Loading...
HomeMy WebLinkAboutCONTRACT CHANGE ORDER NO. 2 BETWEEN AUGUSTA, GEORGIA AND MCCARTHY IMPROVEMENT COMPANY FOR TAXIWAY A RECONSTRUCTION & EXTENSION (2) CONTRACT CHANGE ORDER NO. 2 AIRPORT Augusta Regional Airport Date September 18, 2018 LOCATION Augusta, GA AIP No. 3-13-0011-038-039 PROJECT Taxiway A Reconstruction CONTRACTOR McCarthy Improvement & Extension Company You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the engineer. Item No. Description Unit Unit Price Quantity Amount Extra Work Items P-100.1 Mobilization LS $7,465.91 1 $7,465.91 X-105.13 Remove Aifield Guidance Sign EA $150.00 3 $450.00 L-125.8 L-858 (L) Airfield Guidance Sign,2 Module EA $4,550.00 3 $13,650.00 on( E ) Base L-125.9 Spare Taxiway Electrical LS $4,875.00 1 $4,875.00 L-125.10 L861T MITL, LED, Elevated Taxiway LS $275.00 1 $275.00 Fixture, Red Lense Base Bid Quantity Adjustment Items P-101.1 Asphaltic Concrete Pavement Removal, Full SY $9.00 10,880 $97,920.00 Depth P-101.2 Asphalt Concrete Pavement Removal, SY $11.00 -1,392 Shoulder,Full Depth ($15,312.00) P-101.3 Cold Milling SY $11.50 -47 ($540.50) P-101.4 PCC Pavement, Full Depth SY $18.00 1,521 $27,378.00 X-105.3 Remove Storm Sewer Pipe, 24-inch LF $20.00 -59 ($1,180.00) X-105.5 Remove Storm Sewer Pipe,42-inch LF $31.00 283 $8,773.00 X-105.7 Remove Storm Sewer Catch Basin Structure EA $800.00 5 $4,000.00 X-105.12 Remove Pavement Markings SF $2.50 779 $1,947.50 P-152.1 Unclassified Excavation, On-Site Disposal CY $12.00 25,814 $309,768.00 P-152.2 Unclassified Excavation, Off-Site Disposal CY $15.00 -24,000 ($360,000.00) P-152.3 Unclassified Excavation, Staging Area Base CY $9.50 -6,000 ($57,000.00) P-152.4 Subgrade Preparation SY $1.00 -791 ($791.00) P-156.3 Installation and Removal of Silt Fence LF $2.50 -7,611 ($19,027.50) P-209.1 Crushed Aggregate Base Course(6"Depth) CY $50.00 1,518 $75,900.00 P-220.1 Recycled Asphalt Millings Base Course(24" CI, $32.00 1,810 $57,920.00 Depth) P-306.1 Lean Concrete Base Course SY $40.00 -1,822 ($72,880.00) P-401.1 Asphalt Concrete Surface Course TON $120.00 473 $56,760.00 P-501.1 Portland Cement Concrete Pavement(14") SY $75.00 -2,698 ($202,350.00) P-605.1 Joint Sealing Filler LF $3.15 9,774 $30,788.10 P-620.2 Permanent Pavement Marking SF $0.80 2,016 $1,612.80 P-620.3 Thermoplastic Preformed Markings SF $22.00 -2,200 ($48,400.00) P-620.4 Thermoplastic Surface Sign EA $6,600.00 -2 ($13,200.00) P-620.5 Reflective Media LB $3.50 -188 ($658.00) D-701.2 Concrete Sewer Pipe, 24-inch, Class III LF $56.00 -5 ($280.00) D-701.3 Concrete Sewer Pipe,30-inch, Class III LF $72.00 -256 ($18,432.00) D-701.4 Concrete Sewer Pipe,36-inch, Class III LF $93.00 -4 ($372.00) D-701.5 Concrete Sewer Pipe,42-inch, Class V LF $124.00 -10 ($1,240.00) D-701.6 Concrete Sewer Pipe,48-inch, Class V LF $157.00 -9 ($1,413.00) D-705.1 6-inch Perforated Polyethylene Pipe, LF $16.50 790 $13,035.00 Schedule 40 D-705.2 6-inch Solid Polyethylene Pipe, Schedule 40 LF $15.50 -290 ($4,495.00) D-705.3 Underdrain Cleanout,Type I EA $730.00 -9 ($6,570.00) D-705.4 Underdrain Cleanout,Type II EA $866.00 14 $12,124.00 D-751.3 Catch Basin,Type B EA $7,340.00 -5 ($36,700.00) T-901.1 Seeding AC $1,435.00 2 $2,870.00 T-905.1 Topsoiling(Obtain on Site or Removed from CY $12.00 2472 $29,664.00 Stockpile) L-108.2 Counterpoise Wire w/Grounding Rods LF $1.00 1,683 $1,683.00 L-110.1 1-way,2-inch PVC, Direct Bury Type II LF $2.50 1,394 $3,485.00 Electrical Duct Bank L-110.2 2-way,4-inch PVC, Concrete Encased Type LF $25.00 -1,790 I Electrical Duct Bank ($44,750.00) L-110.4 6-way,4-inch PVC, Concrete Encased Type LF $60.00 -260 I Electrical Duct Bank ($15,600.00) L-110.5 8-way,4-inch PVC, Concrete Encased Type LF $80.00 175 $14,000.00 I Electrical Duct Bank L-115.1 Electrical Pull Box,Aircraft Rated EA $8,000.00 -7 ($56,000.00) Bid Alternative 1 Quantity Adjustment Items P-101.1 Asphaltic Concrete Pavement Removal,Full SY $9.00 -429 Depth ($3,861.00) P-101.2 Asphaltic Concrete Pavement Removal, SY $14.00 -63 ($882.00) Shoulder,Full Depth P-152.1 Unclassified Excavation, On-Site Disposal CY $12.00 318 $3,816.00 P-152.3 Subgrade Preparation SY $1.30 -4 ($5.20) P-156.4 Inlet Sediment Trap-Silt Saver EA $175.00 -14 ($2,450.00) P-156.8 Emergency Erosion Control Mobilization EA $500.00 -1 ($500.00) P-209.1 Crushed Aggregate Base Course(6"Depth) CY $51.00 318 $16,218.00 P-220.1 Recycled Asphalt Millings Base Course(24" CY $33.00 211 $6,963.00 Depth) P-306.1 Lean Concrete Base Course SY $40.00 -1,099 ($43,960.00) P-401.1 Asphalt Concrete Surface Course TON $120.00 -73 ($8,760.00) P-501.1 Portland Cement Concrete Pavement(14") SY $75.00 -857 ($64,275.00) D-701.3 Concrete Sewer Pipe, 30-inch,Class III LF $72.00 29 $2,088.00 D-701.4 Cocnrete Sewer Pipe,36-inch, Class III LF $93.00 -1 ($93.00) D-705.1 6-inch Perforated,Polyethylene Pipe, LF $16.50 195 $3,217.50 Schedule 40 D-705.2 6-inch Solid, Polyethylene Pipe, Schedule 40 LF $15.50 -120 ($1,860.00) D-751.2 Catch Basin,Type A EA $7,950.00 -2 ($15,900.00) D-751.3 Catch Basin,Type B EA $7,340.00 1 $7,340.00 L-108.1 #8 AWG, 5 kV Power Cable LF $1.00 -54 ($54.00) L-110.2 2-way,4-inch PVC, Cocnrete Encased Type LF $25.00 -160 ($4,000.00) I Electrical Duct Bank Page 2 of 11 L-115.1 Electrical Pull Box,Aircraft Rated EA $8,000.00 -1 ($8,000.00) Bid Alternative 2 Quantity Adjustment Items P-101.1 Asphaltic Concrete Pavement Remove,Full SY $8.00 -549 Depth ($4,392.00) P-101.2 Asphaltic Concrete Pavement Removal, Shoulder,Full Depth SY $8.00 -13,470 ($107,760.00) X-105.11 Remove Taxiway Edge Light and Base Can EA $75.00 2 $150.00 X-105.12 Remove Pavement Markings SF $5.00 520 $2,600.00 P-152.1 Unclassified Excavation, On-Site Disposal CY $12.50 5,627 $70,337.50 P-152.2 Unclassified Excavation,Off-Site Disposal CY $15.50 -5,627 ($87,218.50) P-152.3 Subgrade Preparation SY $1.30 -9 ($11.70) P-156.8 Emergency Erosion Control Mobilization EA $500.00 -1 ($500.00) P-209.1 Crushed Aggregate Base Course(6"Depth) CY $51.00 587 $29,937.00 P-306.1 Lean Concrete Base Course SY $40.00 -108 ($4,320.00) P-401.1 Asphalt Concrete Surface Course TON $120.00 -14 ($1,680.00) P-501.1 Portland Cement Concrete Pavement(14") SY $75.00 -476 ($35,700.00) P-620.2 Permanent Pavement Marking SF $2.00 227 $454.00 P-620.3 Thermoplastic Preformed Markings SF $22.00 -1,465 ($32,320.00) D-705.1 6-inch Perforated Polyethylene Pipe, LF $16.50 140 $2,310.00 Schedule 40 P-705.4 Underdrain Clean-Out, Type II EA $865.00 -1 ($865.00) T-905.1 StoToc ksoilileing(Obtain on Site or Removed from CY $12.00 -10 ($120.00) L-125.1 ) L861T MITL,LED,Elevated Taxiway EA $900.00 -2 Fixture ($1,800.00) Bid Alternative 3 Quantity Adjustment Items P-101.2 Asphaltic Concrete Pavement Removal, SY $15.00 -34 ($510.00) Shoulder,Full Depth P-101.3 Cold Milling SY $125.00 -85 ($10,625.00) P-101.4 PCC Pavement Removal,Full Depth SY $17.00 328 $5,576.00 X-105.12 Remove pavement Markings SF $3.00 -190 ($570.00) P-152.1 Unclassified Excavation,On-Site Disposal CY $13.50 2,007 $27,094.50 P-152.2 Unclassified Excavation, Off-Site Disposal CY $17.00 -2,000 ($34,000.00) P-152.3 Subgrade Preparation SY $1.30 -729 ($947.70) P-501.2 Portland Cement Concrete Pavement(15") SY $80.00 -1,057 ($84,560.00) P-620.3 Thermoplastic Preformed Markings SF $22.00 -1,700 ($37,400.00) D-705.1 6-inch Perforated polyethylene Pipe, LF $16.50 35 $577.50 Schedule 40 L-108.1 #8 AWG, 5kV Power Cable LF $2.00 2,229 $4,458.00 L-110.2 2-way,4-inch PVC, Concrete Encased Type LF $2.50 -455 I Electrical Duct bank ($1,137.50) L-110.3 4-way,4-inch PVC, Concrete Encased Type LF $40.00 45 $1,800.00 I Electrical Duct bank Extra Work Quantity Adjustment Items P-209.2 Crushed Aggregate Base Course(12"Depth) CY $54.00 -169 ($9,126) P-403.1 Asphalt Base Course(30%RAP under PCC TON $240.58 -277 ($66,640.66) Pavement)-Bid Alternate 3 Page 3 of 11 D-751.6 Catch Basin,Type C EA $12,721.00 1 $12,721.00' L-110.3 4-way,4-inch PVC,Concrete Encased Type ($1,750.00 I Electrical Duct Bank LF $25.00 -70 ) This Change Order Total ($681,652.95) This Change Order Calendar Day Additions(Deletions) 5 Previous Change Order(s)Total $349,641.00 Previous Change Order(s)Calendar Day Additions(Deletions) 0 Original Contract Total $16,772,436.70 Original Contract Calendar Day Count Total 270 Revised Contract Total $16,440,424.75 Revised Contract Calendar Day Count Total 275 The time provided for completion in the contract is(unchanged)(decreased)(increased). This document shall become an amendment to the contract . r I all provisions of the contract will apply. Recommended by: / /0//(0/ Zoig Ch Ttopher J. i eyer,PE,Engineer(Mead&Hunt,Inc.) Date Aill Approved - pP b y Y: ��� � � �� / l� Georgia ' Sasser Sponsor(Augusta Aviation Commission) Date Accepted by: I /2 3/2 2/8 Contra or c arthy Improvement Company) Date NOTE: Change Orders and Suppl mental Agreements require FAA approval prior to construction. AlP NO. 3-13-0011-038-039 CHANGE ORDER NO. 2 AIRPORT Augusta Regional Airport LOCATION Augusta,GA JUS 11F KATION FOR CHANGE 1. Brief description of the proposed contract change(s)and location(s). Quantity Adjustments: There are several items included in the orginal bid along with the three bid alternatives that need to be adjusted in order to cover the true quantities shown on the construction plans to complete the approved project scope. These items include: • P-101.1 Asphaltic Concrete Pavement Removal,Full Depth o Scattered throughout project in Base Bid and Bid Alternative 1 and 2 • P-101.2 Asphaltic Concrete Pavement Removal, Shoulder o Scattered throughout project in Bid Alternative 1,2,and 3 • P-101.3 Cold Milling o Scattered throughout project in Base Bid and Bid Alternative 3 • P-101.4 PCC Pavement Removal,Full Depth Page 4 of 11 o Scattered throughout project in Base Bid and Bid Alternative 3 • X-105.2 Remove Storm Sewer Pipe, Size Unknown o Scattered throughout project in Base Bid • X-105.3 Remove Storm Sewer Pipe,24-inch o Scattered throughout project in Base Bid • X-105.4 Remove Storm Sewer Pipe, 30-inch o Scattered throughout project in Base Bid • X-105.5 Remove Storm Sewer Pipe,42-inch o Scattered throughout project in Base Bid • X-105.7 Remove Storm Sewer Catch Basin Structure o Scattered throughout project in Base Bid • X-105.11 Remove Taxiway Edge Light and Base Can o Scattered throughout project in Bid Alternative 2 • X-105.12 Remove Pavement Markings o Scattered throughout project in Bid Alternative 2 and 3 • P-152.1 Unclassified Excavation, On-Site Disposal o Scattered throughout project in Bid Alternative 1,2,and 3 • P-152.2 Unclassified Excavation, Off-Site Disposal o Scattered throughout project in Base Bid and Bid Alternative 2 and 3 • P-152.3 Subgrade Preparation o Scattered throughout project in Bid Alternative 1,2, and 3 • P-156.3 Installation and Removal of Silt Fence o Scattered throughout project in Base Bid • P-156.4 Inlet Sediment Trap-Silt Saver o Scattered throughout project in Bid Alternative 1 • P-209.1 Crushed Aggregate Base Course(6"Depth) o Scattered throughout project in Base Bid and Bid Alternative 1 and 2 • P-220.1 Recycled Asphalt Millings Base Course(24"Depth) o Scattered throughout project in Base Bid and Bid Alternative 1 • P-306.1 Lean Concrete Base Course o Scattered throughout project in Base Bid and Bid Alternative 1 and 2 • P-401.1 Asphalt Concrete Surface Course o Scattered throughout project in Bid Alternative 1 and 2 • P-501.1 Portland Cement Concrete Pavement(14") o Scattered throughout project in Base Bid and Bid Alternative 1 and 2 • P-501.2 Portland Cement Concrete Pavement(15") o Scattered throughout project in Bid Alternative 3 • P-620.3 Thermoplastic Pavement Markings o Scattered throughout project in Bid Alternative 2 and 3 • P-620.5 Reflective Media o Scattered throughout project in Bid Alternative 2 • D-701.2 Concrete Sewer Pipe,24-inch,Class III o Scattered throughout project in Base Bid • D-701.3 Concrete Sewer Pipe, 30-inch,Class III o Scattered throughout project in Base Bid and Bid Alternative 1 • D-701.4 Concrete Sewer Pipe, 36-inch,Class III o Scattered throughout project in Base Bid and Bid Alternative 1 • D-701.5 Concrete Sewer Pipe,42-inch,Class V o Scattered throughout project in Base Bid • D-701.6 Concrete Sewer Pipe,48-inch,Class V o Scattered throughout project in Base Bid • D-705.1 6-inch Perforated Polyethylene Pipe, Schedule 40 o Scattered throughout project in Base Bid and Bid Alternative 1,2, and 3 • D-705.2 6-inch Solid Polyethylene Pipe, Schedule 40 Page 5 of 11 o Scattered throughout project in Bid Alternative 1 • D-705.3 Underdrain Clean-out,Type I o Scattered throughout project in Base Bid • D-705.4 Underdrain Clean-out,Type II o Scattered throughout project in Base Bid and Bid Alternative 2 • D-751.2 Catch Basin,Type A o Scattered throughout project in Bid Alternative 1 • D-751.3 Catch Basin,Type B o Scattered throughout project in Base Bid and Bid Alternative 1 • T-905.1 Topsoiling(Obtain on Site or Removed from Stockpile) o Scattered throughout project in Bid Alternative 2 • L-108.1 #8 AWG, 5 kV Power Cable o Scattered throughout project in Bid Alternative 1 • L-110.1 1-way,2-inch PVC,Direct Bury Type II Electrical Duct Bank o Scattered throughout project in Base Bid • L-110.2 2-way,4-inch PVC, Concrete Encased Type I Electrical Duct Bank o Scattered throughout project in Base Bid and Bid Alternative 1 and 3 • L-110.3 4-way,4-inch PVC, Concrete Encased Type I Electrical Duct Bank o Scattered throughout project in Bid Alternative 3 • L-110.4 6-way,4-inch PVC, Concrete Encased Type I Electrical Duct Bank o Scattered throughout project in Base Bid • L-110.5 8-way,4-inch PVC, Concrete Encased Type I Electrical Duct Bank o Scattered throughout project in Base Bid • L-115.1 Electrical Pull Box,Aircraft Rated o Scattered throughout project in Bid Alternative 1 • L-125.1 L861T MITL,LED,Elevated Taxiway Fixture o Scattered throughout project in Bid Alternative 2 • L-125.6 L-858 (L)Airfield Guidance Sign, 3 Module o Scattered throughout project in Bid Alternative 1 Extra Work/New Bid Item: There are several items that were erroneously not included in the original bid or extra items not included in the original bid that will be necessary to complete the approved project scope. These items include: • P-100.1 Mobilization o Required for installation of new Airfield Guidance Signs o Scattered throughout project • X-105.13 Remove(E)Airfield Guidance Sign o Scattered throughout project • L-125.8 L-858 Airfield Guidance Sign,2 Module on(E)Base o Scattered throughout project • L-125.9 Spare Taxiway Electrical o Scattered throughout project • L-125.10 L861T MITL, LED, Elevated Taxiway Fixture, Red Lense o Base Bid, South Edge of Taxilane/Apron Changes to Construction Plans: N/A New Construction Specifications: N/A Revised Construction Specifications Page 6 of 11 Item L-125.8 Installation of Airport Lighting Systems-Spare Electrical Items, Fixtures and Transformers. The line item and definition for spare electrical was added into the L-125 specification. 2. Reason(s) for the change(s) (Continue on reverse if necessary) P-100.1 Mobilization. The addition of a new mobilization line item is due to the work associated with the installation and removal of the three new Airfield Guidance Signs and the taxiway edge light fixtures with red lenses. These three new signs take the place of existing signs that were originally intended to have new guidance sign panels installed and the new taxiway edge light fixtures are being installed at the airports request and for enhanced safety features. P-101.1 Asphaltic Concrete Pavement Removal,Full Depth: The reduction of quantity in bid alternatives 1 and 2 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. The increase of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-101.2 Asphaltic Concrete Pavement Removal,Shoulder: The reduction of quantity in bid alternatives 1,2,and 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-101.3 Cold Milling: The reduction of quantity in the base bid and bid alternative 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-101.4 PCC Pavement Removal,Full Depth: The increase of quantity in the base bid and bid alternative 3 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.2 Remove Storm Sewer Pipe,Size Unknown: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.3 Remove Storm Sewer Pipe,24-inch: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.4 Remove Storm Sewer Pipe,30-inch: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.5 Remove Storm Sewer Pipe,42-inch: The increase of quantity in base bid is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original Page 7 of 11 contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.7 Remove Storm Sewer Catch Basin Structure: The increase of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.11 Remove Taxiway Edge Light and Base Can: The increase of quantity in bid alternative 2 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.12 Remove Pavement Marking: The increase of quantity in bid alternative 2 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. X-105.13 Remove Airfield Guidance Sign: The addition of this line item and quantity is provided due to the addition of the three new Airfield Guidance Signs which are to be installed on existing PCC sign bases. These three new signs take the place of existing signs that were originally intended to have new guidance sign panels installed. This item is reflected in the X-105 specification. P-152.1 Unclassified Excavation,On-Site Disposal: The increase of quantity in bid alternative 1,2,and 3 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-152.2 Unclassified Excavation,Off-Site Disposal: The reduction of quantity in the base bid and bid alternative 2 and 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity, the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. The increase of quantities of P-152.1 and reduction of P-152.2 is due to the contractor zeroing out the quantities on site. P-152.3 Subgrade Preparation: The reduction of quantity in bid alternative 1,2, and 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-156.3 Installation and Removal of Silt Fence: The increase of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must be added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-156.4 Inlet Sediment Trap-Silt Saver: The reduction of quantity in bid alternative 1 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-209.1 Crushed Aggregate Base Course(6"Depth): The increase of quantity in the base bid and bid alternative 1 and 2 is a result of the as performed quantities per the scope of work in those areas. Because additional work was Page 8 of 11 performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-220.1 Recycled Asphalt Millings Base Course(24"Depth): The increase of quantity in the base bid and bid alternative lis a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-306.1 Lean Concrete Base Course: The reduction of quantity in the base bid and bid alternative 1 and 2 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-401.1 Asphalt Concrete Surface Course: The reduction of quantity in bid alternative 1 and 2 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-501.1 Portland Cement Concrete Pavement(14"): The reduction of quantity in the base bid and bid alternative 1 and 2 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-501.2 Portland Cement Concrete Pavement(15"): The reduction of quantity in bid alternative 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-620.2 Permanent Pavement Markings: The increase of quantity in bid alternative 2 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. P-620.3 Thermoplastic Pavement Markings: The reduction of quantity in bid alternative 2 and 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-701.2 Concrete Sewer Pipe,24-inch,Class III: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-701.3 Concrete Sewer Pipe,30-inch,Class III: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-701.4 Concrete Sewer Pipe,36-inch,Class III: The reduction of quantity in the base bid and bid alternative 1 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is Page 9 of 11 in the original contracted quantity, the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-701.5 Concrete Sewer Pipe,42-inch,Class V: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-701.6 Concrete Sewer Pipe,48-inch,Class V: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-705.1 6-inch,Perforated Polyethylene Pipe, Schedule 40: The increase of quantity in the base bid and bid alternative 1,2,and 3 is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-705.2 6-inch,Solid Polyethylene Pipe, Schedule 40: The reduction of quantity in bid alternative 1 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-705.3 Underdrain Clean-out Type I: The reduction of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-751.2 Catch Basin,Type A: The reduction of quantity in bid alternative 1 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity, the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. D-751.3 Catch Basin, Type B: The reduction of quantity in the base bid and bid alternative 1 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity, the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. T-905.1 Topsoiling(Obtain on Site or Removed from Stockpile): The reduction of quantity in bid alternative 2 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. L-108.1 #8 AWG,5kV Power Cable; L-108.2 Counterpoise Wire w/Grounding Rods; L-108.3 Temporary#8 AWG, 5kV Jumper Cable; L-110.1 1-way,2-inch PVC,Direct Bury Type II Electrical Duct Bank; L-110.2 2- way,4-inch PVC,Concrete Encased Type I Electrical Duct Bank; L-115.1 Electrical Pull-Box,Aircraft Rated; L-125.1 L861T MITL,LED,Elevated Taxiway Fixture; L-125.3 Base Mounted L-82 HIRL,Elevated Runway Edge Lights; L-125.5 L-858(L)Airfield guidance Sign,2 Module; L-125.6 L-858(L)Airfield guidance Sign,3 Module: The reduction of electrical quantities in the base bid and bid alternative 1,2, and 3 is a result of the as performed quantities per the scope of work in those areas. Because the work was not performed and is in the original Page 10 of 11 contracted quantity,the cost for the work must be removed from the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. The increase of quantity in the base bid is a result of the as performed quantities per the scope of work in those areas. Because additional work was performed and is in the original contracted quantity,the cost for the work must added to the project. The quantity of the item did not change substantially to justify renegotiation of the original unit price. L-125.8 L-858(L)Airfield Guidance Sign,2 Module on(E)Base: The addition of this line item and quantity is due to the three new Airfield Guidance Signs being installed on existing PCC bases. These three new signs take the place of existing signs that were originally intended to have new guidance sign panels installed. This item is reflected in the L-125 specification L-125.9 Spare Taxiway Electrical: The addition of this line item and quantity is provided so that the contractor knows to provide a total of specified spare airfield electrical items so that if needed,the airport has items on-hand to make repairs themselves. This item is reflected in the L-125 specification L-125.10 L861T MITL,LED,Elevated Taxiway Fixture,Red Lense: The addition of this line item and quantity is due to the airport requesting the contractor to install new taxiway fixtures with red lenses on the south end of the taxilane/apron for safety purposes. This item is reflected in the L-125 specification Revised Construction Specifications Item X-105 Site Demolition-Remove Airfield Guidance Sign. The contractor shall remove and dispose the existing airfield guidance sign leaving the existing PCC sign base in place. Item L-125 Installation of Airport Lighting Systems-L-858 (L)Airfield Guidance Sign,2 Module on(E)Base. The contractor shall install a new 2 Module airfield guidance sign on the existing PCC sign base. Item L-125 Installation of Airport Lighting Systems-Spare Taxiway Electrical. The contractor shall leave a specified amount of spare airfield electrical items to the airport at the conclusion of construction. This will allow the airport to make repairs to any airfield electrical items with the spare items left by the contractor. The quantity shall be 10%of all airfield fixtures. Item L-125 Installation of Airport Lighting Systems-L-861 T MITL,LED,Elevated Taxiway Fixture,Red Lense. The contractor shall install new taxiway edge light fixtures with red lenses at the location denoted on plans or by the engineer. Attachments: • Item X-105 Site Demolition • Item L-125 Installation of Airport Lighting Systems Page 11 of 11 AUGUSTA RICHMOND COUNTY Hardie Davis, Jr., Mayor ATTEST: I ..,� s k�.' T ,l. °O Ar1,04/ 1 'fe.'' ' :''')`:40 .ti o b Lena Bonner, Clerk , `' , f ` r: ,F . 5 ti i Approved as to Form: A Me 12/w/8 Andrew Mackenzie, Esq. 1 mavens glarmscsancswass.440.,ssia maw..moaners mars„maim N — 7 —.-- NATCHLINE STA.32•00 SEE SHEET E 102 I 7 T . A : r - -Li t.t1 * F., . . \I] 1-4 Ht ; El / . .. .. , q I A ;,,' , g' N . COI 1 ' '''''''''' I Ile fl 1 -t --,_ V... 14 /i A '.t-? 'I. * 1 H 1 '------ +)._,,,„0...---• Pir ' *r k I -—--- 1 I ' ,- 11111 Ti 1: LL-.-------—- ------4 - .10.1.-----r-..- "I (E)TAXIWAY B I 11 I 1 M t f i VI I At sg; i g ii P z 1 § Ill 1 • - - 9, ; ,J 1 ; SD ALT St SO ALT NS 1 ' 1 ' I 1 AEI I a i I 41/IR 1 8 r% I le(/ )3 9 () 9 9 9 9 1 I I l' - 1 •. 1 1!11111 41 11 /1 l'i ' 3 1 I B 9,'I g ill 11 il m , 1 I 1 Q &ig 11 1 li 531 I h' g 1 i7,5 is .1 a 13 , 1 ' 12 1 3 I IN II 1 lg 0 T 11 ill! 1 11 -N , --ggi. 1 1 i ig-T? -§ I 1 bp 8 1 I 1 li ilIl 1 , ... if 111 2' i lEn ' n K— N , N 6' * , I gRglilili,1 14111 1ia1sFflr/lPlgio1ghqg1f111!,,!I$PI.a lglsioila1i1 , 1 ., ad 11sgal E P ' t I • §kt 5,111'2' ll'i i I I !..5m-a-RmAls m1,5 g I . 111/1%i 'Yg ggli i Tg ! 1 l!liiilill III! ilH ; 1 Ii !i igl 1 :',LA ml I I gligi168 PF 1 1 i 1. f g„q4. . „ ; 4 0 p--2 1 4 ,A m A1' RI , TA 0 ;gri85; 11 . ;,1 cNi'I 1 lgl' g liq ' 1 1 •:- „. 1 I f' ) H 11 II h • km ( 8 ) 111- 1-11 ii 1 1 i , 8 1 1 1 , '. 1 ( 71 _ _i_ MATCH..STA 44+50 SEE SHEET E 104 > .._ g /L. ! NI W : : !. ; 4 -,1,,,,,i AUGUSTA REGIONAL AIRPORT 171 § qi P ‘ 1. 1 I 4 4 11.'''h RECONSTRUCT& EXTEND TINY A On Ni iiilic:4„,M _.. g. ;P Ig °.-9'. iprialwill 101140 1 i Zia(2-1 n,. :vait C br, C, .,.. .1 i .qa.g ; -.A ;41 t N , , 91Yeil, "ii, 411 -ii.t;v dIllf! 1501 AVIATION WAY,AUGUSTA,GA 30906-9620 P.Iiii I VS 'ihi cz- 2 11 Pii 1 21 12/ + -7r 7 aT — I CHLINE STA 44+50 SEE SHEET E 103 N 4 11 1 I g 2 I I t a. i I 1 r ril CnA. 1 1 'fZ -, A v IIIiI ' ° 4_(E)TAXIWAYDI °� (� r 'ii 0 ' x+00— _ zi.00 I 11400 AI H 5 'g 1 o m r 6 � I g .i Ug3 33 1 € z s e , p 2 5 A.5 2 - R i -xl 1 . F § ` Il; $ r 000 G 00 —�T\i. n l3pm ag Al I ii got 4 1 m ii 4 s 854 _ z 1 1 ri i 0 0 0 0 m ' l-. I V 1 ii g1 1 eH, ;� 1 'g A Iia a Z 1 $T. m5gX11 IIs gg <_ m ? I N 6 ,, 'ring! gLPill 'gra 15 igI o / sols s I a +1 04140 554 i 1 Es4Iilyi ,:pg § I mA da Aqi li ' it. g sE g y}y}2i11.1P0i; i 9 IA 5y5 €QAC o ,I, n' g zgrIr mg! w»a$ ; j 1 a i i4 A :A I _ I_( .. / WTCXLINE STA S&50 SEE SHEET E-106 >m 9 1 I 1/a d ° ` ` ` . : ::: ] AUGUSTA REGIONAL AIRPORT #s = g t 1e s�=r ImImp " h RECONSTRUCT& EXTEND TWY A 9IItfl€iI $ 30 _K ° "g E1: 1z ill ll 1 ::!1: 1501 AVIATION WAY,AUGUSTA,GA 30906-9620 ii.bii i le 31 8 Q g v _ —rAM.!.STA 44•50 SEE SHEET E 203 g s N fi� ` I 3 {1 =a=5 " H " N ,1T MCI a) 8 O \ I © 0,, d oi�Q. I " I ; ©L10 s N N-114 I d 1 ° 36 I i ®$'P TAXIWAY B 4 1 JIg LI n.tm�ry � Vis .. I $I ".N4r�" I e w ff E ' 1 g5 a CA m 5,X #t/-- 0 n " 4 �` O m a 15 I N-131 ..„ ry „ I` S O 1B 1 A t —N a ©� s N.� t) $ !s I M I°> ( 0 I BIOALTat M I 1 1+ I W W k 85 5 3 P w e I gcc 1-I q. IllI I H 1 € E A 2t y 1 gg 5 wl )11 N. 'g a I _ 1-1 H 1H I. 00000 0 0 11 gm 1"12 Ai21 IP 5 0 i2gig i I 1 f i 1 A 1 Y { 2 Qg g 8 ��> y O (/ / a 0 0 0 0 0 m R"� i H4 ig 1111,21m1 n > N 3. - a ¢�-"; lig1112oriII NP A " �.-:, m3;g 8 i a 1 I D 11 m 3 gfa€ °€ T. � p 1 _;11112 < N w I 111 1111 1 i1 ..1 o msiicN .1 m §g 4E„ g vg. m i Q N.37 .,.. 0 0 000 I I y # II1i it N.,6 w I m ^` I 1 }-N [ mm aE ft§ 2 I w NATLHLINE STA.58+50 SEE SHEET E-206 rn I i 1 "11!a a `__ : : 77. AUGUSTA REGIONAL AIRPORT )tp¢iglift s m;t, y 1 -g, - ..oliRECONSTRUCT& EXTEND TW A i�ifith g.N 1g -1- NJ s .F IgMii f I I d Nevi, =wy�I gg1 �x= flJ Co..) rb - O -'gg n Irlag g 41§11: 1501 AVIATION WAY,AUGUSTA,GA 30906-9620 i=hi; >' Vi; 9.as it N 11 0 5 E� '"g° r�'� U CrIN".. ,per --17— � IMT°HWlE STRSB.SO SEE SHEET E2IXf 7.1 ,.[ --N � 0 -1 I 1 0 1 ��//��,, ©''.'8, Inn n , 0.1© N - I -1h . aIAI gK O : d ,n I In ° > IAJ t.m • \_I V - O •,a I "150 Fr) A-101 r4 , re7-,„... 7,, 1 I R 6 10 1 n V TAXIWAY D I m 1,(i, hi 111 " —I V 9. In I A a m s° e r O X ' 2a Lm C r r qty°U1DIA �p „.,s, g O z ;,.- g w� e 1"-\ g 4 p 6 AG g / 0 8 ii m �I 1g ' § I 0 I fa \ I � fiHi v �� z I ,� g 1 i ' €, m € 1 >: g3 10 �� GOGO G G O s q� 1 - 0 f a 1 q 11JJ1 ?I11II 0 1- 1 ° o Po pV o $ m m 3 %- gig 1 go n, : iD 9.22 g s-131 1 -__ f 0 0 0 0 0 m '3 1111P1 r(T-1 PI I lb. griv 'i g A a,Pmg C)1 m ° mJ`° im Tho °6 r } _: b ' 1 LTA b g _" 0 22 011 < m ea Z 0F \ 921'..Q '9.139 O O 000 in 1 1 J1IIj1i 02i8 ) illg25 1 P g V III i ° i 53 .-2 ' NI- I \:rn � 1 s 4 I+ g ° �1 L .urcHLINE 9TF:12.50 SEE SHEET E-us I _I! eI I a _ ; g ;;; ;a;i AUGUSTA REGIONAL AIRPORT lipill;: N >A1 RECONSTRUCT& EXTEND TWY A 9 11i� van m a m°÷K Na s 1E,+ o? J -E, 'gl gli ga 8' ill 1501 AVIATION WAY,AUGUSTA,GA 30906-9620 I,I}lt(; 8' 3"3 _ Q ..8 8,8.888888888888.8.8888,8888,8888 8,88 888 T MhT°HLNE STRTNSp SEE SHEET E-201 !JP' „P 1 16 ' , o m ti's 8 9, 1 m © a �C" u? : '.. e1:1 CO &tw s. s.rs 0. o _ O W la ••E •s s $ O • iO5 E•8 N w N ; eE .e eo eI 1► 7 N oa _ mN ` 1a S N ©u : f„,2oi ©i1y _N � J y V. TAXIWAY E a L N e . v I \ ./-.i&W ~--1580 ~ 1N00 — - '1,,,i 12a0p 11�W e of . 2-/-*2—)-0--- / '.".% e” Rq An t' c o n C ,n.,,, / N I' _8 $ua T...\ :a v _ 1 e RUNWAY 8-26 • : • c 1 D O j N I 1 I O O 00000 O O P3v525 T2 z P2 €' Pr og88 g m€g6 G - 9 r I .4 WI K2 121 3 .4 1P6r 3 13 N 1 -y J Pt i s O ° § §9 S m m§ m a • g 0 212 o gm y € go . Hi i r z y eK, 618 Ahlib $ i gi i.2 g86 �m 2 m8 91 $mom a, i u,ii will "g a , ' ...'. AUGUSTA REGIONAL AIRPORT 1¢i g P�i - � g m § 91 8 7 8, 6 t 4 4 3 3 ipigfl i�i� S r � i $ >1 1� =" ' ' a = --'� RECONSTRUCT& EXTEND TWY A 'PO it 10, g, _K a3'1 i Mori o I g F iiia 1 z 3k !t►=eat 8w'g' v 8 I ci+i g¢ 1501 AVIATION WAY,AUGUSTA,GA 30906-9620 IP ii i BA& a g o: Q gi a -1 _�