-501Specifications(EpoxyCoated). The WWFShallbeLappedaMin.of12"Longitudinally andaMin.of6"Transversely. Tie Barsfor the ContractorShallSubmitAlternateJoint PlantotheEngineerforReviewand T= Approval PriortoBeginningPavingOperations. See Note 1 No Scale Reinforced withWeldedWireFabric Type J-ThickenedEdgeforFutureConstruction Type H-ThickenedEdgeJointPanels Type E-DoweledConstructionJoint Type D-DummyContractionJoint Type C-DoweledContractionJoint Type B-HingedContractionJoint Type A-ThickenedEdgeIsolationJoint 6 6 W " P.C.C.Pavement,PlaceWWF6"x6"-W " 6 " P.C.C.Pavementshallbe 6 1/2" Dia. Initial SawCut Min. 1/8"Wide Backer Rod 1/4" x Joint SealingFiller Chamfer " P.C.C.PavementShallbe CONSTRUCTION JOINT 1/2 " Dia.DeformedBars, 3/4 D 1/4" to 3/8" 2.1 " Dia.SmoothBars, DETAIL 3 See Note 1 xW 2 W 2.1 atMid-depthofSlab, 1/2" Dia. 1/4" x Backer Rod Joint SealingFiller Chamfer 20 18 " Longat " Longat 36 12 " 1 "

REVISIONS DESIGNED BY CHECKED BY DRAWN BY PROJECT NO.

Addendum No.208-26-19 Addendum No.108-13-19

P

ADD ALTERNATE R

RAG O PJB

RAG

14 F

E ST NO. 1JOINT

S A MATTHEW JOHN

PE-2002025585 S T

DETAILS CITY OF AURORA, MISSOURI E I

O NUMBER

JACOBS O N

F

A

L M

I

S

E

S N

07-01-19 07-25-19 O

07-01-19 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT 16105 W. 113th Street | Suite 107 | Lenexa, Kansas 66219

12847

G U

R

I I N

DATE DATE DATE DATE E AURORA, MISSOURI P 816.945.5840 | www.hwlochner.com E R ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 1 of 13

PROPOSAL FORM CITY OF AURORA, MISSOURI State Block Grant Project No. 18-091B-1

TO: City of Aurora, Missouri

The undersigned, in compliance with the request for bids for construction of the following Project:

Base Bid Construct Hangar Taxilanes Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised per Addendum No. 1) Add Alternate No. 2 Construct 4” Asphalt Pavement hereby proposes to furnish all labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for construction of the Project in accordance with the project manual, project drawings and issued Addenda within the specified time of performance for the following prices:

FAA or APPROX. BID ITEM MoDOT ITEM DESCRIPTION QTY. UNIT PRICE EXTENSION SPEC. AND UNITS DOLLARS CTS DOLLARS CTS BASE BID CONSTRUCT HANGAR TAXILANES Erosion Control Barrier (Silt Fence) 450 1 C-102 (Revised Per Addendum No. 2) L.F. 195 2 C-102 Erosion Control Barrier (Straw Wattle) L.F. 1 3 C-105 Mobilization L.S. 1 4 TEMP Temporary Marking, Lighting, & Barricades L.S. 234 5 P-101 Saw Cut L.F. 440 6 P-620 Reflectorized Pavement Marking S.F. 880 7 P-620 Non-Reflectorized Pavement Marking S.F. 219 8 D-701 36" Storm Pipe L.F. 2 9 D-701 36" RCP End Section EA. Perforated Underdrain, Complete (4") 468 10 D-705 (Schedule 80) L.F. 2 11 D-705 Underdrain Cleanout Riser EA. 1 12 D-705 Splash Pad EA. Connect Underdrain to Proposed Storm 2 13 D-705 Pipe EA. 3.0 14 T-901 Seeding (Revised Per Addendum No. 2) AC. 1 15 T-905 Placement of Topsoil (Obtained on Site) L.S.

PF-1

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 2 of 13

2.7 16 T-908 HydroMulch (Revised Per Addendum No. 2) AC. Erosion Control Blanket (Type 2C) 1,983 17 TREC (Revised Per Addendum No. 2) S.Y. 280 18 D-705 Permanent Transition Mat S.F. TOTAL BASE BID

ADD ALTERNATE 1 CONSTRUCT 6" P.C.C. PAVEMENT 1 1 C-100 Contractor Quality Control Program (CQCP) L.S. Unclassified Excavation 3,552 2 P-152 (Revised Per Addendum No. 2) C.Y. Unsuitable Subgrade Removal and 355 3 P-152 Replacement (Revised Per Addendum No. 2) C.Y. P-155, P-157, Treated Subgrade (6") 3,154 4 or P-158 (Added Per Addendum No. 1) S.Y. P-208, P-209 Aggregate Base Course (5") 3,154 5 or P219 (Revised Per Addendum No. 1) S.Y. P-208, P-209 Separation Geotextile 3,154 6 or P219 (Added Per Addendum No. 1) S.Y. P.C.C. Pavement (6") 3,030 7 P-501 (Revised Per Addendum No. 1) S.Y. ADD ALTERNATE 1 TOTAL

ADD ALTERNATE 2 CONSTRUCT 4" ASPHALT PAVEMENT 1 1 C-100 Contractor Quality Control Program (CQCP) L.S. Unclassified Excavation 3,486 2 P-152 (Revised Per Addendum No. 2) C.Y. Unsuitable Subgrade Removal and 349 3 P-152 Replacement (Revised Per Addendum No. 2) C.Y. P-155, P-157, Treated Subgrade (6") 3,121 4 or P-158 (Added Per Addendum No. 1) S.Y. P-208, P-209 Aggregate Base Course (4") 3,121 5 or P219 (Revised Per Addendum No. 1) S.Y. P-208, P-209 Separation Geotextile 3,121 6 or P219 (Added Per Addendum No. 1) S.Y. 710 7 P-403 Asphalt Mixture Surface Course Ton 900 8 P-602 Emulsified Asphalt Prime Coat Gal. 210 9 P-603 Emulsified Asphalt Tack Coat Gal. ADD ALTERNATE 2 TOTAL

BASE BID AND ADD ALTERNATE 1 TOTAL BASE BID AND ADD ALTERNATE 2 TOTAL

ACKNOWLEDGEMENTS BY BIDDER

a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities established by the OWNER are an approximate estimate of the quantities required to fully complete the Project and that the estimated quantities are principally intended to serve as a basis for evaluation of bids. The BIDDER further

PF-2

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 3 of 13

acknowledges and accepts that payment under this contract will be made only for actual quantities and that quantities will vary in accordance with the General Provisions subsection entitled “Alteration of Work and Quantities”.

b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the General Provisions. The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER.

c. As evidence of good faith in submitting this proposal, the undersigned encloses a bid guaranty in the form of a certified check, cashier’s check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage.

d. The BIDDER acknowledges and accepts the OWNER’S right to reject any or all bids.

e. The BIDDER acknowledges and accepts the OWNER’S right to hold all Proposals for purposes of review and evaluation and not issue a notice of award for a period not to exceed Ninety (90) calendar days from the stated date for receipt of bids.

f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within thirty (30) days of the notice of award, and furthermore, and provide executed payment and performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that failure to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the owner as a liquidated damage.

g. Time of Performance: By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written “Notice to Proceed” as issued by the OWNER. The undersigned further agrees to complete the Project within Sixty Five (65) Calendar days from the commencement date specified in the Notice Proceed.

h. The undersigned acknowledges and accepts that for each and every Calendar day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of $1,500 per Calendar day as a liquidated damages to the OWNER.

i. The undersigned prime contractor, if not a MoDOT certified DBE, hereby assures that they will subcontract 5.0 percent of the dollar value of the prime contract to DBE firms or make good faith efforts to meet the DBE contract goal. In addition, the prime contractor will include the DBE clauses (see Supplementary Provision No. 6 of the Federal and State Provisions) required by the DBE Program adopted by MoDOT and the Sponsor in all contracts and subcontracts relating to this project. The undersigned will complete the DBE Participation information included herein when a DBE goal has been established, including a demonstration of good faith efforts if the DBE goal is not met. If the undersigned prime contractor is a MoDOT certified DBE firm, then the prime contractor must perform at least thirty percent (30%) of the total contract value work with its own forces, and will receive DBE credit for all work which the prime contractor and any other MoDOT certified DBE firm performs directly.

j. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject to the provisions of the Davis-Bacon Act and the Missouri Prevailing Wage Law. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached wage rate determinations as issued by the United States Department of Labor and the Missouri Division of Labor Standards. The BIDDER further acknowledges and accepts their requirement to incorporate the provision to pay the established prevailing wages in every subcontract agreement entered into by the Bidder under this project. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage.

PF-3

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 4 of 13

k. Compliance Reports (41 CFR Part 60-1.7): Within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months preceding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions:

1. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. 2. Has 50 or more employees. 3. Is a prime contractor or first tier subcontractor. 4. There is a contract, subcontract, or purchase order amounting to $50,000 or more l. The undersigned acknowledges receipt of the following addenda:

Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received Addendum No. , dated Date Received

REPRESENTATIONS BY BIDDER

By submittal of a proposal (bid), the BIDDER represents the following:

a. The BIDDER has read and thoroughly examined the bid documents, including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has fully informed themselves of the project site, the project site conditions and the surrounding area. d. The BIDDER has familiarized themselves with the requirements of working on an operating airport and understands the conditions that may in any manner affect cost, progress or performance of the work. e. The BIDDER has correlated their observations with that of the project documents. f. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work. g. The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work. h. The BIDDER has complied with all requirements of these instructions and the associated project documents.

CERTIFICATIONS BY BIDDER

a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER’S has direct or indirect financial interest in this proposal.

b. Trade Restriction Certification (49 U.S.C. § 50104, 49 CFR Part 30) The submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror:

1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (U.S.T.R.);

PF-4

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 5 of 13

2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R.; and

3. has not entered into any subcontract for any product to be used on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R.

This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:

1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or

2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or

3. who incorporates in the public works project any product of a foreign country on such U.S.T.R. list.

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R., unless the Offeror has knowledge that the certification is erroneous.

This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.

c. Certification of Offeror/Bidder Regarding Debarment (2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5) By submitting a bid/proposal under this solicitation, the Bidder or Offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

d. Certification of Lower Tier Contractors Regarding Debarment (2 CFR Part 180 (Subpart C), 2 CFR Part 1200, DOT Order 4200.5) The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently

PF-5

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 6 of 13

debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov ; 2. Collecting a certification statement similar to the Certificate of Offeror/Bidder Regarding Debarment and Suspension, above; 3. Inserting a clause or condition in the covered transaction with the lower tier contract.

If the FAA and/or MoDOT later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA and/or MoDOT may pursue any available remedies, including suspension and debarment of the non-compliant participant.

f. Certification Regarding Lobbying (31 U.S.C. § 1352, 2 CFR § 200 Appendix II(J), 49 CFR Part 20, Appendix A)

The Bidder or Offer certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employer of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, United States Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such failure.

g. Buy American Certification: (Title 49 U.S.C. § 50101) The bidder agrees to comply with 49 U.S.C. § 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 submit the appropriate 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.

Type of Certification is based on Type of Project:

There are two types of Buy American certifications.

PF-6

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 7 of 13

• For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted.

• For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non-building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted.

*****

PF-7

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 8 of 13

Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.)

As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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 U.S. domestic products. 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

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 non-responsive determination that may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To furnish U.S. domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.

Required Documentation

Type 3 Waiver – The cost of components and subcomponents produced in the United States is more than 60% of the cost of all components and subcomponents of the “facility”. The required documentation for a Type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100% U.S. 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 non-domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total “facility” component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location.

Type 4 Waiver – Total cost of project using U.S. domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a Type 4 waiver is:

PF-8

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 9 of 13

a) Detailed cost information for total project using U.S. 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

Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects, equipment acquisition projects)

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 of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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; 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 U.S. domestic product. 3. To furnish U.S. 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.

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 non-responsive determination which may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. 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.

PF-9

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 10 of 13

Required Documentation

Type 3 Waiver – The cost of the item components and subcomponents produced in the United States is more than 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% U.S. 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 non-domestic 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 and at place of manufacture.

Type 4 Waiver – Total cost of project using U.S. domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a Type 4 waiver is: d) Detailed cost information for total project using U.S. domestic product. e) 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

h. Compliance with the Work Authorization Law (as required by Section 285.530, Revised Statues of Missouri)

For all contracts where the total bid amount is in excess of $50,000 (local match in excess of $5,000), the Bidder, by submission of an offer and by signing the Worker Eligibility Verification Affidavit for All Contract Agreements in Excess of $50,000, certifies that it:

1. does not knowingly employ any person who is an unauthorized alien in connection with the contracted services;

2. has enrolled and actively participates in a federal work authorization program;

A general contractor or subcontractor of any tier shall not be liable under sections 285.525 to 285.550 when such general contractor or subcontractor contracts with its direct subcontractor who violates subsection 1 of this section, if the contract binding the contractor and subcontractor affirmatively states that the direct subcontractor is not knowingly in violation of subsection 1 of this section and shall not henceforth be in such violation and the contractor or subcontractor receives a sworn affidavit under the penalty of perjury attesting to the fact that the direct subcontractor’s employees are lawfully present in the United States.

PF-10

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 11 of 13

WORKER ELIGIBILITY VERIFICATION AFFIDAVIT FOR ALL CONTRACT AGREEMENTS IN EXCESS OF $50,000 (Local match in excess of $5,000) (for joint ventures, a separate affidavit is required for each business entity)

STATE OF ______) ) ss COUNTY OF ______)

On this ______day of ______, 20_____, before me appeared ______, personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, deposed as follows: My name is ______, and I am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the state or any of its political subdivisions to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities: I am the ______of ______, and I am duly authorized, directed, and/or (title) (business name) empowered to act officially and properly on behalf of this business entity. I hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security, and the aforementioned business entity shall participate in said program to verify information (employment eligibility) of newly hired employees working in connection to work under the within contract agreement. I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo. In addition, I hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection to work under the within contract agreement, any alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3). I am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections 285.525 through 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. I acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not under duress. ______(Affiant Signature)

Subscribed and sworn to before me this ______day of ______, 20_____.

______(Notary Public) My commission expires:

[Documentation of enrollment/participation in a federal work authorization program is attached. Acceptable enrollment and participation documentation consists of the following two pages of the E-Verify Memorandum of Understanding: (1) A valid, completed copy of the first page identifying the business entity; and (2) A valid copy of the signature page completed and signed by the business entity, the Social Security Administration, and the Department of Homeland Security – Verification Division.]

PF-11

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 12 of 13

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION

The information shown in this section must be completed when a DBE contract goal has been established. The percentage must equal or exceed the DBE contract goal. If the percentage is below the contract goal, then the bidder must submit complete written documentation of good faith efforts taken to meet the DBE contract goal.

a. The undersigned submits the following list of DBEs to be used in accomplishing the work of this contract. The work, supplies or services, applicable value and percent of total federal contract each DBE is to perform or furnish is as follows:

b. Joint venture with a DBE. The undersigned submits the following list of bid items the DBE prime is responsible for and any items that will be subcontracted out are noted with an asterisk or a similar notation. The work, applicable value and percentage of total federal contract the DBE prime is responsible for are as follows:

(D) (E) (F) (B) (C) Percent Dollar Percent of Bid Item (A) Dollar Value Applicable Amount Total Number(s) DBE Name and Address of DBE Work to DBE Applicable to Contract Or Work Goal DBE Goal Performed ** (C / Total Contract (100%, 60%) (C x D) Amount)

TOTAL DBE PARTICIPATION $ %

** Cannot exceed contract amount for given item of work. Trucking services credited at 100% if the DBE owns the trucks or is leasing from a DBE firm Merchant wholesalers (supply) are credited at 60%. Brokered services will only receive credit for fees.

(Please reproduce the above sheet if additional space is needed.)

PF-12

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 ****** OFFICIAL BID FORM ****** REVISED PER ADDENDUM NO. 2 Page 13 of 13

SIGNATURE OF BIDDER

The undersigned states that the correct LEGAL NAME AND ADDRESS of (1) the individual bidder, (2) each partner or joint venturer (whether individuals or corporations, and whether doing business under a fictitious name), or (3) the corporation (with the state in which it is incorporated) are shown below; that (if not signing with the intention to bind themselves to become responsible and sole bidder) they are the agent of, and they are signing and executing this (as indicated in the proper spaces below) as the bid of a

( ) sole individual ( ) partnership ( ) joint venture

( ) corporation, incorporated under the laws of state of ______.

Executed by bidder this ______day of ______20______.

Name of individual, all partners or joint venturers: Address of each:

doing business under the name of: Address of principal place of business in Missouri:

(If using a fictitious name, show this name above in addition to legal names)

(If a corporation, show its name above)

ATTEST: (SEAL)

(Signature) (Title) (Signature) (Title)

Please print name Please print name

NOTE: If bidder is doing business under a fictitious name, the bid shall be executed in the legal name of the individual partners, joint ventures, or corporation, with the legal address shown, and registration of fictitious name filed with the secretary of state, as required by sections 417.200 to 417.230 RSMo. If the bidder is a corporation not organized under the laws of Missouri, it shall procure a certificate of authority to do business in Missouri, as required by section 351.572 et seq RSMo.

PF-13

I:\KAC\PRJ\000012847\PROJECT FILES\AE\SPECS\PROJECT MANUAL\BOILERPLATE\50 PF.Docx Rev. 04/11/18 JERRY SUMNERS SR. AURORA MUNICIPAL AIRPORT (2H2) CITY OF AURORA, MISSOURI

Base Bid Construct Hangar Taxilanes

Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised per Addendum No. 1)

Add Alternate No. 2 Construct 4” Asphalt Pavement

State Block Grant Project No. 18-091B-1 LOCHNER JOB NO. 000012847

AGENDA FOR PRE-BID MEETING Tuesday, August 20 th , 2019 at 11:00 a.m. (CDT)

I. Introduction of Attendees:

II. Bidding Process:

A. Time and Location:

1. Proposals will be received until 11:00 a.m. (CDT) on Tuesday, September 3 rd , 2019 at:

City Clerk’s Office City Hall 2 W. Pleasant Aurora, MO 65605

and then publicly opened and read. Bids received after this time will not be considered.

2. Bids may be held by the City of Aurora, Missouri for a period not to exceed ninety (90) calendar days from the date of the bid opening. Award of contract is contingent upon the City of Aurora, Missouri receiving state funding assistance from the Missouri Department of Transportation (MoDOT).

4. The intentions are to execute contracts after receiving concurrence in award from MoDOT. The anticipated NTP is Monday, April 5 th , 2020 .

3. Envelopes containing bids must be sealed and addressed as shown on Page 2-1 Instructions To Bidders of the Contract Documents/Specifications.

B. Contract Provisions:

1. Mandatory contract provisions are identified in Section 3 and Section 4 of the Contract Documents.

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 1 of 6 2. The DBE goal for this project, as described on Page 1-4, is to subcontract 5.00% of the dollar value of the prime contract to DBEs. It is the responsibility of the Contractor to meet this 5.00% goal. If the DBE goal is not met, there needs to be substantial documentation of good faith effort (as described on Pages 4-25 and 4-26) in attempts to attain the DBE goal. The DBE Forms are located on Page PF-12 of the Official Bid Form.

3. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE regular dealer may be counted. If the materials or supplies are obtained from a DBE manufacturer, 100% of the cost may be counted toward the goal.

4. The Contractor is required to provide a 10-hour OSHA construction safety program for all employees who will be on-site at the Project as provided on Page 4-19 .

5. The Contractor and all Subcontractors will be required to pay minimum wage rates as established by the United State Department of Labor. Minimum wage requirements are identified on the current wage rates included at the end of Section 4. If there is a discrepancy between the two published wage rates, the higher of the two will be used as the requirement.

6. Proposers shall provide a statement of qualifications with their proposal of past similar work, a financial statement, and a statement of plant and equipment proposed for use on the project. In lieu of the financial statement, Contractors may provide evidence that they are pre-qualified with MoDOT for similar work and are on the current MoDOT bidders list.

7. As part of your proposal, you are required to complete the Worker Eligibility Verification Affidavit on Page PF-11 . Note also that you are required to submit with your proposal a completed copy of the first page and a valid copy of the signature page of your E-Verify Memorandum of Understanding.

8. Prior to procurement and upon the successful bidder’s request, the City of Aurora will provide the successful bidder a state tax exempt certification.

9. As noted in General Provision Section 80-01, Subletting of Contract, the Contractor shall provide copies of all subcontracts to the Engineer at least 14 days prior to the subcontractor being utilized on the project.

10. The Contractor and his/her Subcontractors will be required to provide certificates of insurance for at least the minimum amounts specified in the Special Provisions.

11. The Contractor shall perform, with their organization, an amount of work equal to at least 25 percent of the total construction cost.

C. Contract Proposal Forms:

1. Proposals must be submitted on the “OFFICIAL BID FORM” provided by Drexel Technologies for the submittal of bid.

2. When completing the Proposal Form, the unit price needs to be written in numerical form in the column under the header “Unit Price” and the extension (quantity x unit price) needs to be written in numerical form. All bidders submitting proposals must acknowledge receipt of all addendums issued in the space provided in the Proposal on Page PF-4. Page PF-13 needs to be completed and signed. If for some reason any of the pages of the Proposal Form are changed by addendum, replace the page that was revised in your submittal.

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 2 of 6 3. The bidder has the option of submitting a bid for the Base Bid plus Add Alternate No. 1 and Base Bid plus Add Alternate No. 2, or just the Base Bid plus Add Alternate No. 1, or just the Base Bid plus Add Alternate No. 2. If not submitting a bid for Add Alternate No. 1 or Add Alternate No. 2, insert the words “NO BID” for the appropriate Add Alternate in the Official Bid Form.

4. The bidder shall submit all required DBE information, as contained on the DBE form located on Page PF-12 of the Official Bid Form with their bid.

5. The successful bidder will be required to submit evidence of when and by whom each DBE was last certified after the bid opening.

6. This contract is subject to the “Buy American Preferences” of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to certify that steel and manufactured products have been produced in the United States per the certification statement included in the Official Bid Form, Pages PF-8 through PF-10 .

7. A Bid Bond guarantee will be required with each bid as a certified check or a bid bond in the amount of five (5) percent of the total amount of the bid, made payable to the City of Aurora, Missouri . Include the Bid Bond with the Official Bid Form in the sealed envelope.

8. The successful bidder will be required to execute the Contract Agreement, the Performance Bond and the Payment Bond. The bonds will be in the amount of 100% of the contract price.

III. Project Description:

A. The project consists of:

Base Bid Construct Hangar Taxilanes

Add Alternate No. 1 Construct 6” P.C.C. Pavement (Revised per Addendum No. 1)

Add Alternate No. 2 Construct 4” Asphalt Pavement

B. The contract period for construction is sixty five (65) calendar days for the total project. Liquidated damages are set at $ 1,500.00 per calendar day. Delays due to weather and other factors out of the control of the Contractor that are above and beyond a typical season may be requested in writing as a reason for contract period extension. The request should be made as soon as the Contractor is aware of an issue with the construction period. The Contractor shall also make every attempt to make up any lost days by working extended periods during the day and/or weekends.

C. All bidders should carefully review the Construction Safety and Phasing Plan (CSPP) in the Appendix of the Project Manual. The Contractor shall submit a Safety Plan Compliance Document (SPCD) detailing how they will comply with the Construction Safety and Phasing Plan. This SPCD must be approved by the Engineer prior to the issuance of the notice to proceed .

D. This project has been structured into one (1) construction phase. Please review the Construction Safety and Phasing Plan, Sheet No. 3 of the plan set.

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 3 of 6 E. Contractor’s access roads, haul roads, and staging areas are shown on Sheet 3 of the Plans. The Contractor is responsible for restoring any access roads, haul roads, and staging areas to their original, pre-construction condition at no additional cost to the Owner. See General Note 8, Sheet 2 of the plans.

F. Low Profile Barricades shall be placed as shown on Sheet 3.

G. Extreme caution shall be used when working near underground electrical cable and other utilities. The Contractor shall notify Missouri One Call System, (800) 344-7483, a minimum of 48 hours prior to any construction activities to allow sufficient time to locate and mark any existing field cables or utility which might be affected by this project. Should damage occur to any of these items, they will be replaced immediately at the Contractor's expense to the satisfaction of the Engineer.

H. Lochner will provide Construction Observation and acceptance testing throughout this project. The Contractor is required to establish a CQCP program, per Specification C-100, Contractor Quality Control Program (CQCP). The requirements to be addressed in the CQCP program are listed in section 100-2.b on Page 5-2.

I. The Contractor is responsible for implementation of the Stormwater Pollution Prevention Plan (SWPPP) contained in the Appendix of the Project Manual. Sheet 10 of the Plans show the erosion control measures necessary for the Project.

IV. Demolition and Grading:

A. As noted on Sheet 6 of the Plans, the overhead electric lines that are just east of the existing taxilane pavement are to be relocated by Liberty Utilities. The Contractor shall coordinate with Mr. Shane Grooms, Construction Design – Sr. of Liberty Utilities. His phone number is (800) 206-2300. These coordination and relocation efforts must be completed prior to mobilization of the project.

B. Any abandoned cable, ground rod, ducts, or utility facilities that are exposed during grading operations shall be removed and disposed of off airport property. Any work associated with this shall be done at no additional cost to the Owner.

V. Paving Construction:

A. Proposed typical pavement section for the taxilane consists of:

• Add Alternate No. 1 ( Revised per Addendum No. 1) • P.C.C. Pavement (6”) (P-501) • Aggregate Base Course (4”) (P-208, P-209, P-219) • Separation Geotextile (P-208, P-209, or P-219) • Treated Subgrade (6”) (P-155, P-157, or P-158)

• Add Alternate No. 2 (Revised per Addendum No. 1) • HMA Pavement (4”) (P-403) with a Bituminous Tack Coat (P-603) between lifts • Aggregate Base Course (5”) (P-208, P-209, P-219) • Separation Geotextile (P-208, P-209, or P-219) • Treated Subgrade (6”) (P-155, P-157, or P-158)

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 4 of 6 B. The rate of application, listed in each respective spec’s section, for Lime (P-155), Cement (P-157), or Fly Ash (P-158) are the suggested values. The Contractor shall apply a sufficient amount to lower the Plasticity Index to less than or equal to 20 and increase the CBR to greater than or equal to 10.

C. If GPS controlled equipment is used to construct the subgrade, Contractor shall have the area surveyed and approved by the Engineer prior to placement of base course.

D. If constructing using the Add Alternate No. 1 method, the taxilane pavement shall be constructed with the use of acceptable slip-form or fixed-form paving equipment. Odd shaped irregular sections of pavement shall be considered hand pours and constructed with the use of side forms.

E. If constructing using the Add Alternate No. 1 method, t he ¼” chamfer as shown on the Pavement Joint Details ( Sheet 14 ) shall be constructed in order to protect the pavement joint during snow removal operations.

F. Concrete incentive pay is available for this project based on strength and thickness up to 106% of each lot. This may be used to off-set lots requiring less than 100% pay for strength and thickness. However, the total product of the contract unit price and the total number of square yards of concrete shall not exceed 100% pay . Payment in excess of 100% based on strength and thickness may not be used to offset reduction in payment due to smoothness.

G. Waste material resulting from this Project shall be disposed of off Airport property per General Note No. 7, Sheet 2 of the Plans.

H. Access to water may be achieved by way of the fire hydrants. Information regarding obtaining water can be done by contacting Liberty Utilities (Missouri), (800) 206-2300.

I. Type 2C erosion control blanket to be utilized adjacent to proposed pavement for a width of 16-feet as shown on Plan Sheet 10. Type 2C erosion control blanket shall also be utilized to line the ditch channels for a width of 8-feet as shown on the same plan sheet. Seeding and HydroMulch as specified in specification Items T-901 and T-908, respectively, shall be utilized elsewhere. Hydromulch shall be applied at a rate of 2,500 lbs./acre and tackifier applied at a rate of 50 lbs./acre. These rates will be added via Addendum No. 2.

J. A contractor furnished Engineer’s Field Office is not required.

VI. Additional Notes:

A. Two separate Notice to Proceeds will be issued for this project. The first NTP will allow Liberty Utilities to begin burying the overhead electric line. The second NTP for taxilane construction will be for construction operations. The burying of the electrical lines will not count against the sixty five (65) calendar days the Contractor has to construct the taxilanes. The purpose of the first NTP is for the Contractor to schedule the overhead electric line burial process so that it may be completed prior to the beginning of the taxilane construction project. Latest communications with Liberty Utilities indicates that they will be finishing up the engineering and design work within the next few weeks and anticipate construction activities to happen before the end of the year.

B. Specification C-105, Mobilization, limits this value to 10% of the total original project bid amount.

C. During construction, the first pay estimate shall be processed when necessary. All subsequent pay estimates will only be processed once the Prime Contractor has submitted lien releases from their subcontractors.

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 5 of 6 VII. Proposed Addendum Items.

A. Replacing the granite r equirements for coarse aggregates in Section 501-2.1.c of the project manual to read as follows, “Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination.”

B. Specify hydromulch and tackifier application rates as 2,500 lbs./acre and 50 lbs./acre, respectively.

C. Excess excavation / waste area to be located on-site.

D. Reduction in Type 2C blanket within the future 8-unit T-hangar footprint.

E. The spot elevations for the South Taxilane will be modified.

F. The joint plan will be modified to incorporate a new type of joint around areas where future pavement is planned. A detail for this will also be added.

G. Fixing an error with the proposal form on both the PF sheets and Official Bid Form.

VIII. Open Discussion.

A. The entrance road thickness was discussed. Lochner designed a portion of the entrance road during a previously completed project at the airport. A typical section of the entrance road, as well as shading of the portion of the road that was re-built, will be included with Addendum No. 2, Plan Sheet 3. Note that the portion of the road closest to the auto parking area was not re-built and there are no record drawings indicating pavement thickness. The City of Aurora believes that road is 3.5” of asphalt atop compacted subgrade.

B. Asphalt Pavement Analyzer (APA) results are required as stated in section 403-3.3 Job Mix Formula (JMF) of the specifications.

C. The City of Aurora is acceptable with construction equipment utilizing the grassy area beside the entrance road to access the project as way of not damaging the existing road. Any area disturbed shall be restored per General Note 7 on Sheet 2 of the plans.

IX. Optional Site Tour for Attendees.

A. During the Site Tour, alternative entrances to the project were discussed. An existing access entrance off of Missouri Highway 60 may be utilized by the Contractor. This access entrance will be included with Addendum No. 2, Plan Sheet 3. Any area disturbed, as well as the access entrance, shall be restored per General Note 7 on Sheet 2 of the plans.

I:\KAC\PRJ\000012847\PROJECT FILES\AE\MEETINGS\PREBID\Prebid Agenda (Aurora Taxilanes).docx 6 of 6