Loading...
Agenda 09/10/2013 Item #16G3 9/10/2013 16.G.3. EXECUTIVE SUMMARY Recommendation to approve the after-the-fact submittal of an Airport Improvement Program (AIP) grant application to the Federal Aviation Administration (FAA) requesting $6,754,362 for construction of the rehabilitation of Runway 9-27 at the Immokalee Regional Airport with a total estimated cost of$8,063,839. OBJECTIVE: To receive after-the-fact approval from the Board of County Commissioners to submit an Airport Improvement Program grant application to the Federal Aviation Administration (FAA) to fund the construction of the rehabilitation of Runway 9-27 at the Immokalee Regional Airport(IMM). CONSIDERATIONS: The Florida Depaitment of Transportation (FDOT) Airfield Pavement Inspection conducted in March 2011 concluded that Runway 9-27 at IMM is in "very poor" condition. The results of the survey indicated that, on a numerical scale of 0 to 100, the Pavement Condition Index (PCI) rating of Runway 9-27 is 27, which represents "very poor" condition and is below both the FDOT and Federal Aviation Administration General Aviation Minimum PCI Recommendations. On September 11, 2012, Agenda Item 14A1, the BCC accepted a FAA grant in the amount of $713,565 to fund ninety percent (90%) of the design, permit, and bid phase of the rehabilitation of Runway 9-27 at IMM. On October 9, 2012, Agenda Item 16G2, the BCC accepted a Florida Department of Transportation (FDOT) grant in the amount of$39,642 to fund an additional five percent(5%) of the design, permit and bid phase. On February 1, 2013, the Airport Authority submitted a pre-grant application to the FAA requesting ninety percent (90%) funding, based on an engineer's estimate of$9,500,000 for the construction phase of this project. The FAA determined that this construction project is eligible for discretionary funding, requested that grant applications for discretionary funding be submitted by July 31, 2013. However, because grant applications for construction must be based on bid, and the bid for this project was not due until August 9, 2013, the FAA indicated that the application for this project would be accepted as soon as possible during the week of August 11, 2013. This grant application was signed by the County Manager and submitted to the FAA on August 13, 2013. Owen-Ames-Kimbal Company (OAK) submitted the lowest responsive bid for base bids for all alternatives, with all of OAK bid amounts being below the engineer's estimates. If this grant is awarded, an item will be brought to the Board for award to a contractor. This project will enhance safety at IMM by improving pavement that is currently below both the FDOT and FAA General Aviation Minimum PCI Recommendations and is rated as being in "very poor" condition by FDOT. The total estimated cost for this project is $8,063,839. The FAA grant application is for $6,754,362 ninety percent (90%) of FAA eligible costs. The current plans and specifications for this project include a runway width of 100', which exceeds FAA standards of 75' for similar Packet Page -2575- 4_. 9/10/2013 16.G.3. airport. The cost difference between reconstructing/rehabilitating a 100' wide runway and a 75' wide runway is ineligible for FAA funding. However, FDOT has informed staff that it is willing to fund up to 80% of the FAA ineligible costs. If awarded a FAA grant, the Airport Authority will request $822,436 from FDOT, which includes 80% of the cost difference to expand the runway width beyond the FAA standard, and the remaining$487,041 from the County to be used as match. Collier County CMA #5330 authorizes the County Manager to approval the submittal of grant applications with subsequent Board of County Commissioners action at the next available Board meeting to ratify the approval as "after-the-fact." FISCAL IMPACT: The maximum grant request permitted from the FAA is ninety percent (90%) of FAA eligible costs. FDOT has indicated that it is willing to provide up to 80% funding for the Non- FAA eligible portion of this project. The estimated total project cost is $8,063,839. The FAA grant application is for$6,754,362. If awarded a FAA grant, the Airport Authority will request an additional $1,309,477, which includes the cost difference to expand the runway width beyond the FAA standard. The FDOT participation is expected to be $822,436, and the remaining $487,041 will be funded by General Fund(001) Reserves. Federal Share $6,754,362 State Share $ 822,436 County Match $ 487.041 Total Estimated Project Cost $8,063,839 GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with the Board's approval to submit this grant application. LEGAL CONSIDERATIONS: The Board will have the opportunity to accept or reject the funds if the grant is approved. Accordingly, this Office has no issue with respect to the legality of this request, which requires a majority vote for Board action. —JAB RECOMMENDATION: To approve the after-the-fact submittal of an Airport Improvement Program grant application to the Federal Aviation Administration to fund the construction of the rehabilitation of Runway 9-27 at the Immokalee Regional Airport. PREPARED BY: Chris Curry, Executive Director, Airport Authority Packet Page -2576- 9/10/2013 16.G.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.G.16.G.3. Item Summary: Recommendation to approve the after-the-fact submittal of an Airport Improvement Program (AIP) grant application to the Federal Aviation Administration (FAA) requesting$6,754,362 for construction of the rehabilitation of Runway 9-27 at the Immokalee Regional Airport with a total estimated cost of$8,063,839. Meeting Date: 9/10/2013 Prepared By Name: BrueggemanDebra Title: Operations Coordinator, Airport Authority 8/15/2013 11:30:01 AM Submitted by Title: Executive Director-Airport Authority,Airport Aut Name: Curry Chris 8/15/2013 11:30:02 AM Approved By Name: Curry Chris Title: Executive Director-Airport Authority,Airport Aut Date: 8/15/2013 2:24:21 PM Name: Joshua Thomas Title: Grants Support Specialist, Date: 8/20/2013 8:17:06 AM Name: BelpedioJennifer Title: Assistant County Attorney,County Attorney Date: 8/21/2013 10:01:23 AM Name: GreenwaldRandy Title: Management/Budget Analyst,Office of Management&B Date: 8/21/2013 1:48:02 PM Packet Page -2577- 9/10/2013 16.G.3. Name: KlatzkowJeff Title: County Attorney Date: 8/23/2013 2:51:19 PM Name: UsherSusan Title:Management/Budget Analyst, Senior,Office of Manage Date: 8/23/2013 4:19:33 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Manage Date: 8/27/2013 9:48:31 AM Name: OchsLeo Title: County Manager Date: 8/29/2013 4:38:44 PM Ank Packet Page-2578- 9/10/2013 16.G.3. Cotter County Grant Application Reviewed and Approved Office of Management& Budget by c ty Manager . ign TO: Leo Ochs,County Manager Cou ty M ager CC: Debbie Brueggerman,Airport Authority g date FROM: Joshua Thomas, Grant Support Specialist After-the-Fact Approval by the BCC is DATE: August 12,2013 required at the September 10, 2013 BCC SUBJECT: County Manager review and approval of a 2013 Federal Aviation Administration Airport Improvement Grant application in the amount of$8,063,838 The Collier County Airport Authority is applying for an FAA Airport Improvement Grant to fund the construction and rehabilitation of Runway 9-27 at the Immokalee Regional Airport. In March 2011, the Florida Department of Transportation(FDOT)concluded that Runway 9-27 at the Immokalee Airport is in "very poor"condition. On September 11, 2012,the BCC accepted an FAA grant to fund 90%of the design,permit,and bid phase of the runway rehabilitation. On February 1, 2013,the Airport Authority submitted a pre-grant application to the FAA requesting 90% funding for the construction phase of the project. The current plans and specifications include a runway width of 100',which exceeds the FAA standards of 75' for similar airports. While the cost difference between reconstructing/rehabilitating a 100' wide runway and a 75' width is ineligible under the FAA program, FDOT is willing to fund the difference up to 80%. The Airport Authority will request an additional$1,309,476,which includes the cost difference to expand the runway width beyond the FAA 75' standard. The FDOT participation is expected to be$1,022,633 and the remaining$286,843 will be funded by General Fund(001)Reserves for a total project estimated cost of$8,063,838. The FAA terms and conditions to match the project with 10%of eligible costs from State and Local sources will still be met as demonstrated below. State Funded Portion that is Full Burden Ineligible FAA Match Project Cost FAA' Eligibie % FED $6,754,362.00 $6,754,362.00 90.0% STATE $1,022,633.00 $(558.992.00) $ 463,642.00 62% LOCAL $ 286,843.00 $ 286,843.00 3.8% TOTAL S 8.063.838.00 $1558,992.00) $7,504,846.00 100.0% The FAA requested that the grant application be submitted by July 31,2013; however, because the grant applications for construction must be based on bid,and the bids for this project are due August 9,2013,the FAA indicated that the application would be accepted as soon as possible during the week of August 11,2013. Due to the BCC summer schedule, we are requesting your approval to submit the application, followed by after the fact BCC approval at the September 10,2013 BCC meeting. Once you have reviewed the application,please sign in the box above and call me for pickup at 239-252-8989. Thank you,and please let me know if you have any questions regarding this request. r�L N1 3299 Tamiami Trail East,Suite 201 •Naples,Florida 34112-5746.239-252-8973•FAX 239-252-8828 Packet Page -2579- BrueggemanDebra 9/10/2013 16.G.3. From: ThomasJoshua Sent: Wednesday,July 24, 2013 10:00 AM To: BrueggemanDebra ' Cc: StanleyTherese Subject: RE:After-the-Fact Approval of Grant Submittal for IMM Debbie, OMB approves your request to proceed with your grant application preparation for ATF BCC approval on September 10, 2013. The required County Manager's final approval is not provided until the Department provides OMB a complete application for review as will be submitted to the grantor agency prior to actual submittal by the department. OMB will prepare the County Manager's Memorandum on behalf of the Department. Your deadline to obtain the County Manager's approval is August 13,2013. Thanks, Josh From: BrueggemanDebra Sent: Friday,July 19, 2013 3:26 PM To: ThomasJoshua Subject After-the-Fact Approval of Grant Submittal for IMM Josh, Attached are the documents for the after-the-fact approval of the submittal of the grant for IMM. --__ Same time frame as MKY, August 1.3 to the Count Manager. Again,let us know if you need anything else from us,and thank you. :t)efrliie[Ewe{fgenzan Cpexatioim ectoulinatat/&xeuttiue Cl.�k�taut ectitiet Count*Ctinpmt Clutfimcity. 239-642-7878 Ext.34 tinder Florida Law e-mail addresses are public records If you do not want your e-mail address.re eased i r resnoose to a pr.biic record,request do not send e_ctronic mart to this entity instead cn itact this office by telephone Cr iti writfic Packet Page-2580- 9/10/2013 16.G.3. o`���� �4�� COLLIER COUNTY AIRPORT AUTHORITY 0 2005 Mainsail Drive,Suite 1 Naples,FL 34114-8955 (239)642-7878 Fax(239)394-3515 www.collieraviation.com August 12,2013 Mrs. Krystal Ritchey FAA Airport District Office 5950 Hazeltine National Drive Suite 400 Orlando, FL 32822 Re: Project Grant Application—Immokalee Regional Airport Runway 9-27 Rehabilitation -Construction Phase Dear Mrs. Ritchey, Enclosed please find the an original and two(2) copies of a FY2013 Airport Improvement Program grant application for the above referenced project, which includes the following items: • Federal Assistance Request Checklist • Standard Form 242—Application for Federal Assistance • Project Information Sheet • Project Cost Breakdown • Project Sketches • Environmental Determination Documentation • Bid Tabs&Low Bid Package • Engineer's Recommendation • Construction Oversight&Testing Proposal& Independent Fee Estimate for Construction Oversight& Testing This project application consists of the total project, which includes a base bide plus three additive alternatives, as follows: The base bid includes the reconstruct/rehabilitate Runway 9/27, extend Taxiway B to the new threshold of Runway 27, and construct Taxiway B-1 to the threshold of Runway 9. Install runway edge and threshold lighting,mandatory signage,new homerun cables and regulator for Runway 9-27 lighting circuit along with improvements to the runway safety area and minor grading and drainage improvements. Marco Island Executive Airport Immokalee Regional Airport Everglades Park 2005 Mainsail Drive,Suite 1 165 Airpark Boulevard P.O.Box 689,650 EC Airpark Blvd Naples,FL 34114-8955 Immokalee,FL 34142 Everglades City,FL 34139 239.394.3355 239.657.9003 239,695.2778 239.642.5427 Fax 239.67 Q1 Q1 FAY 239.695.3558 Fax Packet Page -2581- 9/10/2013 16.G.3. Mrs. Krystal Ritchey Grant Application Package—IMM Runway 9-27 Rehabilitation Page 2 of 2 Additive Alternative #1 includes the relocation of the threshold of Runway 18, the construction of Taxiway A-2 connectors and the removal of existing concrete pavement at intersection of Runways 9 and 18 and portions of Taxiways A and B. This alternative will provide for the minimum improvements to acquire decoupling of the runways. Additive Alternative #2 includes construction of Taxiway B-2 and grading and drainage improvements for the airfield. This alternative also includes REILs and PAPIs for both approaches to Runway 9-27, edge Iighting and signage for Taxiways A-2, B, B-1, B-2 and B-3, new segmented circle and wind cones, with new homerun cables in conduit, new electrical vault and backup generator. Additive Alternative #3 includes blast pads at both ends of Runway 9-27 and hold pads on Taxiways B-1 and B. A cost breakdown for each alternative is provided in the application package. Additionally, base bids are included for both a 75' wide runway and a 100' wide runway. The cost of the additional 25' has been excluded from AIP eligible expenses. We are requesting a Letter of Credit method of payment for this grant agreement. If you have any questions or need any additional information do not hesitate to call. Sincerely, Chris Curry Executive Director Copy to: Wendy Sands, FDOT Kristi Smith, FDOT Packet Page -2582- 9/10/2013 16.G.3. APPLICATION CHECKLIST 1. AIRPORT: Immokalee Regional Airport (1MM) LOCATION: Immokalee, Collier County, FL DATE OF REQUEST FOR FEDERAL ASSISTANCE: August 12, 2013 Following items to be completed by sponsor or consultant (If No IN]to any item, explain the method of resolution on an attachment.) 2. Front page SF 424 included? Yes 3. Cost breakdown included? Yes 4. Sketch included? Yes 5. Exhibit "A" (if airport property interests have changed since last N/A grant)? 6. Are plans and specifications in accordance with approved Yes environmental documents? 7. Is construction cost based on bids or land cost based on appraisals Yes or actual acquisition cost? 8. Has the FAA approved the Disadvantaged Business Enterprise Yes Program 9. is all work in the plans and specs requested to be included in the No grant? 10.Supporting documentation provided if project includes force N/A account? 11.Sponsor legally obligated to remove/relocate utility if included in Yes project? 12.Letter of Credit payment method requested? Yes Packet Page-2583- 9/10/2013 16.G.3. APPLICATION CHECKLIST ATTACHMENT 13.AIRPORT: Immokalee Reqional Airport (1MM) LOCATION: Immokalee, Collier County, FL 9. The plans and specifications include a runway width of 100', which exceeds the FAA standard of 75'for similar airports. The cost difference between reconstructing/ rehabilitating a 100' wide runway and a 75'width has been excluded from the grant request. Soil cement injection, which is not approved by the FAA, has also been excluded from the grant request. Packet Page -2584- 9/10/2013 16.G.3. OMB Number. 4040-0004 Expiration Date: 03/31/2012 IApplication for Federal Assistance SF-424 *1. Type of Submission: *2. Type of Application *If Revision,select appropriate letter(s): ❑ Preapplication ® New ® Application ❑ Continuation 'Other(Specify) ❑ Changed/Corrected Application ❑Revision '3. Date Received: 4. Applicant Identifier: 5a. Federal Entity Identifier: '5b. Federal Award identifier: State Use Only: 6. Date Received by State: 7. State Application Identifier: 8. APPLICANT INFORMATION: 'a. Legal Name: Collier County Board of County Commissioners 'b. Employer/Taxpayer Identification Number(EIN/TIN): *c. Organizational DUNS: 59-6000558 076997790 d. Address: 'Street 1: 2005 Mainsail Drive,Suite 1 Street 2: %tty: Naples County: Collier *State: Florida Province: *Country: USA *Zip/Postal Code 34114 e. Organizational Unit: Department Name: Division Name: Board of County Commissioners Airport Authority-Immokalee Regional Airport f. Name and contact information of person to be contacted on matters involving this application: Prefix: Mr. - *First Name: Thomas Middle Name: Chris *Last Name: Curry Suffix: Title: Executive Director Organizational Affiliation: 3lephone Number: (239)642-7878 Ext.35 Fax Number. (239)394-3515 I *Email: ChrisCurry@colliergov.net Packet Page -2585- 9/10/2013 16.G.3. OMB Number. 4040-0D04 Expiration Date: 0 3131/201 2 Application for Federal Assistance SF-424 *9. Type of Applicant 1:Select Applicant Type: B.County Government Type of Applicant 2: Select Applicant Type: Type of Applicant 3: Select Applicant Type: `Other(Specify) *10. Name of Federal Agency: Federal Aviation Administration 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA The: Airport improvement Program 12. Funding Opportunity Number: Title: 13.Competition Identification Number: Title: 14.Areas Affected by Project(Cities,Counties, States,etc.): Immokalee Regional Airport, Immokalee,Collier County, Florida `15. Descriptive Title of Applicant's Project Rehabilitate Runway 9/27 at 1MM-Construction Phase. Reconstruct Runway 9-27 including Runway shift,Taxiway B and B-1 alteration/construction,site grading,drainage improvements,airfield lighting improvements,installation of electrical back-up generator,REILS, PAPIS and hold and blast pads Nwork Packet Page -2586- 9/10/2013 16.G.3. OMB Number. 4040-0004 Expiration Date: 03/31/2012 Application for Federal Assistance SF-424 16. Congressional Districts Of: *a.Applicant: 14 'b.Program/Project: 25 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: *a.Start Date: October 1,2013 *b.End Date: August 2014 18. Estimated Funding($): *a. Federal $6,754,362 *b. Applicant $286.844_ *c. State $1,022,633 *d. Local *e. Other - *f. Program Income *g. TOTAL $8,063,839 *19. Is Application Subject to Review By State Under Executive Order 12372 Process? ❑ a. This application was made available to the State under the Executive Order 12372 Process for review on ® b. Program is subject to E.O. 12372 but has not been selected by the State for review. c. Program is not covered by E.0. 12372 *20. is the Applicant Delinquent On Any Federal Debt? (If"Yes",provide explanation.) ❑ Yes ® No 21.*By signing this application,I certify(1)to the statements contained in the list of certifications"and(2)that the statements herein are true,complete and accurate to the best of my knowledge. I also provide the required assurances**and agree to comply with any resulting terms if I accept an award. I am aware that any false,fictitious,or fraudulent statements or claims may subject me to criminal,civil,or administrative penalties. (U.S.Code,Title 218,Section 1001) ** IAGREE **The list of certifications and assurances,or an Internet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: Mr. *First Name: Leo Middle Name: E. `Last Name: Ochs Suffix: Jr. "Title: County Manager *Telephone Number: (239)252-8383 Fax Number: (239)252-4010 *Email: LeoOchs @colliergov.net ,ignature of Authorized Representative: ` 'Date Signed: 0 (I �3 Packet Page-2587- 9/10/2013 16.G.3. oflok PROJECT: PA VEMENTREHABILITATIONRU! AY 9-27 AIRPORT: IMMOKALEE REGIONAL AIRPORT 1. Objectives: Reconstruct/Rehabilitate Runway 9/27 and extend Taxiway B, and associated airports improvements. To accommodate FAA's requirement to decouple the runways, Runway 9/27 will be relocated 450' to the east. The Runway will be rehabilitated at a reduced width of 100' or 75' based on available funding. In addition, Runway 18 will be relocated 450' to the south. Taxiways are proposed to serve the new thresholds of Runways 9, 27, and 18. Associated airport improvements include: • Grading and drainage improvements in runway/taxiway object free areas • Replacement of runway edge lighting, including the addition of REILS and PANS at both ends of runway • New airfield electrical vault and emergency power generator • New taxiway edge lights and signage for Taxiways A-2,B-1,B-2, and B-3 • Relocated segmented circle and wind socks • New Taxiway B-2 and removal of old runway pavement • Hold and BIast Pads onook This project has been divided into four alternatives: the base project and three additive Base: Runway Rehabilitation-includes the reconstruct/rehabilitate Runway 9/27, extend Taxiway B to the new threshold of Runway 27, and construct Taxiway B-1 to the threshold of Runway 9. Install runway edge and threshold lighting, mandatory signage, new homerun cables and regulator for Runway 9-27 lighting circuit along with improvements to the runway safety area and minor grading and drainage improvements. Additive Alternative #1: Runway Decoupling — the relocation of the threshold of Runway 18, the construction of Taxiway A-2 connectors and the removal of existing concrete pavement at intersection of Runways 9 and 18 and portions of Taxiways A and B. This alternative will provide for the minimum improvements to acquire decoupling of the runways. Additive Alternative #2: Taxiway B-2, REILS and PAPIs - includes construction of Taxiway B-2 and grading and drainage improvements for the airfield. This alternative also includes REILs and PAPIs for both approaches to Runway 9-27, edge lighting and signage for Taxiways A-2, B, B-1, B-2 and B-3, new segmented circle and wind cones, with new homerun cables in conduit,new electrical vault and backup generator. Additive Alternative #3: Blast Pads - includes blast pads at both ends of Runway 9-27 and hold pads on Taxiways B-1 and B. IMM Runway 9-27 Reconstruction Page 1 of 2 Packet Page-2588- 9/10/2013 16.G.3. 2. Anticipated Benefits: Significantly enhance safety by rehabilitating paved surfaces currently rated as being in very poor condition by the Florida Department of Transportation Aviation Office, upgrading the airfield lighting system,improving drainage and providing emergency power backup. 3. Approach: Consultants' and contractors' means and methods using standard design and construction practices. 4. Geographic Location: This project is for the Immokalee Regional Airport, located at 165 Airpark Boulevard, Immokalee, Collier County, Florida. 5. Sponsor's Representative: Chris Curry, Executive Director, Collier County Airport Authority IMM Runway 9-27 Reconstruction Page 2 of 2 Packet Page -2589- 9/10/2013 16.G.3. PROJECT SCHEDULE RUNWAY 9-27 REHABILITATION AT IMMOKALEE REGIONAL AIRPORT FOR BASE BID AND SELECTED ALTERNATES BASE BID and BASE BID and BASE BID and BID PHASES START ALTS.1,2,&3 ALTS. &2 ALT. 1 BASE ONLY ,' ONL1r Phase l- Rwy.9-27&Twy. B Oct. 15, 2013 Oct. 15, 2013 Oct. 15, 2013 Oct. 15, 2013 Phase II &ill -Rwy.;18 Relocation & Removal of Twys. March 1, 2014 Feb. 15, 2014 Jan. 15, 2014 N/A Substantial Completion May 1, 2014 April 15, 2014 Feb 15, 2014 Jan 15, 2014 Final Completion June 1, 2014 May 15, 2014 March 15, 2014 Feb. 15, 2014 Project Close-Out Sept. 1, 2014 Aug.15,2014 June 15, 2014 May 15, 2014 C:\Documents and Settings\debrabrueggeman\Desktop\IMMau murals Ann\IMnn PROJECT SCHEDULE PHASES.docx Packet Page -2590- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT RUNWAY 9-27 RECONSTRUCTION ATTACHMENT "A" Grant Application—Description & Cost Breakdown I. Grant Description Reconstruct/Rehabilitate Runway 9/27 and extend Taxiway B, and associated improvements. To accommodate FAA's requirement to decouple the runways, Runway 9/27 will be relocated 450' to the east. The Runway will be rehabilitated at a reduced width of 100' or 75' based on available funding. In addition, Runway 18 will be relocated 450' to the south. Taxiways are proposed to serve the new thresholds of Runways 9, 27, and 18. The method of rehabilitation will consist of removal of existing pavement and base, regarding and re- stabilizing or existing subgrade and placement of new limerock base and bituminous pavement mix. This project has been divided into four alternatives: the base project and three additive alternates, and two scenarios: one with a 75' wide runway and one with a 100' wide runway. A cost breakdown for each alternative is provided in section II. • Base: Runway Rehabilitation - includes the reconstruct/rehabilitate Runway 9/27, extend Taxiway B to the new threshold of Runway 27, and construct Taxiway B-1 to the threshold of Runway 9. Install runway edge and threshold lighting, mandatory signage, new homerun cables and regulator for Runway 9-27 lighting circuit along with improvements to the runway safety area and minor grading and drainage improvements. • Additive Alternative #1: Runway Decoupling — the relocation of the threshold of Runway 18, the construction of Taxiway A-2 connectors and the removal of existing concrete pavement at intersection of Runways 9 and 18 and portions of Taxiways A and B. This alternative will provide for the minimum improvements to acquire decoupling of the runways. • Additive Alternative #2: Taxiway B-2, REILS and PAPIs - includes construction of Taxiway B-2 and grading and drainage improvements for the airfield. This alternative also includes REILs and PAPIs for both approaches to Runway 9-27, edge lighting and signage for Taxiways A-2, B, B-1, B-2 and B-3, new segmented circle and wind cones, with new homerun cables in conduit, new electrical vault and backup generator. • Additive Alternative #3: Blast Pads - includes biast pads at both ends of Runway 9- 2 7 and hold pads on Taxiways B-1 and B. According to the most recent Florida Department of Transportation (FDOT) Statewide Airfield Pavement Inspection, Runway 9-27 at the Immokalee Regional Airport is in"very poor" condition. The PCI rating of 27 is below both the FDOT and Federal Aviation Administration General Aviation Minimum PCI Ratings. IMM Runway 9-27 Reconstruction Attachment"A" Page 1 of 4 Packet Page -2591- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT RUNWAY 9-27 RECONSTRUCTION ATTACHMENT"A" 4.1, II. Cost Breakdown Construction Alternative Costs: 100' Runway Width CONSTRUCTION ENGR. A/P ALTERNATIVES IFE CONST. ADMIN. ADMIN. ENVIR. TOTAL Base Bid-RW Rehabilitation $3,502 $4,068,659 $473,499 $25,000 $5,000 $4,575,660 Additive Alternate#1 $705,155 $96,405 $5,000 $806,560 Additive Alternate#2 $1,928,061 $150,997 $15,000 $2,094,058 Additive Alternate#3 $530,366 $57,195 $587,561 TOTAL $3,502 $7,232,241 $778,096 $25,000 $25,000 $8,063,839 75' Runway Width CONSTRUCTION ` ENGR. A/P ALTERNATIVES IFE CONST. ADMIN. ADMIN. ENVIR. TOTAL Base Bid-RW Rehabilitation $3,502 $3,525,113 $473,499 $25,000 $5,000 $4,032,114 Additive Alternate#1 $705,155_ $96,405 $5,000 $806,560 Additive Alternate#2 $1,928,061 $150,997 $15,000 $2,094,058 Additive Alternate#3 $530,366 $57,195 $587,561 TOTAL $3,502 j $6,688,695 j $778,096 $25,000 $25,000 $7,520,293 PROJECT COST- 100' Runway Width Total Project(Base, Additive Alternative#1,Additive Alternative#2, and Additive Alternative#3): FAA GRANT COST AMT OTHER Independent Fee Estimate $3,502 $3,152 $350 Engineering/Construction Administration $778,096 $700,286 $77,810 Construction -Total $7,232,241 Non-AIP eligible(I) ($558,992) $558,992 ALP eligible $6,673,249 $6,005,924 $667,325 Airport Authority Administration $25,000 $22,500 $2,500 Environmental(2) $25,000 $22,500 $2,500 TOTAL $8,063,839 $6,754,362 $1,309,477 IMM Runway 9-27 Reconstruction Attachment"A" Page 2 of 4 Packet Page -2592- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT RUNWAY 9-27 RECONSTRUCTION ATTACHMENT"A" Total Project excluding Additive Alternative#3 (Base, Additive Alternative#1, and Additive Alternative#2): FAA GRANT COST AMT OTHER Independent Fee Estimate $3,502 $3,152 $350 Engineering/Construction Administration $720,901 $648,811 $72,090 Construction-Total $6,701,875 Non-AIP eligible'' ($558,992) $558,992 AIP eligible $6,142,883 $5,528,594 $614,288 Airport Authority Administration $25,000 $22,500 $2,500 Environmental(2) $25,000 $22,500 $2,500 TOTAL $7,476,278 $6,225,557 $1,250,721 Total Project excluding Alternative#3 and Alternative#2 (Base and Additive Alternative#1): FAA GRANT COST AMT (90%) OTHER independent Fee Estimate $3,502 $3,152 $350 Engineering/Construction Administration $569,904 $512,914 $56,990 Construction-Total $4,773,814 Non-AIP ($558,992) $558,992 AIP eligible $4,214,822 $3,793,339 $521,482 Airport Authority Administration $25,000 $22,500 $2,500 Environmental(2) $1 0,000 $9,000 $1,000 TOTAL $5,382,220 $4,340,905 $1,041,315 IMM Runway 9-27 Reconstruction Attachment"A" Page 3 of 4 Packet Page -2593- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT RUNWAY 9-27 RECONSTRUCTION ATTACHMENT"A" Base Only: (Excluding Additive Alternative#1,Additive Alternative#2 and Additive Alternative#3): FAA GRANT COST AMT OTHER Independent Fee Estimate $3,502 $3,152 $350 Engineering/Construction Administration $473,499 $426,149 $47,350 Construction-Total $4,068,659 Non-ALP eligible ) ($558,992) $558,992 ALP eligible $3,509,667 $3,158,700 $350,967 Airport Authority Administration $25,000 $22,500 $2,500 Environmental(2) $5,000 $4,500 $500 TOTAL $4,575,660 $3,615,001 $960,659 omork (I)Runway width of 100' exceeds FAA standard for similar airports. The cost difference between a 100' wide runway and a 75' wide runway=$543,546 ($4,068,659 - $3,353,113). Item P-159 of bid (soil cement injection) is not approved by the FAA=$15,446. Total AIP ineligible costs: $543,546 + $15,446 = $558,992: 100' Width $4,048,659 75' Width ($3,535,113) Difference $ 543,546 Soil Cement Injection $ 15,446 TOTAL $ 558,992 (2)Environmental includes environmental oversight and permits associated the relocation of gopher tortoise and burrowing owls. Amok IMM Runway 9-27 Reconstruction Attachment"A" Page 4 of 4 Packet Page -2594- 9/10/2013 16.G.3. Lnan rntn0O :r Lntn rnC in 0 s O 00 to to N 01 N O CO O CD Ln In .4. < e-1 0) O Ch N N e.I ei 0) O n et' N N c0 U N m ai M m ri ri r. m m o m ,-4* , m U ei ei e-1 e•i N N O Inn COD U)) If) CO N 0 Lii M Lab UOn to M f.• <-1 O) M CO N N N ei 0) M 0O 03 N N CD 0 a1 M H rn co^ ran e I M M N Li. Ln u1 e7 to 0 O O to to O O a-i at e 01 e1 Ch N 0 CD 01 m CO • - VVn m Lon tan Ct M CO Ct m 0 tr1 to CH 'O,. O N e�i Lbb Ni. N to N e�i Cr CD N N CT1 Ct 0 0 e-r Lb N an LD ttf e-t to o. >. N tD d• O a r N CD Ct O O N CC C r�-1 N 0) tan ton m = CO at O O m d °� M O O N N N M aO to N N v rz es LL. N a N co N OO N N N N 'G LD to to' tD d 5 3 o 3 ^ 0 N to tin LD at CD a ill Il N LO .-) Lb CD 0) o 0 01 o rn rn � er o 001 t o rn �t v � � o o m _ — Ln O CD Ch N 0 0 N ... to 0 N CP Ln N O O CO 3 01 H c+'1 00 00' vi M tl1 to t7 t17 ct1 00 N to m M U•1 to cr f..;t in�c 'a 0 N CD CD N N N n N to CD N N O 0 C to U to- l0 !� C I� CD p� CS IL C—s` ft N o t, Z1 % V1 N es as Le _ C a O_ ''' 0 e = m �_ .�+ L ., _ °1 N c •c Qt t 'a c c Lt.R c < p O_ to .y tV O .O R D 'E u -t3 m E u E E u °J 4 a) +•' E c CO W a.+ i Q N W �`. i co CZ air c >. co CU c >. a }° v — �.. ... C * +, Lt. p * �- t, aL * * L E Q tr V 1 C O ' u +� , O C) 0) O � a Q i U O by p cu Y C U c op 0 .II L 0) O �_ LL'MTh O 73 ` V _bD . Q O L u • .b0 - O Q a .n 173 S CU C v D V :CC c ..t ay a) 3 m .°_A to Q c �, o o a c y c c o o LI)cn U Ca Tli O co - c o < < c I" o c o < a d Q c cl'.. ,su O I— _ Lar U LL. Li Q W F- •" W U tl W LL ¢ w * * Z Packet Page -2595- 9/10/2013 16.G.3. Ln VI Cr1 CO 0� 0 0 Lin N o tO M. m 0 CO O o Lc Q .^-r U CO ON\ co N N M GU.) `^ m le m N r4 e-1 VS Tr" ran M o N V4 r-t c-1 N 0 0 CD U1 N. m N. m o 0 et ', t-1 0 M m N N � a^-1 0 nfl CO N N In ell u. v ut a- a, n cm o 0 0 01 et 00 03 0 0 N 01 OO O O N 1_ M 0 C7 N In U•1 el M co tY' U) N Ll1 U1 1. x 0 N. Ili' e N N O N eN-1 (mi. H Ni N O C O Ln LO N 0 4. ca a+ NI x-1 LI1O 0 i i t � � O O.5 Lfl 01 L1 .i 01 U)p U1 III U1 in e-1 00 N U'1 U) ul ar 06 Ni.M a- 1.0 !N N N N lY5 00 ct N N N U1 ' LO CC U. 0 N N N N N U1 tia at A >` O 0 N et 03 0 0 LNr1 7. N 0 N I.0 LO M O O OO La O O N3 C' Ln 00 O O n ca Ln Q1 M Ct 00 O O f. y in tT 00 at N 00 O O N 3 3 f� M' O OD Lti. N U1 U1 N M O e-1 vi M N 11- LA LD ;— Et 0 N N Lii e-i ch N N M N\MI 0 N "" U1 Cr N N L. 0 1 a Q N c-1 e-1 CO .�ac 2 -o E in 0 w N. o N o u N C � 7# O ro 1� C S- 1A (LO .n II eel - C _,_ O la Q E _ N i VI 2 cc ti a < - lfl O C R tea D t O a u`".t i" Q co 0 tom.. 4.+ C 4. Cr a C1.1 0 C cn VI O C ,� a ti O CO d C O ..s _a ;.. i0 O Ca O sa a/ yfi = V — m .L V .— Q E .O 'C. U =' 06 Q E _, O }ai v �' C o Q m ai aa; c c --° -t c Q rn v Ln -0a 'to a Q a '5 0 oa c Q < CL > 0 ri w ti co D W U LL u. Q LU Co RI c LLoi L) u_ Lai LQi Q C * * Z Packet Page -2596- 9/10/2013 16.G.3. Ln en Cl 10 O O LD ul N 01 Ol lD O O u N- Cl CO Ol u1 O O N- 0) CO O 01 en O e-4 e-1 Cr O N N u1 CO e-1 CP O N N N 111 u1 in N CO I-1 N M O CO N V ..4 a--1 N ul N n t0 0 o m in in N N 10 0 0 O N- O• N CO N O co r- 01 en m 00 eft O O f„ a-1 [- rr ei N ui Cl e-1 C• m CO i-i N UI CO 0 00 N N O i N e-1 m N N eN-1 M M ~ �.1 u_ m e et M co O O tD N 0 0 01 0 0 1.0 1.0 N O O u1 en Cl •cl• 00 0 0 1.0 In 01 ct nt 00 0 0 r-1 m Cl et d' in O N m Cl 'Ct en CF ul O M N trK1 N ei ei C O M e-1 N Cl u ,.1 N C O `, to .4 o o ,T 00 ._ N C 0 0 0 1.11 N nt 01 0 0 Ln en 01 0 0 0 m 111 O Cr) u") e1 3; m O O 0 RI m Ul O 01 Q °' "^ Cl N °' a cf.; .N-1 O011' N Cl o CC u.u ] N M in 1 en N m Q m d' d fa a- _ 3 als N CO CD N O O v. = N V' cr 1.0 t0 N 0 0 0 0 0 to k0' N O O h 3 0 0 ei et RI' N O O N V) Cl N cj., 00 0 0 Lb . en 01 CO en CO O O N = M m 01 O ul u1 0 00 a7 fn 01' m' eft rn v ell O N ti cc to 1..0 m e-1 e-1 N r-1 m ?s 1.0 N ci C7• e-1 N e--1 CO O e O u1 N N 00 Ul N en N M 3 ° o H C a O ) v, u .a o > C O) i., O s a in CO C (0 N . L< L Y Cu' y a) y r.1 c C >- E ¢ E '- -v us f0 73 O m C L. L < a) Q N 03 Y C h D O O z. o O *C 'p r0 O 'c y -o 0 t E O C CO ^ con m Ts 4.0 LL +L-, , Q V�1 e J Y Q ,,., 0 ir C f0 Q {�+ CO C V) = U.. • 'X' •L 4. lL * * .-�- To d Q' C.J Ca C t o C s0 a) N C a) C m OC s _0 01 C U Li .` -0 -0 'i u .- Q E L tyj Q Q J "6 t/1 o'p Cl) ai l. a) .°a t C Q a y 0) ? 9/10/2013 16.G.3. in U1 m m o o m to N rn rn m o 0 N N. N . 00 CA an IA m N N CO o CA LA Ln 47 Cr e-i tD O ri N N LO t-I t0 O N . a-I N N CI U in N M N e 1 CO' N ny O N rj 0 N L1 LA N■ m 0 0 0 -1-I tD M N. N N t.DD m m m o LO e^-1 F- RS 00 n N N M 0 3 N e-I CO aai N rri eN-1 m CO ai m LI. N m Tr N 1. " CLI C t'n m Cr 01 UU toff a-I-1 m m Ct LA QS V1 LA ILO `C O 'Ct N LA N H M O N O o C m a `n m �' r:+ f0 N O1 0 0 0 ai N Os 0 0 O a-1 co r{ { 0 l's tal 000 Q ..LA 'Cr -4 1-4 0000 0 0 LA cts ct to .r Q �° m N N N d' u m N 00 N v: L1 ;.-..;--:_.'... to � N a-1 m m m Ks r 01 ea N cri m to N o o Cr N CA 01 to t0 N 0 0 0 o rn .-I v tD a o a-1 O O1 Ln Cr CD o O tD C LA V a-1 v tD O 0 e•i to tl' tD Cr tf1 tD 0 0 tD 3 F m rn in" Lfl al" Ln L1 N M K1 06 to m NT Lr L1 LA 1+ ct Lh P. N a-I O N 0 N CO Y ct O N Ps- O a O V' LA crl 0 C Co Ln to in mi m e* m Q o h s.. 0 L.) cu c c O 0 L_ f0 T cc I- .- Qt c = cu - c C - O co Q C E C O_ _ 0 i w ra C L1 C 7,-,.--0 O .- . O = - C h " O U E Q V C R3 co an 10 N. ll7 o Q a..l IL Q C Ln >. I-1-CU 0 * : -1.-- Q O 0 C ISO 0 JD m a.+ D p C 120 O n_ .n_ a C _ '� v c --n o Q CO w d ? as as .°_a Q c Q m 0) tfl 14 1:3, t1O = < 4c Q 7 O i0 tl0 C * a * , O W 0 tb LU U Lt_ LL. C1 U.1.1 m w U Li LL LL Q w * Z Packet Page -2598- 9/10/2013 16.G.3. i w z gg ir Wm J 5 ,t 1 S 1 h. 5 ♦ 0 4 g C 4 Q + w 1 ® : z i 6 3 g 4) f piII i F— ii\. l i g o e t z S 1\ W a III% \ m dkL ' 4 z N gir.§g tW o� 1 FWD W W < ¢ Q I { 1 12 1 ffi/ II li d> U !if M?U 2g 2Y `� o to ¢oW W oW 2¢ m W ._ n i _ ; 9 m W �`\` _ o i —• !) («: r. = � p CC1 ie r Y a< i— H 1 < IIII L Q '' [....1∎Kwr 1__ mu¢m 1j W U < 5'1,";1,1 W Packet Page -2599- 9/10/2013 16.G.3. DETERMINATION OF ENVIRONMENTAL IMPACTS Airport: Immokalee Regional Airport(IMM) Detailed Project Description(attach project drawing and additional pages as necessary): Reconstruct Runway 9-27 including Runway shift, Taxiway B and B-I alteration/construction, site grading, drainage improvements, airfield lighting improvements, installation of electrical back-up generator,REELS, PAPIS and hold and blast pads. Is the proposed project(s) Iisted as categorically excluded in one or more of paragraphs 307-312 of FAA Order 1050.E? Yes Please identify which paragraphs(s): 310.e,3101,310.1, 309.b and 309.f In order for the FAA to determine the appropriate course of action, as a Categorical Exclusion, the sponsor must certify that the proposed action does NOT(I) involve any of the following circumstances, and does NOT (2) have a significant effect. A determination as to whether the proposed project (s) may have a significant environmental effect is made by considering any requirements applicable to the specific resource(see FAA Order 1050.1E Appendix A). a. Have an adverse effect on cultural resources protected under the National Historic Preservation Act of 1966, as amended. b. Have an impact on properties protected under section 4(f)of the Department of Transportation Act. c. Have an impact on natural, ecological (e.g. invasive species), or scenic resources of Federal, Tribal, State, or local significance(for example: Federally listed or proposed endangered, threatened,or candidate species or designated or proposed critical habitat under the Endangered Species Act), resources protected by the Fish and Wildlife Coordination Act; wetlands; floodplains; prime, unique, State or locally important farmlands; energy supply and natural resources; and wild and scenic rivers,including study or eligible river segments and solid waste management. d. Cause a division or disruption of an established community, or a disruption of orderly, planned development or an inconsistency with plans or goals that have been adopted by the community in which the project is located. e. Cause an increase in congestion from surface transportation (by causing a decrease in Level of Service below acceptable level determined by appropriate transportation agency, such as a highway agency). f Have an impact on noise levels of noise-sensitive areas. g. Have an impact on air quality or violate local, State, or Federal air quality standards under the Clean Air Act Amendments of 1990. h. Have an impact on water quality, sole source aquifers, a public water supply system, or State or Tribal water quality standards established under the Clean Water Act and the Safe Drinking Water Act. i. Have effect(s) on the quality of the human environment that are likely to be highly controversial on environmental grounds. The term "controversial" means a substantial dispute exists as to the size, nature, or effect of a proposed Federal action. The effects of an action are considered highly controversial when reasonable disagreement exists over the project's risks of causing environmental harm. Opposition on environmental grounds by a Federal, state, or local government agency or by a Tribe or by a substantial number of the persons affected by the action should be considered in determining whether or not reasonable disagreement regarding the effects of a proposed action exists. j. Likelihood to be inconsistent with any Federal, State, Tribal, or local law relating to the environmental aspects of the proposed action. k. Likely to directly, indirectly, or cumulatively create a significant impact on the human environmental, including, but not limited to, actions likely to cause a significant lighting impact on residential areas or commercial use of business properties, likely to cause a significant impact on the visual nature of surrounding land uses likely to be contaminated with hazardous materials based on Phase I or Phase II Environmental Due Diligence Audit (EDDA's), or likely to cause such contamination I certify that the project(s) described above meet(s) the test for a Categorical Exclusion in accordance with FAA Order 1050.1E and paragraphs a thru k above. 671.4 87//c2//3 Signature of Authorized Representative Date Oak FAA Determination(by program manager signature): Categorically Excluded: Date: Requires further environmental analysis: Date: Packet Page -2600-- 9/10/2013 16.G.3. ENVIRONMENTAL DETERMINATION CHECKLIST(FY 2012) Airport: Immokalee Regional Airport(IMM) Proposed Project(s): Reconstruct Runway 9-27 including Runway shift,Taxiway B and B-1 alteration/construction, site grading,drainage improvements,airfield lighting improvements, installation of electrical back-up generator, REELS, PAPIS and hold and blast pads. Prepared and certified by: Luc Carriere Date: July 19, 2012 YES NO COMMENTS IS THIS PROPOSED PROJECT LISTED AS Per paragraphs: 310 e,310 k, CATEGORICALLY EXCLUDED IN FAA ORDER X 3101,309 b and 309 f 1050.1E,paragraphs 307-312 See Attached THIS PROPOSED PROJECT WILL AFFECT: Coastal Resources X Section 4(f)Land X Farmland X Endangered or Threatened Species(Federal or State listed) X SEE ATTACHED Floodplains X Hazardous Materials or Solid Waste Management X Historic/Architectural,Archaeological/Cultural Resources X Light Emissions or Cause Visual Impacts X Natural Resources or Energy Supply X Low Income or Minority Populations or Children X Wetlands X SEE ATTACHED Wild and Scenic Rivers (study or eligible) X THIS PROPOSED PROJECT IS LIKELY TO: Be highly controversial on environmental grounds including opposition by Federal,state,local,or Tribal or a substantial number of persons affected by the action. X Be inconsistent with any Federal, State, or local law relating to the environmental aspects of the proposed action. X Cause community disruption or inconsistency with plans or goals that have been adopted by the community X Cause an increase of 1.5 DNL over noise sensitive areas X Displace persons or businesses X Disrupt local traffic patterns and substantially reduce levels of service(LOS)of roads serving the airport and surrounding communities X Result in a substantial loss in community tax base X Impact water q,tality,sole source aquifers,public water supply system,or state or tribal water quality standards X SEE ATTACHED _ Impact or violate local, state,Tribal, or Federal air quality standards X Attach detailed comments for all "yes" answers on a separate sheet, and explain your justification for a request for a determination of Categorical Exclusion. Packet Page -2601- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT SUPPLEMENTAL INFORMATION FOR CATEGORICAL EXCLUSION CHECKLIST July,2012 Project Overview The primary focus of the grant application is the rehabilitation of the existing Runway 9-27; however, the application also includes the alteration of the parallel taxiway to Runway 9-27, the grading of areas within the object free area of Runway 9-27 and, within the runway visibility zone and improvements to airfield lighting and signage for Runway 9-27 and the parallel taxiway. The alteration of the taxiway, as depicted on Exhibit 1, includes converting the north end of closed Runway 4-22 into a taxiway connector to Runway 9-27. The reconfiguration of Taxiway B near the threshold of Runway 9, provides an alignment that is consistent with FAA Standards and promotes safety. The areas of proposed grading on the north side of the runway covers approximately 50 acres and is Ank intended to fill depressions and improve drainage to facilitate maintenance and reduce wildlife attractants. This area currently ponds and is almost impossible to maintain during wet season. The area to be graded on the south side of the runway also covers approximately 50 acres and is primarily within the runway visibility zone(RVZ). It is intended to remove a maze of ditches that inhibit the maintenance of this area. An aerial view of the area to be graded is depicted in Exhibit 2. The grading will provide a gradual slope that can be mowed to avoid obstructions to the RVZ. The grading will be buffered from existing wetland and will result in improved water quality as noted below. The improvement to airfield lighting will include new runway edge and threshold Iighting, as well as, possible REILs and PAPIs. The improvements will also provide new edge Iights and signage for Taxiway B and connectors. The existing electrical vault is too small to accommodate all the equipment and is proposed to be replaced along with the addition of a standby generator to assure continued operation of the airport. The rehabilitation of Runway 9-27 will include the replacement of the rigid pavement with bituminous pavement, at both ends of Runway 9-27, as well as, the intersection with closed Runway 4-22. The balance of rigid pavement at the beginning of Runway 18 will also be replaced. Aft Page 1 of 3 Packet Page-2602- 9/10/2013 16.G.3. Endangered or Threatened Species Listed species surveys were conducted within the proposed project limits on October 24 and 25, 2006 and November 1, 2, and 8, 2006. The surveys were conducted to determine if the project site was being utilized by wildlife species listed by the Florida Fish and Wildlife Conservation Commission (FWCC) and U.S. Fish and Wildlife Service (USFWS) as threatened, endangered, or species of special concern. Five gopher tortoise (Gopherus polyphemus)burrows were identified within the proposed project limits during the surveys. The gopher tortoise is Iisted as a threatened species by the FWCC. No other Iisted species were identified within the proposed project limits during the listed species surveys. On November 3, 1999, the FWCC issued a Gopher Tortoise Incidental Take Permit (COL-36) to the Collier County Airport Authority (CCAA) allowing all gopher tortoises located within proposed development areas to be relocated to a 150± acre on-site preserve known as the Upland Management Area (UMA). Any gopher tortoises observed during the updated listed species survey will be relocated to the UMA prior to conducting the proposed activities. As such, no adverse impacts to gopher tortoise are anticipated as a result of the proposed project. On January 14, 1998, the USFWS issued a Biological Opinion (BO) for the Florida scrub jay (Aphelocoma coerulescens) for habitat modification proposed within the project. According to the BO, the UMA was designated as mitigation for future impacts to scrub jay habitat within the airport facility. In addition, no Florida scrub jays were observed within the proposed project limits during the 2006 listed species surveys. As such, no adverse impacts to Florida scrub jays are anticipated as a result of the proposed project. The proposed project limits are not locate° within the USFWS. Fioriaa panther (Puma concoior coryi) focus area.I In addition,no Florida panthers were observed within the proposed project limits during the 2006 listed species surveys. As such,no adverse impacts to the Florida panther are anticipated as a result of the proposed project. 'U.S. Fish and Wildlife Service. 2007. Florida Panther Effect Determination Key, U.S. Fish and Wildlife Service. South Florida Ecological Services Office. Vero Beach,Florida. Page 2 of 3 Packet Page -2603- 9/10/2013 16.G.3. In summary, the project may impact gopher tortoises,but the CCAA has a FWCC incidental take permit to relocate any individuals that may be found in the project area. Likewise, scrub jay habitat may be impacted as a result of the proposed activities, but the USFWS service has approved the UMA as mitigation for impacts to scrub jay habitat. Therefore,no significant impacts to gopher tortoises or scrub jays are anticipated as a result of the proposed project. Wetlands There are no South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (COE) jurisdictional wetlands within the proposed project limits. As such, no direct or secondary impacts to wetlands are anticipated as a result of the proposed project activities. Wetlands do exist in close proximity to the proposed project;however, the appropriate buffers and best management practices will be in place to avoid secondary impacts to these wetlands. Water Quality igotek The intent of the proposed grading is to establish expansive turf areas that have moderate slope. This will improve drainage and facilitate airfield maintenance. In regard to potential operational impacts on water quality, the findings of the 2005 FDOT Florida Statewide Airport Stormwater Study demonstrated that overland flow is an effective treatment methods for treating runoff from airfield pavements. Therefore, operational impacts on water quality from existing and proposed pavements are not anticipated. For construction-related impacts, the land development and construction guidance provided in FAA Advisory Circular 150/5370.100, Standards for Specifying the Construction of Airports, will be incorporated to reduce potential for erosion and minimize construction-related impacts. Measures will also be taken during construction to control erosion and sedimentation in accordance with the permit issued by the South Florida Water Management District (SFMWD). The grading will be designed consistent with the best management practices per the FDOT Airport Stormwater Program and SFWMD requirements. In consideration of the above information, the Proposed Project is not expected to exceed thresholds indicating a significant impact. Alek Page 3 of 3 Packet Page -2604- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT RUNWAY 9-27 REHABILITATION PROJECT Tab A Bid Tabs Tab B Low Bid Package—Owen Ames Kimball Tab C Engineer's Recommendation Tab D Cost/Proposal for Construction Oversight and Testing Tab E Independent Fee Estimate for Construction Oversight/Testing Tab F Proposal for Independent Fee Estimate Packet Page-2605- 9/10/2013 16.G.3. oft TAB A BID TABS Packet Page -2606- ,¢ 1 9/10/2013 16.G.3. __ il to 1 ' 7 8I2 8 8 1 8 = s@Im 8.818 8 8 1 8 8 8 8 R $ 8.'S $ 8 1 8 1 8 8 S 1 8 S. m I S S 8 r a'3 8 8 1 8 3 1 3 8 ] 8 8t 8 ei: » 8` E. i E g alg A E.1§ § 9E. F EIR E19 . k.:4 a k k : s a k. F U U U §.'' R §. : 4 k k § f §I;k a g i - tlX § ?" - - t " S• e _ ^ - s s s a; 4: s ! _ - m s - NIA ° 4B S S a $ ! I DIB II ! _ R 8 R R P 818 8.8 B 45» E I °I KI07. S $ R. I II€ 2 $111 8 I 1 1 S 2 2 : ! 8 .i. ia » i » » »: » iii », »I» . . » »I» » »;» $ 1 » » § » '1 » i 1 8 8 8 I'8 8 8'8 8 8 1 8 8 8 1 8 8 8 1 8 8 8 8 1 8 8 8 g 1 8 8 8'8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8. $ 2 8 0 0 ? IR : M.'e R R R R gl g. CI.. g g gig 2 E Ik e 21 g k $ R k. . R § ; RIR. $ k. @ ° a o 4 g 81 i I 1 _ n ntl � 0a o § 0I- X P - n - ry ry - - ' I_ I „ 888 ;$ $ $ 881,:iisS8RR8sf8 1$ 88;88 ° 8jfii 88J3Ift8181 / $ 8 S 8 E 8. 817787 i k e ° a s - °lRln 43 s m S s,a IA " E - » : : : : E 2 8 8 :8 818'8 8 8 8 8 8 8 8 818 8 8'8 S 8 9 = 8 818 8 7 8 8 RIE ^ 8 0 5 8 8 $ s 8 8 8 8 a S 812 1 '� 1l- 7 - 0 $ '1! i £.! .. ° g ° ,t1 $ ! a'! �12 § R § e g 3 § 4e ! 1 - 2 - Iry ry _ 8 - R - m , RI6 N - _ `" Pi N N!8 8 PI 8 8 _ 9 n z - rv - ^— - =48 ffi 2: 8 8 1 R 8 4B 2° 7 R 8 �' " g pig ° $ » { 7''. rv: 8~ 61 8 ^ 8 2 8' »18 . "8 »8 "n 8 X 81 3 F.T. 6 .: .„ . ? . yyg » . 1a_° r nn � n a 4B «1� g 1 8 8' 8 8 8 818 8;8 8 8.8 8 8 8 8 81,818 8 8'8. 18 818 8 8 8 8 8 8 8 818 8 8 8 8 8 8 8 8 g 18 8 8 8 £ § § J sae § § §l § §:§ §. k. 8 § §ihl8 § § 2 FE §:§. sg8g §-R 2N § 2' k s k k g !8 § 44 S iI.4 § 2' m _ _ m 8..8. 8 8. - I 8 I g R . rv - I RI x. ry m , _ s ^ I: m - "& w $�B 418 " 8811 I 418 : 918 8 46;8 8 "�I`°« 'fi1�Ifo 8 8'53 Ell 8gi $ l.8 9 R $ - - R 41p 8� f3 .»I» .. .1.1.1» $;$_$i. . . .I.I..»1» ,. . .1. .I. .i. 8.18 »III i. 1 1»1» » » 8t8 8 888888888 18888188181881R1381881815188 R8.981888.88 8 818 8 $ 1£188 8 I 'R1n1$1 �l§ Rig '1§ g 88. § ?R 7 1 2 1. a g li §18. 1 &, N nI - §In - =lm nIry - 8 (8.18 _; R 8 - ° n - " >! I • » » 1 1 rvi -} M M a1 . 8 "I € 14: x1g R Silt t 14A G iR{ola n1R, m 814.1.8 2 `s'a': " S - 1' 1 218 SIP - .. n 8 8 8 8 8 8I�I9 0 V 8 I . is I § - R ° 8 8 tC 1� s:8 _ - - g R;8. 5 - 8 g:� rvlry ry R 1 �. !Al g15iF a �1$ 5 sly'$ § �I8 § ^1- _ §,_ _ �1� s �. j _ k :ice a si 1 ! _ 1 °I I I rv1n• ' q 5 5 °�"- .'si_ _, - .1 �� 5 - ffiS � X15 » - - — - - 1 I �, � LL � a LL I I : �° w � 1 i i ° zz `z5 :o - 2,_ , x 1 ! - l i c z _ o n I o o`a 1 I I °z u _ z : 2 w rO wZ o $ < = i I I I o < I I -m l au "2 w° W w ° v c 1 a j uc` k r l p < s I I _ v Z 1 1 o 1 IE Iu • 1 1 F r ° ,oI 1 0l= �a f> V I § 1 : 4 :2 2 v. �o o8 o ° o olo °' �Iala wi z = 1 1 s � 8 IgII dA zsli1-,a m1 11QIw1o, 111 1 111 Ia11Nl- <1;I 12 1 1 l 1 P� °fI » J �1w wlw w: <a p 1° i 2 m �'a '1 Elk' Qo LL i Iv 1 , i^ iSo lu', 2 'Q 5 ° .1. Z L u. (8 '1!8 T a.1'mg m w 9 "' min . le 8. 9 8 off. uz i`0 8 8I41S 8 W 4 ' o o 8.8 o t' �&' °U u i a'° 'm:i I° ° `8 z - ILL I wg °ae g - 0 0 0 0 0 o f o'« `-' < ` � ° � 5 ° z LL VI ! S L wIR' V O O � g 7 6 7-< Y O U U w e _�o gli ' 1 11, 1° ; ! a ' 1; �__ OL : ^tn b !11 C G -. T T4 T \ - 4 I 4 I �'q I'-�•'." y I e r g r. I m !. a , 4� 18. I i 'g1 Iz1„1� ;I ;1;1 ; ; 1;1.7 46 - sl> $ oI 'I^ st$ t g A 41 $ ; i b � 4'4 d d I l . 8,7151 • .1a o •']o aki n n,nta a1 la a,aILL 7171.7 s 4,°iLL al [b o1°I° °I° .`1LLI-1 .r l . -1 1 , _J I.J1.Jr �I Packet Page -2607- a-1 9/10/2013 16.G.3. 13 S Ix a s 8 ! a g In 8 808 8 Big 8 g 412 8 8 BIB 8 8'8 R R'R ? I o �8 8 Bib 98 8 °I1¢ lR8 3s 8�8 8 E. g A R 5 � RAIRI �A1AR.I 1AvA $ gIA� AARmRRg .,sAAA2. RRR. nx gig, ;As ° R $ f �j j� `IA .8 . .IN - 2 - 4. B8 8 !p I - $ m om = o1m " « ^' I $ x:$ o8l 9,8Ii SIII 3'i ryi' vv.!, 1 - « + I 8 8 0 8 8 8 8 818 8 818 8 8188 8f 618 8 8,8 8 8,8 8 8 8Il 818 8 818 818 8 8 8 8i8 8 8 8 8 8 a A A , A. R R 3 AR1AA :IAAA;A. g § gl§ § §'.5 § A' § L §I gig @ §! A!@ ; 11 gA{gkgA $ A AI RI R 7 ry f m - _ R _:AIR a _;• w _�" - m it -IA ^ '' ;a R 2 » » - » » « i» » » « » » » « .. .. _ »1»I» « » « - ., IR I I I g ! 18 8 !i! ! 8 81111 8 e R RIB !,8 8 $1q 8/8F8 8'8 fiy8 » » » 818 g » R t F ` 1 x s 8 g A 2'8 8 8 8 8 8 g 8 B 8 8 8 88,818 8 8 8 9 8 1 R18 8 8 2 8 8 2 8 8;2 ^ 6 8 8 a a n E ^ Z xs~ n4. 2 ° l�1!1§ AA9 $ as'ii Axas12 $ $ ARA �zRSigAAFAA « N N N _ n n r� � - _ a � � INIa � � !n a a a p « - » � « " �; «8 - FI 8 G 8 3 8 0 8' 3 R 8@ 8 g 31 '^ B : R. 8 9 8 ^e 8 7 Si 8 R S A..S ^I 8 2 8i 8 i �' : A U R! A A: s = - ngA2Pg n o! F $ . - ry, „I - - - r11ng52ml ia; A - A - F 8 8 8 8 8 B II 808 8 8'8 8 8:8 8 8 8;8 8 8'8 8I8 8!8 8 8i8 € 818 818 8 8 8 8i8 8 8 8 8:8 8 8 8 a § $ 5 !x A $ 5s � AAIAA $ A5 § A IA § A. ne $ A', f $ ? RIggA $,IAAAR $ r $ A g s R 2 _ It R - » `I8.R 8 2; .1.�! ”' - 8." 'R I - - " - H; 87., n c4 p p z» S» » «�«IN « « »i» «f»I« « 'ry « ei m 8. i ! E i 1 i!8 I B ^ 8 8.8 111 8 R $ °18 8:R BB 881n'tn *3- 877-:'^° 8�8 8 t 2 1i8 2 3 2 � S 1t + � i ° 1 ,',188 s 18 lasslsa8lais8asal8I8 8888812,28E8881RR.8888Ri8812881R8 iIA > = $ " N 7 R SiA s" a � A ! A A $ A $ s ! A NAIAI$ A a: g $ A A $ AIi A $1A g I R 8 2 18 a ; i�IR <:'N Iii^ .: m R v 7 1r 1 1 - mia I - ' -." i 12 2.2 2 7. 1« » » « «I« « » »I» »L»!«^1»� » « « » «i» » » « » a $ $ i npz a $ '$; n s Ro s 8 x s'- ss s ` 8 I1 l 1 - m I -IVAA - Ai a _ I " 1 - F, - ?,E A " n1"I"'R A A(A AIA a sla A A 3.�IS A & AIA A A nl- A'_ 1� g 2 8 8,0 1- -I FE. 8 ., - :`1 iS i Z Z " W w W I J I a w <1 � » " " t ° " olw � ��w � �1 W s < <;i l {1 £w 4 s w 'a g zw i__ F 1 1 1 W 1w L� i; °o 0 1 I° , " 0 1 oW gcai We 9 -10 ! vo of _ _ 2' �u m c z ! 1al w� w > �� 1 w1�1= cI ,III I �_ wd "W 1h° a of w l w _ =1 ,, J. 1 °m am : lui 0 B ' a 1i! ° i S'z j i ti.� aI a 1, J wi z z 8 i' n0 l o W1' ❑ c zZ z o i y i c w ,t, n c < o. o o W £ W °�' o = > >'! F. g ur u ' lyl �° "d,' �Q to 0 0 0 0lo i -ILLIF c 'rd i � a F W s la � _ W_ - ; 1 o= 119 m w §, Slo1, aal` $ $ _1' s ! I!j! < <�' i i9, a f u < l lt f ° a uw5 o ! < 1..�1.f 1m1 �Ir m ml! m _ _l!l! - -1b „j„` '°-{ g . : t' $ s of �IR11; 1; ;Iil ° ,1 1: i - s 1 1” s1 1nle $ - I E 1-: :I Z 1 : s i r, 1 gu 3 ij . lnln alalalule�ala aidiLiv,E alu 'I.i61..1n .la ald 8,616;dj._ gH.- .l :,;fir :°' Packet Page -2608- ql 9/10/2013 16.G.3. III Y I 8 a 8 1 8 8 d 1 " 8 I m 7 1 8 1 3 2 I E 8 8 8 8 9 8 1 9 8'8 8 8 8 8 8 1° B 8 1 8 B 8 8 8 8 * * * N g R RIP m I « 13 R -j . t R R 8„.7 n R R R R. It ~ ' $ 88 "� 2 - 81R d i R " ^ 'm 8 8 i^.�� 0 8;818 P E =I8 611 R $,x E `I 1 n A VV R 9 :, 8 a • • • • ml -10 '".11til_ _ �I P n 1 S « ; » » « « I » 1 1 i i I R «;» » » » « « »j«« « » » «;i_ C IB 8 8 88 8 8 : 8 8 8 : 8 8 8 8 8'88 8 88 8888888 $18 8 8 88 88:888y88 8 88 8 Ir _ : F - RI >r 8,» n _I^' S 8 n,3 ._ & , I- g R ` - « ,f @ I » l I e B B S S B : m 8 1 8 88 S 8' 8 8I 8 818 9 818 8 9 8 81° $ 8 8 8 R 8 ` » » H I 1 i - 1 : 81881819888 % 9 R 9 8 8 A, 8 8 8 9 8 a 8 8 8 8 8 81 2 $ R R R 8 8 8 8 8 8 8' ^ R 8 R � F A. l s g. ! g k. n 55 - 5 _ 8 _ 3 ffi, E R5 a g “, P §. gf, EaglFggAggEE' g h» 1 » « « » « »j » » »j » » » » » » « » « .1 n « »sl NI t i »sI a «R+- �� ai a m - « - a e g SI f. a n E S 9 RI - s R 8 s 8I a' $ 1 8 8» 8»' 8» 8 8 ' 8» 9 8» 8» 8» 8 ' 8«1 8» 8 8 8 8 8 8 8 8 8 8.8 1 8 8 I B 8'B 8 8 8 8 8 8 8 8 8 8 8 818 8 8 �i R P P R R EB ° B B 1 $ I B t B § R RI R B B a B BIB BIB BIs. s B g M M M B & BIB B B�5,B C - S ^ . _ - ^ R R R _ 1q A ` - .. EIS n I_ S _ m R n - €3 °1P: R r-R n i R " 8 8 A 8 8 II S ! 1 E ! 8 8 8 r 8 Si8j8 6 818.18 8' ` B 8 s1° 8 8 8 Air R8 [ I f SIi _ R 8 p _ R - - n o I 8 $ 8 ' w I" 8 8 8 1 8 » ° 8 9 8 9 9 8 8 8 8 8 1 8 8:8 8 8:8 1 8 8 8 9 8 1 8 8 8 $ 8 9 8:8 8 8.9 R R 51 r 1 F. R. 5 8 = B a a IA & BIS BB $1g n ik B N. Elg. B B B BIB B B;i B B B " nlla _ A ._. �It2 j . B a s a z € �'� � g � $ an � � n'm � 000 "I � � s � I » n R B ` � " ce 8 . 2 �1 o _ n -I. $ g -I-IQ-.. - 5 5 ,,..B R !1; 'e 1 $ § B:R n - - R ._ I � 1i« n 1 l � � w x i ! , ; , a Ala �'� >I„ , , ;�� s,'a h,65 % , �Ia1 <1 1< mm 1 0o LL a 11 ow 1 iz`5 x x x x- o4 rc 1 po o< F. ! .' • . 81 p G x 'oLL x z I z ' z :',' . z w -- __ � I 7F ms °w 1 _°m 1 2. 6 z '� 3, m¢ 1 i• o a x m g o wl 8z � :5' 1 - O pI $ ,, �o o 9 0w °w`w9I i z a' �-` 30 w� ..� 1 ' A., p I., Wh ` - z I< a o� r. z 1,4 1-R oIc yo < Izu '$1'z B ! w1- R' ji � r.; 5;=_ y 3 t 1 �n i 5I '' `4' &l U ri 5. ,1- 1 t w� B8IB° l I 4 ? �I 1 ::=Iz w sly' 'z 21 = 1 it° I x l 1 ,3 z f I � ; ! u j W 1 u W I W :7; 1 '2',! 'i'?- ;oIWZ . `01f7 = (p i � u y rr ill i aj i o I T J g pQ w J 8 8 5—I-I 2:2 Q O g in p B 4 p > 9 O w 1 < 2 5;ly_. . . S w I . . 9 v is si Q?,8 < . g W :w u . F m m 'o LL! a y w ¢� S3o �' � ' > > _ ' W °wgW�o y m L w > e,� « ' 'fi n - z° �' °zap o W o p o o z. W u S z < B w p i < p p "z_' -. � I �o _ o � o � o $ o�o u u g .$ `" m » z � � 8:w o <'. 1 °i ; o H 15 5 2 t u I 0 , F 41 9$ Pgz_ 5 i g c > w.�I .i z » z 2 rc o.r z. < < 'o v i B w : 2 BI g z w e _ o Igmm f 5 ggp S - x gl " b w =I d2. ai 3 3 I ' l 1 wi v2 M < o W F.f f °z ,111. W o°, o ,t gl: ! g � I � c o w u1 c p wc� . m I »,�,^ I �w w - z� zNO g Z � s z �" tit rc u �l I rc 'cl' � "' °e(1,! e 8S �I _I ° .tan n m llg N s E I i l i I c I a e e l "a_ "a_�e I n 1 n I ; C $!$IRIRll2ln „I�IINIi$l . IIG +,R �° ylg E i.3 , l 2, , I - S f o f of ain dlu n dlak.7.1a nlala .H. 1.H. dlo I It � Packet Page -2609- ±A$ 9/10/2013 16.G.3. i sr, E 8 88 . m 9 2 - . 8 8 8 8 1 a R a 8 1 8 8 1 8 1 A-8'8 8 8 4 8 8 8 8 8 3 8 8 8 8!8 8 gig 8 2 j I9EI $ xEaEs EsEEr : : : : 88z . »1»1 '» » » » » » » » » . » - 8 a 8' 8 i g $ i ii II �i n s'" $ $ m a E_:R Ri� 8 sag �S ' °IR 8 1"; i i, 1 i.C 8 8 8 1 2 8 8 8 1 8 8 8 8 8 8 8 ` 18 8 8 8:8 8 818 8 8 8 8 8 8 8 8 818 8 8 8 818 8 8'8 8 - 8 i, g . .i « x ig ilk - 8 :,'g ° r4 8 8 S S R. 1 » » 1 ;y Q 3 R q 8 8 88 $ 8 1 1 8 8 8.8 8 $ $ 818 8. 818 8 8 8 6 8 81° 8 88 8. 8� 1 11 i „ ; I g 1 � ' 8 $ : : : 8 8 s 8 8 8 8 r » t 8 M - 0 9 8 8 8 2 2 8 8 8 8 8 8 8 8 RI 8 F 8 s 8 8 7 '" " i ° - ° 0 _ Bade S - 8r r a 212 a , 81 8 - R8 8 8' 8� » » » _._s 3 -i s a s s » eoa� �I * * * * a * 8isu' -1 "I °1 r ° I o .. " 8» 8 : 8 8 8 8 1 8» 8„ 8»( 8» 8» 8„ 8 1 8 8 8 8 8 8 818 8 818 818 8 8,8 8818 8 8 818 8 81818 8j 1E. F. ; E E. x. 12. g. 1 Ei • $ ; ! § § 5_ 51E55 §15X15s5'g $I°I SS $ SS5 $ 1 It 1 , - e . . 8 �• - - �. _ - 8 . m - is 9 m 1 ^.4 k » » =€ . 9 R -+8 88 : S i ! 8 8 L II 8 S 1,8Ir 818 8 1: !8 s °'.8 8 n t 218 8 8 Q we 8 8 F 8 8 8 1 3. 8 2 2 8 8 2 8 2 "' R W'B 8 8;8 8 8 8 8 8 8 8 8 8 8 3 81° R 8 8 Sj 8 p' s 5 § g 1 5 F 1 5 5 8 5 x 5 Z E'5 5 $'5 E 8 - 5 5 s -al's 8 5 5 R 8 ° -1 f ^ ° i p " e . E. �, " " „ P _ . "1 Pr 3 ° - jo i n a 1 I .s s . 8 s $ a a g : g II C 81� 8 Xi h $ P1en 12 II 1'0 8 � Z o C" - . : . g �! : : I : ILI : H ii S ! e i. � • 1° .'y a. 5 a e K E3 O ii S i J h i On O i w - 2, w �h J �a 1 0 o o �F �q'e `,2; 4 z _ ,is f �y 11 j 11 rc 7,° I ,?,10,81 1 u wo 1W� a2 �w l l ac I 1 a w• z 1 wl c o,a 1 as e o c >`m Z= cz l - OE 1 o. 1 ' 1¢ 0 I 81 .-.', ¢� - - a s c<i �o ''+o wm s�1q�' 1 c �1 Im, W ‘,It.'o m x `I • ' oz W''' -'' a 1 F ww 4 iz1 .: l oo - ,:z..: 4 I, s 1° ; I wl= _ 3: <f,- Sz e rc zm Fg° 112 :$ ii I i 1 `z. �., - o 1 F `z zl r• i �. iw .w, S z it,', � ¢wt z St >2 .1u13 , zl Ia' 4 g1LL " _ ¢lo la °w HEM [' oz cz � ow i olala u o m > �' o � < i =p H S . 5 '!" 4 E M 0 i o a I s = ,,, o, ,.° I W w $ , ,S w z z o a Vi °� uz z °wz ¢ i'a_ " z o @ u W ii w a m w m a i° i =1 -o'wR w¢ w�� '> W � W8� ; t ��t;-IW *�o , ° W o ,�> > 818 y 8 0 8 8 8 9 a I w w o 0 0 o 0 o a i� �° Ewe w $� 5 ' SwS" `> > `>I> i gl aliS m o o ' a i 9/10/2013 16.G.3. . 3.i 'F 4 1 R'9ig sIs¢ a 8-118 8 818 8 1 8 R 8 8 8 < " 1 8 1R 8 $ 18 8 1 2 R 8 8 8 8 = 8 818 88 r8.I a « « «j. 1 * =1: & a 8 g1 " _ " 1g 8 8 . 8 5 3 i 7 ' 7Rig 1 I , y g a 1 p R 1 ; w. $ : 8 R 8 : 1 : $ 118 818 8 = 8 ; 8 1 f[ : IR,A R s A i¢ 8 8'8 8 8 8 8 8 8 8 8; 8 8 8 8 8 8 8 1 8 8 8 8 8 8 8 , 8 8 8 8 8 8 8 88888 8 h�{ 5.° R 8 . A = e 1 8 _ R 8 i H .7 ° 9 8 8 $ * 8 9 3 8 8 »I« 1 _ »I» « « « I a i 4..._ «S j » » « » » « _ . - a a g i a 1 8 8 1 C S 1 S 1 8 a $ a 8 j s 8 i s g y n g - a a 8 1 8 8 8 il 1 , 1111111 1 r 8 8 8 81 8 8 8 8 8 8 8 Al 8 s s 8. 8 8 8 8 «8 a»a a 8 $ 8 81 8 81 8 8:8 t '" f 8' a s Ilg s - 8 - » a 8 ° s 8 8_, 8: 8 _ 8 8 - ° ° x1 ai 21 Si s S _ ° 0 8 1 1 - R 8 8 8 8 8 RI 0 8 8 8 r 8 8 RI 8 8 8 8 8 8 &' 8 81 8 8 g gf » 81 1 Iwg 5' g1 - e1 ' 1 a« 1 51 1 E. ' Y - ^, _ s E, 1 11 El 11 1 s E g I « oi .. - p ° R_i 8 ° ant 1 r m _ _ ■ nl a » « 1 « » « » «, « » » » « «I »I » « . . .. » »1 »I i :8 8 8 8 1 8 8 8 8 8 8 8 8 8«; 8 8 8 8 8 8 8» 8«18 8 8«18 8«) 8 8 8 8« 8 8« 4 8 8 8 8 8 I & • T " o.8 8 ^ ° 8 1 a - _ 9 1 ° g 8 R R 8 R P ^1F R e l zr ea R f 3 8 i F'Q a 8 1 8 1 , R 1 8 S i i a - 8 8 , 8 i s 1 i I € g e a 8 1a 5 s j 1 III I $ IarIm 1- 8m 81sT IS °:8 ° R 9 8 8 I _ 8 8 R 8 : 8 8 1 S 8 8 2 8 9 8 R R = a!R 8 8;8' • Ig ° -.- "' hie « ' 3 A 8 8 ° A - - 8 I r m '1 8 _ _ A A f A '1° giS 1 C « » » « « « » » ... » « « « ' « » » 8 ! L S / e S 2 R T I...�a R 8 1 8 , 11 F i i 8 S ' 8 �/ 8 '. g I I / 8 Z .8 I _ 8 ai «I« ;..7 /: « « «, « « « ! « « » 1 » » I » IIi .. . « a ° $ I Q I I!i 5i 1 I� > tl , I _ ._ s w ° hl a ° w a a w a ° + « y < W 1 I o ° rca 1 2 0 0 m w I 0 i 1 Ia i o w 1 a !S <S 5 _ w ' Ic = ie ,, 1 z o- o We =�' - w = 'o INi IM1 wp o 3 a =o ooi � - w� z 2 o §f',- 00 00 'S 1 auO m2 W G ¢? C 2 C ( z u �t Z u_ j ' _ 1 1 ow t 2. -a p`-'o.', , = R_Q', r Z .4 Sz 0 50 F 1 {W 6 "'-';1'87%., =a D 5 iW q r U .. t�� o 0 o F =1 ? pa z z� ,',-or z ml _ ° �„ � I a w Z4D, O - U O U "- . w -a 1 CEO Tu O Eu J5 = 1 w0 O G C ,'9,'''s J - I - - a a ZZ _a '. .' 4( i m 6'. a w Z a� rcV' _ < Z 8 C Q R D I 8 U g 2 u Q i u ow 855 3= , pz a_a°l ° 1 Q1 '.� 35 0 0 5I - 8 ,T,'8 o5 qo yo `1 Yw - SI w g S Dm w is wz 7W `r on .:;>T,!;.3 w w 8 8 2^ w 'ft wi '�` *=,' I° H yl i g % w ul W 0 ? .0 or= i'< l r '' a=gq g e s s s Q o- 2s5'§e0sg " g § 11 a o : w g g. W Wi RR 55 °5o ti io ,,i1§!Zi§ 'o 'o 'o 5= u°i a oulaw8co.u°riu n s5 % qy 6 �'t Q'.0 I :W,- U' $C o oz 5D 7Qa-w p-z ° z(o2fio2 z sr w w - do ?olV,aoyq(-a r .4 ` `o t g UO Su w r - Z 2 2 jOl O g5I V1. , g iE 0O FS°'T~U' m �hh WI ° '° ,3=1 U �_ �»�I,u°S�-JTN� j U I ^� i 8 8 O o a'.n alb s �!IAN u, 3° � 3�I8g au `��° d.g rjw¢p�� � 3>: 4 i w s:o ;�o3ow13�� i 3i � �18�i 8Ic c; .� k11 1I11h �°n`` aI`zo <k Hi W a iW s g g o c o yy I i u 1 i �i8 zLL oumvp u4r _ m f3 nAa i;. fv w n yi'fi-uwi im �`i'f�3 m u ° i eh � p1oE111 $ J _ SI8jijs . ; I8 $ Ia c °e_ is 5 ; j 5IS] d Ig9r in _o 1°I°I D1°Ia1,,LL l- _�i4I l I .._ I it I' , IJ ._I I ! � I , kg t`.'I ' °.ni Packet Page -2611- iii 9/10/2013 16.G.3. Hi ii 4 E8 88 .7. 2 B R B ffi I a I R s RI«r; 1,..,..;z r>I>I»11,...>I>r>a>r>I» cc2"! 8 8 1 E $; 8 8 8 ! - I E . 8 g d l �$$Y 1 ; R I " I 3 1 g i 19 1, 11 1 I 7 . 1 III II I �? ml sa 2 a , m -- ` � I , 1 1 I 1 - "I1 " 1I - E 1E. 1 § 1 , 1 , I 1 1 I I iii 8 8'818 818 8 8 1 8 1 8 8 8 8 t 2 R84 >>s, >ISrr>r>>.>.�.:r rlr> $ ('$ NCO - Ie §. R 8 § s *kilt II B i 8 °!o 1 fC 18 8 R 8 1 S E »» 11111171 1 , i Sr 8 8 8 B B 8 RI 8 °_I S 3 B a _ a ! ! ! 1L»I » -8 7I 8 8, _.. 1 : SC 1 "II g I - j« I »1 « « « » - 1 f. ig 818 8 8 8 8 8«1 8 8 8 8 8 8 1 802. >r»`>srrr.»»I>rrr>rl> :+. t i« », » ^o $1 '= '°�'SI r»r>rrlr»,ir>i>r»�>Ir»I> '�'� 8II$,8888 8 8 18 8 a 1 " 8 �1 "s :1 R 1 IY I . i 'I '' 6 gn II ! I- w 88 res m n 8I 1 t I I —I_ a y' $o H oQ p €gi1i L- ,D I¢ i E L D «515 t I w �m k 1. o O rc i mz _ r.' 2 5IE w m I HI l F « Sz 1 : i 1.° u= =2 i2 I 1 1 W1 $ 1 Y. ml 1 1 m a S o� m 6 o c° 1 + ! 11 I I ¢ - :u L rc ' : I I I ',,..I'" 1- : < ?o o ;c S 8,■ � « a 1�4E , LL p I 3 m5 a 4- a j i ■ Zd c n o- oo� $ B 2�a 'Pi ' � J J Zg 9 t e, 2 pt, ips p 1 p C. i uol5lu l� 1giy , zliEliiit lie, Rt ; r ; II1 I II E i ml g wo 111 ; ' § zge,1Aa wf 11111 1• 1 ' 1 F. 1'i el« s ,l s Ilia 7, 87, 1 ; e i 1 , 1 1 11} Auk it 1 1°141>I.I-, — l ' -' . - I - I -'-. Ll!1 � ' lli i ! 11 �1_i ll � ll � Packet Page-2612- 9/10/2013 16.G.3. TAB B LOW BID PACKAGE OWEN AMES KIMBALL Packet Page -2613- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 )a c1�1 N�i ya,..`'iZ.:F'"- ,`F { M i FG111 LAST: d :a?�fiA� A LUfn � "fTJ hiIiiiiid:�5 ``� � VI�lIO 'x 5; a tZUANi1TY r. PFRIT ` M-100-5,1 MOBILIZATION LS 1 $256,631.55 $256,631.55 M-100-5.2 TEMPORARY ACCESS ROAD SY 3,000 $6.71 $20,130.00 P-120-5.2 REMOVAL OF RUNWAY 9.27 EDGE&THRESHOLD LIGHTING SYSTEM LS 1 $5,140.80 $5,140.80 P-120-5.4 REMOVAL OF STORM DRAIN PIPE LF 100 $22.92 $2,292.00 P-120-5.5 REMOVAL OF ELECTRICAL CONDUIT LF 280 $2.47 $691.60 P-120-5.6 REMOVAL OF BARBED WIRE FENCE LF 900 $1.05 $945.00 P-120-5.7 REMOVAL OF DRAINAGE HEADWALL EA 2 $761.25 $1,522.50 P-120-5.10 REMOVAL OF AIRFIELD SIGNS&BASE EA 2 5376.95 $753.90 P-151-4.1 CLEARING AC 2 $2,898.00 $5,796.00 P-151-4.3 CLEARING AND GRUBBING AC 2 $3,570.00 $7,140.00 P-151-4.4 GRUBBING AC 20 $1,529.85 $30,597.00 P-152-4.1 UNCLASSIFIED EXCAVATION CY 38,000 $4.36 $165,680.00 P-152-4.2 ASPHALTIC CONCRETE PAVEMETN EXCAVATION SY 75,000 I $1.51 $113,250.00 P-152-4.3 PORTLAND CEMENT PAVEMENT EXCAVATION SY 8,000 $2.96 $23,680.00 P-156-5.1 TEMPORARY SEEDING AND MULCHING SY 500 $0.28 $140.00 P-156-5.2 TEMPORARY SILTATION FENCE LF 4,000 $0.61 $2,440.00 P-152-5.3 TEMPORARY HAY BALES LF 600 $5.25 $3,150.00 P-152-5.4 TURBIDITY BARRIER LF 100 $7.35 $735.00 P-159-5.1 GROUT INJECTION PIPING LF 180 $23.10 $4,158.00 P-159-5.2 GROUT CY 50 $225.75 $11,287.50 P-160-8.1 STABILIZED SUBGRADE(12"THICK)(LBR=40) SY 64,540 $3.97 $256.223.80 P-211-5.1 UMEROCK BASE COURSE(8"THICK)(LBR=100) SY 62,640 $8.43 $528,055.20 P-401-8.1 BITUMINOUS SURFACE COURSE TONS 14,200 $111.51 $1,583,442.00 P-530-5.1 RIPRAP SY 40 $38.85 $1,554.00 P-620-5.1 RUNWAY AND TAXIWAY PAINTING WITH TYPE I BEAD 1 SF 31,000 $0.63 $19,530.00 P-620.5.2 RUNWAY AND TAXIWAY PAINTING WITH TYPE III BEAD 1 SF 400 50.84 5335.00 p-620-5.3 BLACK OUTLINE PAINT 1 SF 600 50.42 $252.00 D-701-5.1 18"RCP CLASS V I LF 260 $44.77 $11,640.20 D-701-5.4 30"RCP CLASS V LF 200 585.02 $17,004.00 13-705-5.5 8"UNDER DRAIN LF I 200 I $26.91 $5,382.00 D-751-5.1 TYPE C INLET EA I 2 $1,514.10 $3,028.20 0-751-5.3 TYPE E INLET EA 1 52,500.05 $2,500.05 D-752-5.3 30"MITERED END SECTION I EA 1 $1,918.35 $1,918.35 F-162-5.1 CHAIN LINK FENCE LF 1,800 $12.95 I $23,310.00 F-162-5.2 112'DRIVEWAY GATE EA 1 I $630.00 $630.00 I F-162-5 3 16'DRIVEWAY GATE EA 1 $682.50 $682.50 T-901-5.1 SEEDING AC 23 $666.75 $15,335.25 T-904-5-1 SODDING SY 35,000 $1.81 $63,350 00 T-908-5.1 MULCHING AC 23 $666.75 $15,335.25 L-108 5.1 UNDERGROUND CABLE,#8 AWG,5 KV,1-824,TYPE C,INSTALLED IN DUCT OR LF 17,570 $1.26 $22,138.20 CONDUIT INCLUDING TRENCHING AND CONNECTIONS L-108 5.2 BARE COPPER COUNTERPOISE WIRE, #6 AWG, INSTALLED IN TRENCH OR LF 14,360 $2.00 $28,720.00 I , DUCT,INCLUDING TRENCHING,GROUND RODS AND GROUND CONNECTORS 4 Packet Page -2614- ._ 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 'FURNISH AND INSTALL T5 KIN,6.6 AMP,3-STEP,L-828 FERRORESONANT L-109-5.4 REGULATOR WITH 240 V INPUT,120 V CONTROL,INCLUDING ALL RELATED LS 1 $14,891.60 $14,691.60 WIRING AND CONTROLS , L-110-5.1 1W2'-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 11,300 $3.73 $42,149.00 L-110-5.4 4W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 242 $13.28 $3,213.76 L-110-5.5 6W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 2,243 $18.53 $41,562.79 L-110-5.6 6WZ'-SCHEDULE 40 ELECTRICAL DUCT,HORIZONTAL DIRECTIONAL DRILL LF 310 $36.86 $11,426.60 L-110-5.7 1W4"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED LF 106 $20.32 $2,153.92 L-110-5.8 2W4"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 99 $14.02 $1,387.98 L-110-5.9 2W4"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED LF 268 $26.09 $6,992.12 L-115.5.1 ELECTRICAL JUNCTION BOX,TYPE A EACH 9 $2,253.30 $20,279.70 L-115-5.2 ELECTRICAL JUNCTION BOX,TYPE B EACH 12 $2,418.15 $29,017.80 L-125-5.1 NEW L-861 LED,MEDIUM INTENSITY,ELEVATED RUNWAY EDGE LIGHT,BASE EACH 50 $1,30725 $65,362.50 MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF L-125-5.2 NEW L-861 E LED,MEDIUM INTENSITY,ELEVATED RUNWAY THRESHOLD EACH 16 $1,307.25 $20,916.00 LIGHT.BASE MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,TWO L-125.5.5 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 2 $4,715.55 $9,431.10 ,CABLE,AND CONDUIT I 1 t . t .fC Z _, c+ �� �,» ', .. ..;.� �.' ,..: �. x,.•:� � ._ _,.- .,, - _>. .. .. PROJECT TOTAL•�z.;,.�.i3,�.-,. ..n . . „ _ :` .. ;` ; . . . :.: !]2:72 ,;. M-100-5.1 MOBILIZATION LS 1 $262.254.30 $262,254.30 M-100-5.2 TEMPORARY ACCESS ROAD SY 3,000 $6.71 $20,130.00 P.420-5.2 REMOVAL OF RUNWAY 9-27 EDGE&THRESHOLD LIGHTING SYSTEM LS 1 $5,140.80 $5,140.80 P-120-5.4 REMOVAL OF STORM DRAIN PIPE LF 100 $22.92 $2,292.00 P-120-5.5 REMOVAL OF ELECTRICAL CONDUIT LF 280 $2.47 $691.60 P-120-5.6 REMOVAL OF BARBED WIRE FENCE LF 900 $1.05 $945.00 P-120-5.7 REMOVAL OF DRAINAGE HEADWALL EA 2 $761.25 $1,522.50 P-120-5.10 REMOVAL OF AIRFIELD SIGNS&BASE EA 2 $376.95 $753.90 P-151-4.1 CLEARING AC 2 $2.898.00 $5,796.00 P-151-4.3 CLEARING AND GRUBBING AC 2 ' $4,142.25 $8,284.50 P-151-4.4 (GRUBBING AC 20 $1,529.85 $30,597.00 P-152-4.1 ;UNCLASSIFIED EXCAVATION I CY 38,000 54.36 I $165,680.00 P-152-4.2 {ASPHALTIC CONCRETE PAVEMETN EXCAVATIONS 1 SY 1 75.000 $1.5: 5113,250.00 P-152-4.3 'PORTLAND CEMENT PAVEMENT EXCAVATION SY 8,000 $2.96 ; $23.580.0C 1 P-156-5.1 !TEMPORARY SEEDING AND MULCHING SY 500 $0.28 1 $140.00 P-156-5.2 TEMPORARY SILTATION FENCE LF I 4,000 $0.61 I $2,440.00 P-152-5.3 TEMPORARY HAY BALES LF I 600 $5.25 $3,150.00 P-152-5.4 TURBIDITY BARRIER LF 100 $7.35 $735.00 P-159-5.1 GROUT INSPECTION PIPING LF 180 $23.10 $4,158.00 P-159-5.2 GROUT CY 50 $225.75 $11,287.50 P-160-8.1 STABILIZED SUBGRADE(12"THICK)(LBR=40) S.Y. 78,390 $3.97 $311,208.30 P-211-5.1 LIMEROCK BASE COURSE(8"THICK)(LBR=100) S.Y. 76,500 $8.43 $644,895.00 Packet Page -2615- - ._ 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 P-401-8.1 BITUMINOUS SURFACE COURSE TONS 17,440 $111.72 $1,948,396.80 P-530-5.1 RIPRAP SY 40 $38.85 $1,554.00 P-620-5.1 RUNWAY AND TAXIWAY PAINTING WITH TYPE I BEAD SF 31,000 $0.63 $19,530.00 P-620-5.2 RUNWAY AND TAXIWAY PAINTING WITH TYPE III BEAD SF 400 $0.84 $336.00 P-620-5.3 BLACK OUTLINE PAINT SF 600 $0.42 $252.00 D-701-5.1 18"RCP CLASS V LF 260 $44.77 $11,640.20 D-701-5.4 30"RCP CLASS V LF 200 $85.02 $17,004.00 D-705-5.5 8"UNDER DRAIN LF 200 $26.91 $5,382.00 D-751-5.1 TYPE C INLET EA 2 $1,514.10 $3,028.20 0-751-5.3 TYPE E INLET EA 1 $2,500.05 $2,500.05 0-752-5.3 30"MITERED END SECTION EA 1 $1,918.35 $1,918.35 F-162.5.1 CHAIN LINK FENCE LF 1,800 $12.95 $23,310.00 F-162-5.2 12'DRIVEWAY GATE EA 1 $630.00 $630.00 f-162-5.3 16'DRIVEWAY GATE EA 1 $682.50 $682.50 T-901-5.1 SEEDING AC 23 $666.75 $15,335.25 T-904-5.1 SODDING SY 35,000 $1.81 $63,350.00 T-908-5.1 MULCHING AC 23 $666.75 $15,335.25 L-168-5.1 UNDERGROUND CABLE,#8 AWG,5 KV,L-824,TYPE C,INSTALLED IN DUCT OR LF 17,570 $1 26 522,138.20 CONDUIT INCLUDING TRENCHING AND CONNECTIONS L-108 5.2 BARE COPPER COUNTERPOISE WIRE, #6 AWG, INSTALLED IN TRENCH OR LF 14,360 $2.00 $28,720.00 DUCT,INCLUDING TRENCHING,GROUND RODS AND GROUND CONNECTORS FURNISH AND INSTALL 7.5 KW,6.6 AMP,3-STEP,L-828 FERRORESONANT L-109-5.4 REGULATOR WITH 240 V INPUT,120 V CONTROL,INCLUDING ALL RELATED LS 1 $14,691.60 $14,691.60 WIRING AND CONTROLS L-110-5.1 1W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 11.300 53.73 $42,149.00 L-110-5.4 4W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH 1 L 242 $13.28 $3,213.76 t L-110-5.5 6W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 2,243 $18.53 $41,562.79 L-110-5.6 6W2"•SCHEDULE 40 ELECTRICAL DUCT,HORIZONTAL DIRECTIONAL DRILL LF 310 $36.86 $11,426.60 L-110-5.7 1W4"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED LF 106 $20.32 $2,153.92 L-110-5.8 2W4"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 99 $14.02 $1,387.98 L-110-5.9 2W4"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED LF i 268 $26.09 $6,992.12 L-115-5.1 ELECTRICAL JUNCTION BOX,TYPE A EACH 9 $2,253.30 $20,279.70 i I L-115-6.2 ELECTRICAL JUNCTION BOX,TYPE B EACH 12 52,418.15 1 $29.017.81 L•125 5.1 NEW L-861 LED,MEDIUM INTENSITY,ELEVATED RUNWAY EDGE LIGHT,BASE EACH 50 1 $1,307.25 $65,362.60 MOUNTED ON NEW L-667-B BASE CAN,INSTALLED IN TURF 1 L-125 52 NEW L-861E LED,MEDIUM INTENSITY,ELEVATED RUNWAY THRESHOLD EACH 16 $1,30725 $20,916.00 LIGHT,BASE MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,TWO 1-125-5.5 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 2 $4,715.55 $9,431.10 CABLE,AND CONDUIT PROJECTTOTAL 4,06$,659.07.: M-100-5.1 MOBILIZATION _ LS 1 $50,942.85 $50,942.85 Packet Page -2616- - -- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 M-100-5.2 TEMPORARY ACCESS ROAD SY 1,000 $6.69 $6,690.00 P-120-5.4 REMOVAL OF STORM DRAIN PIPE LF 180 $15.75 $2,835.00 P-120-5.5 REMOVAL OF ELECTRICAL CONDUIT LF 200 $2.47 $494.00 P-120-5.7 REMOVAL OF DRAINAGE HEADWALL EA 1 $735.00 $735.00 P-120-5.8 REMOVAL OF INLETS EA 1 $472.50 $472.50 P-120-5.9 REMOVAL OF TAXIWAY EDGE LIGHTS&BASE EA 40 $86.20 $3,528.00 P-120-5.10 REMOVAL OF AIRFIELD SIGNS&BASE EA 4 $376.95 $1,507.801 P-151-4.4 GRUBBING AC 8 $1,529.85 $12,238.80 P-152-4,1 UNCLASSIFIED EXCAVATION CY 16,000 $4.36 $69,760.00 P-152-4.2 ASPHALTIC CONCRETE PAVEMETN EXCAVATION SY 13,000 $1.51 $19,630.00 P-152-4.3 PORTLAND CEMENT PAVEMENT EXCAVATION SY 8,000 $2.96 $23.680.00 P-156-5.2 TEMPORARY SILTATION FENCE LF 2,500 $0.61 $1,525.00 P-152-5.3 TEMPORARY HAY BALES LF 100 $5.25 $525.00 P-152-5.4 TURBIDITY BARRIER IF 50 $7.35 $367.50 P-160-8.1 STABILIZED SUBGRADE(12"THICK)(LBR=40) SY 7,630 $3.97 $30,291.10 P-211-5.1 LIMEROCK BASE COURSE(6"THICK)(LBR=100) SY 7,270 $8.43 $61,286.10 P-401-8.1 BITUMINOUS SURFACE COURSE TONS 1,620 $122.59 $198,595.80 P-530.5.1 RIPRAP SY 40 $38.85 $1,554.00 P-620-5.1 RUNWAY AND TAXIWAY PAINTING WITH TYPE I BEAD SF 28,000 $0.63 $17,640.00 P-620-5.2 RUNWAY AND TAXIWAY PAINTING WITH TYPE III BEAD SF 400 $0.84 $336.00 P-620-5.3 BLACK OUTLINE PAINT SF 600 $0.42 $252.00 P-620-5.4 REMOVAL OF PAVEMENT MARKING SF 14,000 $0.79 $11,060.00 D-701-5.1 18"RCP CLASS V LF 585 $4477 $26,190.45 D-751-5.1 TYPE C INLET EA 2 $1,514.100 $3,028.20 D-752-5.1 18"MITERED END SECTION EA , 1 $885.29 $885.29, F-162-5.3 16'DRIVEWAY GATE EA 1 $682.50 $682.50 T-901-5.1 ISEEDING AC 22 $666.75 $14,668.50 T-904-5.1 SODDING SY 3,000 $2.03 $6,090.00 T-908.5.1 MULCHING AC 22 $666.75 $14.668.50 L-1 DB-5.1 UNDERGROUND CABLE,#8 AWC,5 KV,1-824,TYPE C,INSTALLED IN DUCT OR LF 6,170 $1.26 CONDUIT INCLUDING TRENCHING AND CONNECTIONS $7.774.201 L-106-5.2 BARE COPPER COUNTERPOISE WIRE, #6 AWG, INSTALLED IN TRENCH OR LF 4,890 $2.00 DUCT,INCLUDING TRENCHING,GROUND RODS AND GROUND CONNECTORS $9,780.00 L-110-5.1 1W2"-SCHEDULE 40 ELECTRICAL.DUCT,DIRECT BURIED IN TRENCH LF 4,620 $3.73 $17,232.60 L-110-5.8 2W4"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 52 $14.02 $729.04 L-110-5.9 2W4"-SCHEDULE 40 ELECTRICAL DUCT.CONCRETE ENCASED L.= 11: • 526.0.9 , 1 53.000.35 i I � L-115-5.1 ELECTRICAL JUNCTION BOX,TYPE A EACH i 4 $2,238.60 $8.954 40 L-125-5.4 NEW L-8617 LED,MEDIUM INTENSITY,ELEVATED TAXIWAY EDGE LIGHT,BASE EACH 24 $931.35 MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF $22,352.40 NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,TWO L-125-5.5 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 5 $4,355.40 CABLE,AND CONDUIT $21,777.00 NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,FOUR L-125-5.7 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 1 $6,940.50 CABLE,AND CONDUIT $6,940.50 L-125-5.10 RELOCATE EXISTING RUNWAY 16 EDGE OR THRESHOLD LIGHT FIXTURE AND EACH 4 $715.05 TRANSFORMER ON NEW L-867-B BASE CAN IN TURF I $2,860.20 Packet Page -2617- .. 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,201.3 L-125-5.11 RELOCATE EXISTING RUNWAY 18 THRESHOLD LIGHT FIXTURE AND EACH 6 $1,021.65 TRANSFORMER ON NEW L-867-B BASE CAN IN EXISTING ASPHALT PAVEMENT ' $6,129.9 ' NEW YELLOW/CLEAR LENS MOUNTED ON EXISTING RUNWAY 18 L-861 L-125-5.12 QUARTZ ELEVATED RUNWAY EDGE LIGHT FIXTURE EACH 6 5143.85 5863.10 L-125-5.13 RELOCATE EXISTING RUNWAY 18 RUNWAY END IDENTIFICATION LIGHTS PAIR 1 $6,172.95 (REIL) $6,172.95 RELOCATE EXISTING RUNWAY 18 PRECISION APPROACH PATH INDICATOR L-125-5.14 (PAPI) INCLUDING STEP DOWN TRANSFORMER AND CONTROL UNIT EACH 1 $8,428.35 $8.428.35 . .,t . • ?" r ..',: .X,r'- -PRGJECTTOTA M-100-5.1 MOBILIZATION LS 1 $91,353.15 $91,353.15 P-120-5.1 REMOVE ELECTRICAL VAULT INCLUDING FOUNDATIONS&ALL EQUIPMENT LS 1 $5,884.20 wirr=Mfr.DM rrercn $5,884.20 P-120-5.3 REMOVAL OF WIND CONE 8 SEGMENTED CIRCLE LS , 1 $3,577.35 $3.577.35 P-120-5.4 REMOVAL OF STORM DRAIN PIPE LF 360 $15.75 $5,670.00 P-120-5.5 REMOVAL OF ELECTRICAL CONDUIT LF 140 $2.47 $345.80 P-120-5.6 REMOVAL OF BARBED WIRE FENCE LF 4,800 51.05 55,040.00 P-120.5.7 REMOVAL OF DRAINAGE HEADWALL EA 4 $708.75 $2,835.00 P-120-5.10 REMOVAL OF AIRFIELD SIGNS&BASE EA 2 $376.95 $753.90 • P-151-4.3 CLEARING AND GRUBBING f AC 1 52,100.00 $2100.00 P-151-4.4 GRUBBING AC 60 $1,529.85 $91,791.00 P-152-4.1 UNCLASSIFIED EXCAVATION CY 62,400 $4.36 $272,064.00 P-152-4.2 ASPHALTIC CONCRETE PAVEMETN EXCAVATION SY 11.000 $1.51 $16,610.00 P-152-4.3 PORTLAND CEMENT PAVEMENT EXCAVATION SY 2,500 $2.96 $7,400.00 P-156-5.1 TEMPORARY SEEDING AND MULCHING SY 1,500 $0.28 $420.0 P-156-5.2 TEMPORARY SILTATION FENCE LF 1 7,500 $0.61 $4,575.00'x' P-152-5.3 TEMPORARY HAY BALES LF I 300 $525 $1,575.00 P-152-5.4 TURBIDITY BARRIER LF 700 $7.35 $5,145.00 P-160-8.1 STABILIZED SUBGRADE(12"THICK)(LBR=40) SY 5,820 $3.97 $23,105.40 P-211-5.1 LIMEROCK BASE COURSE(6"THICK)(LBR=100) SY 5,700 $8.43 $48,051.00 P-401-8.1 BITUMINOUS SURFACE COURSE TONS 1,310 $121.07 ' $156,601.70 P-530-5.1 RIPRAP SY ( 210 $38.85 $8,158.50 P-620-5.1 RUNWAY AND TAXIWAY PAINTING WITH TYPE I BEAD SF 1 2,000. $0.63 _ $1,260.00 P-620-5.2 RUNWAY AND TAXIWAY PAINTING WITH TYPE III BEAD SF 500 $0.84 $420.00 P-620-5.3 BLACK OUTLINE PAINT SF 600 $0.42 $252.00 D-701-5.2 24"RCP CLASS III LF 1,447 $43.61 $63.103.67 D-701-5.3 24"RCP CLASS V LF 771 $57.29 $44,170.59 D-701-5.5 36"RCP CLASS V LF 1.039 $72.35 $75,171.65 D-705-5.5 r UNDER DRAIN LF 3,485 I $17.85 $62,207.25' D-751-5.1 TYPE C INLET EA 1 4 $1.514.10 $6.056 40 D-751-5.2 TYPE C INLET(MODIFIED AIRCRAFT) EA , 1 $3.155.75 i 53.165.75: D-751-5.3 TYPE E INLET EA J 2 $2,500.05 $5,090.10 D-752-5.2 24"MITERED END SECTION EA 6 $1,318.80 $7,912.80 D-752-5.4 36"MITERED END SECTION EA 2 $2,702.70 $5,405.40 F-162-5.1 CHAIN LINK FENCE LF 5,290 $12.79 I $67,659.10 F-162-5.2 12'DRIVEWAY GATE EA 1 $638.40 5638.40 T-901-5.1 SEEDING SY 37 $666.75 $24669 7 , T-904-5.1 SODDING SY 5,000 $1.92 $9,600.00'-1''' T-908-5.1 MULCHING AC 37 $666.75 524,669.751 Packet Page -2618- 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 L-107.5.1 NEW L-807 LED LIGHTED 12-FOOT PRIMARY WIND CONE W1TH FOUNDATION.L- L-107-5.1 1 $21,109.20 867-D BASE CAN,AND SEGMENTED CIRCLE,IN PLACE $21,109.20 L-107-5.2 NEW L-806 LED LIGHTED 8-FOOT SUPPLEMENTAL WIND CONE WITH UNIT 1 $6,343.05 FOUNDATION.L-867-D BASE CAN,IN PLACE - $6,343.05 L-108-5.1 UNDERGROUND CABLE,#8 AWG,5 KV,L-824,TYPE C,INSTALLED IN DUCT OR LF 46,880 $1.26 CONDUIT INCLUDING TRENCHING AND CONNECTIONS $59.068.80 L-108-5.2 BARE COPPER COUNTERPOISE WIRE, #6 AWG, INSTALLED IN TRENCH OR LF 21,740 $2.05 DUCT,INCLUDING TRENCHING,GROUND RODS AND GROUND CONNECTORS $44,567.00 CONSTRUCTION&INSTALLATION OF CONCRETE VAULT BUILDING, L-109-5.1 FOUNDATIONS,AND ALL EQUIPMENT INSTALLED,EXISTING EQUIPMENT LS 1 $121,277.10 RELOCATED,CONNECTED,AND ACCEPTED AS A COMPLETE UNIT $121,277.10 L-109 5.2 INSTALLATION OF STANDBY GENERATOR,INCLUDING FOUNDATION AND ALL LS 1 $61,373.55 EQUIPMENT NECESSARY $61,373.55 L-109-5.3 INSTALLATION OF RADIO AND LIGHTING CONTROL UNIT AT NEW VAULT LS 1 $31,468.50 BUILDING AND EXISTING TERMINAL BUILDING $31,468.50 FURNISH AND INSTALL 7.5 KW,6.6 AMP,3-STEP,L-828 FERRORESONANT L-109-5.4 REGULATOR WITH 240 V INPUT,120 V CONTROL,INCLUDING ALL RELATED LS 1 $13,570.20 WIRING AND CONTROLS $13,570.20 FURNISH AND INSTALL 10 KW.6.6 AMP,3-STEP,L-828 FERRORESONANT L-109.5.5 REGULATOR WITH 240 V INPUT,120 V CONTROL,INCLUDING ALL RELATED LS 1 $14,579.25 WIRING AND CONTROLS $14,579.25 L-110-5.1 1W2"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 21,280 $3.73 $79,374.40 L-110-5.3 1W2"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED IN EXISTING LF 3D $20-32 PAVEMENT $609.60 L-110-5.8 2W4"-SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 26 $14.02 $364.52 L-110-5.9 2W4"-SCHEDULE 40 ELECTRICAL DUCT,CONCRETE ENCASED LF 56 $26.09 $1,461.04 L-115-5.1 ELECTRICAL JUNCTION BOX,TYPE A EACH 4 $2,168.25 $8,673.00 L-115-5.3 ELECTRICAL JUNCTION CAN,L-867-D,WITH GALVANIZED STEEL COVER EACH 9 $823.20 $7,408.80 L-125 5.4 NEW L-861T LED,MEDIUM INTENSITY,ELEVATED TAXIWAY EDGE LIGHT,BASE EACH 145 $931.35 MOUNTED ON NEW L-667-8 BASE CAN,INSTALLED IN TURF $135,04575 ANEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,TWO L-125-5.5 (MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 7 $4,633.65 ICABLE.AND CONDUIT $32,435.55 NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,THREE L-125-5.6 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 3 $6,213.90 CABLE,AND CONDUIT $16,641.70 NEW L-858 LED GUIDANCE SIGN,SIZE 2,STYLE 2,CLASS 1,MODE 2,FOUR L-125-5.7 MODULES,INCLUDING NEW FOUNDATION,ISOLATION TRANSFORMER, EACH 5 $7,148.40 CABLE,AND CONDUIT $35,742.00, L-125-5.8 NEW 4-UNIT PRECISION APPROACH PATH INDICATOR(PAPI) EACH 2 $22,672.65 $45,345.30 INEW RUNWAY END IDENTIFICATION LIGHTS(REIL),L-849-C.IN TURF W/L-857- L-125.5.9 I B BASE CAN,INCLUDING REIL SYNC CABLE,COMPLETE-IN PLACE PAIR $1E.5921 D $33.184.20 PROJECT TOTAL ::- '$1 928 061:12 M-100-5.1 (MOBILIZATION LS 1 $31,879.05 $31,879.05 P-151-4.4 GRUBBING AC I 2 $1,529.85 $3,059.70 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1.800 $3.31 $5,958.00 P-160-8.1 STABILIZED SUBGRADE(12"THICK)(LBR=40) SY 12,000 $3.24 $38,880.00 P-211-5.1 LIMEROCK BASE COURSE(6"THICK)(LBR=100) SY 11,500 $8.43 $96,945.00 P-401-8.1 BITUMINOUS SURFACE COURSE TONS 2,600 $116.45 $302,770.00 P-620-5.1 RUNWAY AND TAXIWAY PAINTING WITH TYPE I BEAD SF 6,000 $0.63 $3,780.00 Packet Page -2619- -., 9/10/2013 16.G.3. IMMOKALEE REGIONAL AIRPORT FINAL BID SCHEDULE JUNE,2013 P-620-5.3 BLACK OUTLINE PAINT SF 900 50.42 5378.00 1-901.5.1 SEEDING AC 1 $666.75 $666.75 T-904-5.1 SODDING SY 1,600 $2.68 $4,288.00 T-906-5.1 MULCHING AC 1 $666.75 $686.75 L-108-5.1 UNDERGROUND CABLE,#8 AWG,5 KV,L-624,TYPE C,INSTALLED IN DUCT OR LF 2,010 $1.26 CONDUIT INCLUDING TRENCHING AND CONNECTIONS $2,532.60 L-108-5.2 BARE COPPER COUNTERPOISE WIRE, #6 AWG, INSTALLED IN TRENCH OR LF 1,930 52.00 DUCT,INCLUDING TRENCHING,GROUND RODS AND GROUND CONNECTORS $3,860.00 L-110-5.1 1W2".SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH LF 1,790 $3.73 $6,676.70 L-110-5.2 1W2"-SCHEDULE 40 ELECTRICAL,CONCRETE ENCASED LF 157 $17.06 $2.678.42 NEW L-881E LED,MEDIUM INTENSITY,ELEVATED RUNWAY THRESHOLD L-125-5.2 LIGHT,BASE MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF EACH -16 $1,307.25 [DEDUCT-Deduct Unit Price must match Unit Price from Base Bid] -$20.916.00 NEW L-861E LED,MEDIUM INTENSITY,ELEVATED RUNWAY THRESHOLD L-125-5.3 LIGHT,BASE MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN ASPHALT EACH 16 $1,727.25 PAVEMENT $27,636.00 L-125-5.4 NEW L-861T LED,MEDIUM INTENSITY,ELEVATED TAXIWAY EDGE LIGHT,BASE EACH 20 $931.35 MOUNTED ON NEW L-867-B BASE CAN,INSTALLED IN TURF $18.627.00 a "� - PROJECT TOTAL 3530,386 67 BASE BID RUNWAY 9.27'75'WIDE TOTAL'w.T..g,:+H,� «;,.;;.,rtt+e�,",a:<u1�7�'�F'�a �> .�k � ks� 7�.•?�r , � ,.�: ,...: '13,b2b,~l12.72,". SASE BIDRUNWAY 927100'WIDHTOTAL...='.�5 fiv ,'r *S:l�'•�`O`ro,"".'aY�r*�,,,`'.'+4'x"_.''�" f, �,«wy s '{e t .,a'� ro. .t.'�'"w ,-,.on88 - ..� ,r : Xi.:.f4rek, ... . .,. .... .t . ...'�"x t �>,..'Key u.u' ADDITIVE ALTERNATE RH RELOCATEItUNWAI!:1ETNRESHOLD,.7AXNA�J1=i�'REMOVE•PAYEMENT.a.:, .:. .. k. .5705; n r,ADDTVEALTERNATE#2 GRADINGAND DRi NAGE TAXIWAY$ AIRFiF1#3 LiGM we >I i z x �s psi • ADVE ALTERNATE 031iOLD AND$LAST 928 081 DIT 12 • Packet Page -2620- 9/10/2013 16.G.3. TAB C ENGINEER'S RECOMMENDATION Packet Page -2621- 9/10/2013 16.G.3. NMI „Y ; HOLE MONTES EKGSKERS•PLANNERS•SURVEYORS 6200 Whiskey Creek Drive•Fort Myers,Florida 33919 •Phone 239.995.1200•Fax:239.985.1260 August 12, 2013 Mr. Chris Curry Executive Director Marco Island Executive Airport 2003 Mainsail Drive Naples, FL 34114 RE: Runway 9-27 Rehabilitation For irnmokalee Regional Airport Bid No. 13-6124 HM Project No. 2012.065 Dear Mr. Curry: On August 9, 2013, the Collier County Purchasing Department received five (5) bids for the construction of the referenced project. The names and total fee for the contractors, along with the Engineer's Estimate, are as follows: CONTRACTOR Inc.Owen-Ames-Klmbal Company BASE BID T5'Wide Base Std 100'Wide ALTERNATE#1 ALTERNATE#2 ALTERNATE#3 3,525,112.72 4,068,659.07 705,154.88 1,928,061,12 530,365.97 Quality Enterprises 3,799,769.90 USA, 4,336,261.40 857,553.00 2,420,031.50 562,117.00 "'' Marks Brothers, Inc. 4,418,916.20 4,948,050.20 1,044,631.80 3,020,283.00 630,580.00 Conalvias USA LLC 4,440,883.05 5,046,929.84 994,272.06 _2,463,673.01 757,057.56 Wright Construction 4,685,888.28 5,677,142.96 1,022,741.81 2,411,694.85 634,124.61 Engineer's Estimate 4,360,000.00 5,010,000.00 920,000.00 2,340,000.00 670,000.00 A detailed tabulation of costs is enclosed. Owen-Ames-Kimbal Company (OAK) submitted the lowest responsive bid for the base bids and all alternates. All of OAK bid amounts were below the Engineer's estimates. The following is a comparison of the base bids and alternates submitted by OAK in comparison to the Engineer's Estimate: Owen-Ames-Kimbal Engineer's Difference Description Company Estimate _ Percentage Base Bid Runway 9-27 100'Wide 4,068,659.07 I $5,010,000.00 19% Alternate #1 705,154.88 $920,000.00 23% N Alternate#2 1,928,061.12 , $2,340,000.00 18% Alternate #3 530,365.97, $670,000.00 ._ 21% Ask Packet Page -2622- 9/10/2013 16.G.3. Mr,Chris Curry Collier County Airport Authority August 12, 2013 Page 2 of 2 In reviewing the documents submitted by OAK, it appears that all the required submittals were provided. Hole Montes is very familiar with OAK, having worked on similar projects for over ten years. Hole Montes has reviewed several projects included in the statement of experience, and can conclude, that OAK is experienced in constructing projects on airports and is capable of providing quality work. OAK proposes to use Big Tree Inc, and KateEnviro Fencing, Inc., both DBE firms from southwest Florida. The proposed DBE participation value ranges from$243,000 to$319,000, dependent upon which alternates are awarded and represents 4% DBE participation for this project, This participation meets the DBE goal set by the Airport Authority. Based on the review of the bid summary and bidder's submittal packages, it is the Engineer's recommendation that the contract be awarded to Owen-Ames-Kimbai Company (OAK) in the amount consistent with the bid values for the base bid and selected alternates. Very truly yours, HOB . INC. -=-7 L J. Carriere, P.E. e President LJC/kgc c.c.: Thomas Vargo H:\2012\20 12065\W P\AV18f D.tv 130802Awardl tr.do: Packet Page -2623- 9/10/2013 16.G.3. TAB D COST/PROPOSAL FOR CONSTRUCTION OVERSIGHT Packet Page -2624- 9/10/2013 16.G.3. "Construction Phase Services for the Immokaiee Regional Airport (IMM) Runway 9-27 Rehabilitation Project" Schedule A SCOPE OF SERVICES This covers services through the construction phase. I. PROJECT DESCRIPTION The intent of the project is to rehabilitate Runway 9-27 and extend Taxiway B along with other associated improvements at the immokalee Regional Airport (IMM). To accommodate the FAA's requirement to decouple the runways, Runway 9-27 will be relocated 450' to the east. The runway will be rehabilitated at a reduced width of 100' or 75' based on available funding. In addition, Runway 18 will be relocated 450' to the south. Taxiways are proposed to serve the new thresholds of Runways 9, 27 and 18. The method of rehabilitation will consist of removal of existing pavement and base, regarding and re-stabilizing of existing subgrade and placement of new limerock base and bituminous pavement mix. The associated improvements will include the following: • Grading and drainage improvements in runway/taxiway object free areas; • Replacement of runway edge lighting including addition of REILs and PAPIs at both ends of runway; • New airfield electrical vault and emergency power generator, • New taxiway edge lights and signage for Taxiways A-2, B, B-1, B-2 and B-3; • Relocated segmented circle and wind socks; • New Taxiway B-2 and removal of old runway pavement; • Hold and Blast Pads; Due to size of the project and funding limitation, the project was divided into four parts; base bid and three additive alternates. The services to be provided are dependent on the award of alternates. ii. OBJECTIVE The objective shall be successful completion by the CONSULTANT of all project management, construction phase related services necessary for elements of improvements associated with the IMM Runway 9-27 Rehabilitation project (PROJECT). The overriding objective of the CONSULTANT is to keep this project on schedule, under budget and fully coordinated with all parties and to assist in producing a quality constructed product. Page 1 of 5 Packet Page -2625- 9/10/2013 16.G.3. HI. SCOPE The CONSULTANT shall coordinate the overall Construction Phase Program Management, construction observation, and project closeout support services. Each of these services shall be provided by the CONSULTANT, working in concert with the County and Contractors. The CONSULTANT shall provide the overall construction administration and construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, the CONSULTANT will hire a sub-consultant to perform all required testing quality assurance in the field and on the asphalt to comply with the Contract Documents. The CONSULTANT shall also hire sub-consultants for the following services: • Ground Penetrating Radar (GPR) survey of subsurface in area of runway and taxiway extension • Aerial Imaging for FAA airspace analysis per AC 150/5300-17C • Survey and GIS coordination for FAA AGIS per AC 150/5300-16A and 180 Task 1: Construction Administration This task will include the following: 1. Coordinate and attend pre-construction conferences with Contractor and applicable County representative; 2. Overall Contract Management including preparation of Construction Management Plan; 3. Issue construction drawings based on awarded alternates; 4. Coordinate and attend weekly construction progress meetings; 5. Review/Track/Monitor status of: o construction progress o shop drawing submittals o contract document clarification and interpretations (RFIs) o respond or coordinate responses to RFIs o requests for changes to construction cost and/or schedule 6. Review need for field changes and prepare change orders as needed; 7. Review testing reports and P-401 testing; 8. Review of contractor's schedule and provide contractors with schedule comments; 9. Monitor DBE utilization and report compliance to Authority. 10.Review compliance with prevailing wage rates and report to Authority. Page 2 of 5 Packet Page -2626- 9/10/2013 16.G.3. 11.Assist Authority in preparation of FAA quarterly construction reports. 12.Processing of Progress Payments: o Verify that the work has progressed to the point indicated. o Verify that the work is in substantial compliance with the contract documents. o Verify that the contractor is entitled to the payment in the recommended amount. o Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien and the Bonding Company's Consent of Payment are included. o Certify the Request for Payment and recommend payment. 13.Conduct substantial completion walk-through, prepare punch list and issue certification. 14.Confirm project completion with appropriate agencies 15.Coordinate a final review of finished items 16.Provide recommendation of acceptance of the project. Task 2: Construction Observation Services This task will include the following items 1. Attend pre-construction conference. 2. Conduct on-site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled; 3. Resident Project Representative (RPR): o Report, in writing, whenever it is believed that work is unsatisfactory, faulty or defective. o Report, in writing, whenever it is believed that a hazardous condition exists. o Maintain log, of the work performed to include: • When the contractor is on the job site • Weather conditions • Changed conditions • List of visitors • Drilling and testing activities • General observations • Specific observations • Observed testing procedures o Verify that tests, equipment, and systems start up are conducted in the presence of appropriate personnel. Page 3 of 5 Packet Page -2627- 9/10/2013 16.G.3. o Verify that the contractor maintains adequate records. o Provide photographic record of construction o Observe materials and workmanship o Report, in writing, any deviation from the contract document o Review quantities indicated in contractors request for progress payment o Coordinate the sampling and testing of materials and asphalt field and plant inspection to be performed by testing laboratories o Review and document interviews for Davis Bacon wage compliance. o Monitor that record drawing mark-ups are properly maintained o Attend substantial and final completion walk through. Task 3: Project Close Out: This task will include the following items: 1. Collect all necessary documentation to close the project/contract: o Lien waivers o Contractor's Final Affidavit o Close-out change orders o Surety's Final Consent o Process Final Payment 2. Prepare and submit As-Built plans and critical data for FAA AGIS. o Conduct topographic survey of construction improvements. o Obtain survey control and aerial imagery. o Prepare airspace evaluation and critical survey data into AGIS format and upload to FAA. o Prepare As-Built plans based on CONTRACTOPS red line and as-built survey. 3. Assist the County with coordination of warranty work (not to exceed the completion date of the agreement). 4. Transmit Project/Program close-out report to the Authority. Project Schedule: The project duration of construction is subject to award of base bid and additive alternates for a maximum of 194 calendar days based on the following: Base Bid 90 Calendar days. Page 4 of 5 Packet Page -2628- 9/10/2013 16.G.3. Alternate #1 30 Calendar days. Alternate #2 60 Calendar days. Alternate#3 15 Calendar days. Final Completion 30 Calendar days. Page 5 of 5 Packet Page -2629- 9/10/2013 16.G.3. os a esaEeggm s -Eg 12E§ I sE -If sess�e° Es s s 8i !2-:»: g »s» _ .gg » »gEgg _ a zr «„ „»i « „ R" . ei I.0°.n°...N2g V 22.. qi, 1 Stiff°"- +I .,-.2222. --- °' R' gE a fa l' a .r _i g� „ . • « « 1 E 8 a 1 ii 8 P 1 8 V I „ r RI tE IS « z « a 2 Issas Eag EY° «»« a j 812 o I< wass««sassss a sag 1 !!. 33 . «aaa2888255 „ g$ 8 :2 s „ K 2222222222223 SSE 2 S 2A$22 °°O°0 sa«s_ a 2 2 „ iii __ . . . .. -_ - -- -- . . __—. . _— . W=I s; 22222°O°°°022 228 ° a 2ag22 22°°°°°°°2E 2 2 2 2 4-m A •8 yP 1 it .2'22'222222 2 285 8 a :"eg2$ 22°°!002222 2 i 2 8 Asisig w o 2 )2 S z « 8 A . . 1n. E 1: EggsBN.02aa22 4 .RS a « 8 i £� �� so« „ 18 �r 1` O - 5 g a « i- ■i - _ o S Is g 2Se:d$S«222E °mv'.2 , a °.l " „ .... 0 „ 0 1 @ ri;a � 2as I� .. «2g�$M�E2E„ S �$ a .._. a. M1 aBIRE.Eoafaa$ aRE .Q . I HIES 3 1 EtEtt2gggttE g s s s 1 4E 4 go"2.2222°°°2 _ IS « a, 22223 _ w dasogsaa«..» « 4 Yg - d dY Y .7` : . .i. b w e c a'a .. `e s `_ ` 2 -6 c P. c ; I 1• 3 a T e fi i l e e + t 3 zi °Q .. 5 g L w 9 8 c5 :roe 1 pco° ° I& « E � S'o i W iir ° £ 2 S :78. fib"`a� Er6 4 ; 8 Sa u pFEgg1G;G Zu. �' g < 1410.11111241$ 455 : Q� n Egi.og ter: �I> y g m Q; 1 ;ii1II4j _ o w I1!!I ! !! Ib g w 9 0 i Z j `-'=a'.f U C g 5 1 o ihi al`c '4 se � m N° Q g o'm 2' g�1UV dd n •w 4l p gl 1 Zg Packet Page-2630- a a ; g s, 9/10/2013 16.G.3. t , I° - I EIII R sus I " a E§a s ._,: �sosm°Rxgx s s o »sa " : awl, tai aa:»d»» " I add x'°ix «_"��^"2".2 sU "! " Izs - ; -s^ I «m" I ! use_------ ■ B . iii _ _ ^ l& : i I ____ al 1 ' 11 , _ a � I a li a M I h_ s I a a El : ± " # All II rI »ss "«$°_0ss»»R a °" s II ss£s[asa„s$ s a ” " II■ i "sa sass°°°eves s " x s s ssssessass_^. s x .4 a=a i - 22222222222 a a I a$.a e-asaasaaaaaa a a " " " 1 axa i ? 222000°°°22 a a s ala aaaasOO°o°oS 20 a a iA l �� raMSSEasa»aa $ a a S S 21aaNSaaaaa a 1 2I , — saa a�209222222 aasaaa S a s aaa W a E "°Eaaaasaaa s g s S s 1 Sa $»gsn .»sass a $ s a .aS = » .R.Ns»sass a 1. a s I - - ! - a a E -Sa y = !a&°0°a°222 a a E22 a' P 0000° a ..� " " _ II. ..o _M1 ° o .. " 0000. -..., • ._ ° 2 I [ i i° . 3 - .2 ' E '.e ; 6 ° t o = 000 1 q illig 1 r I gt :rg;.;`: : i 1 I . g O E c. ;@d $ a 4 1 < _ S c � :l v d a i a 3 I s S r 7,4 7,'' g0;it-Ii tirg , '.-Lt; ' « ER�=ac Ee lEtr^t i1lE°g Q o S in`csi n_ f,.-16 ,,,a5,48;i400.if =5.1,-•._§,,II.S [I a °.Ob_ua¢¢¢`oo.¢au• WA,o E OW <p - Packet Page -2631- N,s 6, 31-r ° 4 8 i§ i 9/10/2013 16 G 3 • 22� . ; �.� - NI: s � - q �r 3 II ! I$I 11 : i R/� MI 1I q..-2.24.s.§1 I i ■ . \ ; \ ,' . . I • ■:| 2h \ " . :| ` miii / § 2 . / RS2 . 2 2 1 : / &r § ( } ! II furl E I / a=s I f { 1_ i ! _V. $ I. • ! ! f Er| k ^ - \ a ; M s-:.F-' \§ \(| f { y if�s ' { ,, z . / | ! _ F : E Packet Page -2632- 9/10/2013 16.G.3. TAB E INDEPENDENT FEE ESTIMATE FOR CONSTRUCTION OVERSIGHT Packet Page-2633- 9/10/2013 16.G.3. AECOM Technical Services,Inc. 4010 Boy Scout Blvd.,Suite 300 COM Tampa,FL 33607 August 12, 2013 Thomas Vergo, CM Airport Manager Immokalee Regional Airport 165 Airpark Boulevard Immokalee, FL 34142-3896 Subject: Independent Fee Estimate: Construction Phase Services — Runway 9-27 Rehabilitation at Immokalee Regional Airport(IMM) Purchase Order No. 4500144923; Collier County Contract No. 09-5262 Independent Fee Estimate Mr. Vergo: Please find enclosed AECOM's independent fee estimate for the project referenced above. We reviewed the Contract Documents for Runway 9-27 Rehabilitation at IMM provided by Collier County Airport Authority and calculated the independent fee estimate using best industry practices. Aistok The man hour labor rates utilized for the independent fee estimate were the same rates Hole Montes used with the County for the Construction Engineering Inspection Services contract. Please refer to the attached fee breakdown sheets, which show AECOM's Independent Fee Estimate. Please review the information provided and let me know if you have any questions at 813-627- 8229. Sincerely, loot Bunti Patel, PE Project Manager AECOM Technical Services, Inc. Enclosures: Independent Fee Estimate CC: Robert Tvieedie and Chris Curry(Collier County) Andy Kacer,Ron Cavaliers and Lee Grant(AECOM) File:Chronological Order T:\Collier County Airports IMM and MKY IFE's-20131Corresp108122013rt_IMM.doc Packet Page -2634- 9/10/2013 16.G.3. El 1:31E311131:1? IIICAIM: OII. I uioiiiii:uii:uii:1 1 milullulli ui la l E iuiuui:iui:iii: ilium ul-IEII E IMMIM lI flel I 1111! 'u'umthI 'JI;uHu 1ED • ' tlt 1111�l�1� ii,® ei ^ ce ■+�� k. ^■■ }s�■^ � � RI i 311118®8 1- Iuull! 1 1111.11 :lCiI!11i ui ;� R''RR09 10I-I 11a A �A1111lll '1O1Ir ® 1 INNON1I1113!1®111I�7 ®81I®tt1M61®I11®i �u CCCCI flrU - 10 ��. IL : CCCCCOIiOIII I I WU ! 11111 uY 1® ,rlCulil� u®IIIIiui:nuI:181: AMID p - s 3RCrlf ulf r., -IL1CI:,I n11CCCI PSE IfliI a o® D � 111IHHiIB IESIII I : ®ullillilM141ih _ 12E. A R" R R a 'I � "I • ii -uIHCI U uIII W go , I .g l:O:I®®I®�:iHI:11®4I li ®u3lill1l�111 Mill g.n :0 -1111121111111110111;1 1 111111111111 1111 r.- , , '� g$ gR�� � 1�� I�� I I I sse, , ..,.iMf� hi •I ,I'' ili :o �-,::::®® i:i0o ia::ili 1 ,--,-c��l;®e� l�il 5 1 . , .. r I i .r.mi'@.' iR B RI $°a al�Iwl»,I»a 1111111 I �� Ni- 1 � I - 1 11011® � IIMil 1 *--11111111111111-I :-1�? : Ox1 R�� :1 1��C:11"I I rer RLRi - �. e 1 ��IiI�®I91IIIIIII91Ii1 = I®IIIIII!1u1�1®I R f I g 1, li • l i z1. 1' FI e a �j .?L .•Z I: .€.9 S i I t 1 1.YII F' I, iii _f` x ivTgltiii,..lzi ;� t,5 - "'.0 S B 1211;.;. 1 Fill,r. r S °�a86 &s"!5 * -..5 r K �`� Q _i..Y6 P g,rd . ! T 5e ' IP xs s j f - 4 F: W o ;1i.„€i,ill8 1 FF s .4 y; ; , i I���y 41 I•.� .le,-.41, ; W ` iii s r $�gbx$.a oa2d u s [r l- 7 u CV R�6_S:<rislo-oosMlu.. os�us [tr�i' i Virl .IIiIiLtF = ' = ILL I ,,, Packet Page -2635- 9/10/2013 16.G.3. I ^x 321 :1 ` -ac1 :+ a 1[I 1 li .,1 �6 ® lEic: �l : ®®1c !g: l al niiiiiiiiiiii: I 1 ;' 1 Eta . vl® III : I 11111 iiiiii;ui:i: 1 x iuiiii:iiiiii:i: I I il umit' I L 1 ;iri;i I .����1 : ".Iii n . uI I 0®® hlH l - se:1[I;E:I;I; I :flH .A A 1Lifimi -u! 1 I immoul ®LgU11 G INNINENEgumi 5::::- -;$ IsiiI zrI 1 r 9 iim IN ®®®.IUH I I ®nUI b i Eil lade-Aissa.-ii A iiiiii3I IP H.i.risi Als Ai,' - 111 01II®i110I�nNI!I I " ; I II -, A-'� -- -$A3' Q ;11ili:1: 1A:Si At3 i 'Si',S�� i j l 1I0�!10Iii!I 11 : � u 101 a 1n 1 , �� . $^ I� .17 �:;� ,ICI CEI h IAI1 �a'- I I ] limi cI 1 I commhugmli a Q4�:AY A�g !FIT"7 1"--'4=:.--='ile1;1:1 � g g �. �;I�IN ��� ! I 5 1 !IUI1�I!I! I O N®iIIII��I 1 W 5 � g � ■■ � iaRaARR j �Ri�1� ` *krl :I� � ;:,,,111: I � � Ir f c I ,NAIYA 52 a: !� v SAA Y'1 I ..1 4 mum r S ' 1 I i Ili -�!iUiHHIii - I y 'II - a-' 'aW 4BA:.S; 'St �AIS��A�A�AY A�! f .� '�®10n®®11®IM®nl1i 1 ! " , ' � ''1 I 8 2 i 8 i Fjjt g gT f L':o pl l w a S - (r ! N Q I=iiMni ktripi ;.:- I•. tia -, i: !a! �•, e� �s3 �i m �F ,r tI!iih! 1f;1i iii 'issi .is r'o•e,ti, Zi'1T1 V a_ :,..;...!! N, -,'i O s o _ LIH 1 ` 'o I i j i i t :a i• s i. -` -=i , I a; i t s o € , II : ,., 11 P,, .I a ; ., s 4 Packet Page -2636- 9/10/2013 16.G.3. TAB F COST/PROPOSAL FOR INDEPENDENT FEE ESTIMATE FOR CONSTRUCTION OVERSIGHT Packet Page -2637- 9/10/2013 16.G.3. A COM STAFFING and COST PROPOSAL to AGREEMENT for PROFESSIONAL SERVICES between COLLIER COUNTY and AECOM TECHNICAL SERVICES, Inc. for Independent Fee Estimate: "Construction Phase Services for the Immokalee Regional Airport(IMM) Runway 9-27 Rehabilitation Proiect" August 5, 2013 THIS DOCUMENT is a STAFFING and COST PROPOSAL to Contract 09-5262 County-Wide Engineering Services, executed between Collier County Board of County Commissioners (COUNTY) and AECOM Technical Services, Inc. (CONSULTANT), dated March 9, 2010 (hereafter called "Agreement"). A. BACKGROUND The COUNTY and CONSULTANT have entered into an Agreement to provide professional Amok engineering services for the following engineering disciplines: Aerospace, Chemical, Electrical, Civil General, and Civil Public Utilities. The Agreement provides for specific services to be performed on the basis of a Work Order supported by a proposal prepared by the CONSULTANT and approved by the COUNTY. Professional services are authorized on receipt of an executed Work Order and Notice-to-Proceed. The COUNTY wishes to independently verify the Fee submitted for Construction Phase Services for Runway 9-27 Rehabilitation Project by another Consultant. The construction phase services that comprise the fee that is to be verified by the CONSULTANT includes construction management, construction administration, construction inspection, quality assurance testing (soils, base, concrete and asphalt), Ground Penetrating Radar (GPR) survey, and Federal Aviation Administration (FAA) aerial imaging airspace analysis per FAA Advisory Circulars. B. DESCRIPTION OF ASSIGNMENT The COUNTY has requested CONSULTANT to review the scope of Construction Phase Services for the Runway 9-27 Rehabilitation Project and independently develop a fee to provide these services. Staffing and Cost Proposal pa^P Packet.Page -2638- 9/10/2013 16.G.3. AECOM C. SCOPE OF SERVICES CONSULTANT will perform the following services: 1. Review of contract drawings, specifications and scope of services prepared by the consultant for Construction Phase Services for the Runway 9-27 Rehabilitation Project by another Consultant. 2. Develop labor hours and associated fees for construction phase services that include: Task 1: Construction Administration This task will include the following items: A. Coordinate and attend pre-construction conferences with Contractor and applicable County representative; B. Overall Contract Management, including preparation of Construction Management Plan; C. Issue construction drawings based on awarded alternates; D. Coordinate and attend weekly construction progress meetings; E. Review/Track/Monitor status of: o construction progress o shop drawing submittals o contract document clarification and interpretations (RFIs) o respond or coordinate responses to RFIs o requests for changes to construction cost and/or schedule. F. Review need for field changes and prepare change orders as needed; G. Review testing reports and P-401 testing; H. Review of contractor's schedule and provide contractors with schedule comments; I. Monitor DBE utilization and report compliance to Authority; J. Review compliance with prevailing wage rates and report to Authority; K. Assist Authority in preparation of FAA quarterly construction reports; L. Processing of Progress Payments: o Verify that the work has progressed to the point indicated. o Verify that the work is in substantial compliance with the contract documents_ o Verify that the contractor is entitled to the payment in the recommended amount. o Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien and the Bonding Company's Consent of Payment are included. o Certify the Request for Payment and recommend payment. M. Conduct substantial completion walk-through, prepare punch list and issue certification; N. Confirm project completion with appropriate agencies; O. Coordinate a final review of finished items; P. Provide recommendation of acceptance of the project. Task 2: Construction Observation Services This task will include the following items: A. Attend pre-construction conference; Staffing and Cost Proposal Page 2 Packet Page -2639- 9/10/2013 16.G.3. ��M per FAA AC 150/5300-17C and survey and GIS coordination for FAA AGIS, per FAA AC 150/5300-16A and 150/5300-18C. 4. Estimate costs for construction quality assurance testing for soils and asphalt. 5. Estimate costs for Ground Penetrating Radar (GPR) survey of subsurface in area of runway and taxiway extension. 6. Compile estimated fees and costs for construction phase services and quality assurance testing into complete Independent Fee Estimate. D. DELIVERABLES A cover letter describing the results of our review and pertinent findings, followed by a spreadsheet containing the detailed breakdown of the items that comprise the independent fee estimate that we developed. E. SUBCONSULTANT No subconsultants will be utilized for this Task. F. SCHEDULE The services described herein will commence upon receipt by the CONSULTANT of a Notice- to-Proceed and executed Work Order from the COUNTY. The estimated time required to complete the Independent Fee Estimate is 7 Calendar Days. If the services have not been completed within the above time limit due to delays caused by COUNTY, COUNTY will consider request by CONSULTANT for additional compensation if CONSULTANT'S costs have increased due to the delay. CONSULTANT will observe the time limitations as set forth herein. CONSULTANT will not be responsible for delays beyond CONSULTANT's control, including delays caused by: (1) delays in receiving information from others except CONSULTANT's subconsultants; and (2) delays in obtaining subsequent authorization, approvals and review comments from COUNTY and other governmental agencies. If such a delay should occur, the schedule will be updated and adjusted as mutually agreed upon by CONSULTANT and COUNTY. G. COUNTY RESPONSIBILITIES 1. COUNTY will designate a Project Representative, as COUNTY's representative and primary contact for CONSULTANT. CONSULTANT will rely on COUNTY's designated Project Representative for instructions and approval of CONSULTANTS services. 2. COUNTY will provide CONSULTANT with construction phase scope of services, construction cost estimate, and contract documents for the Runway 9-27 Rehabilitation Project at IMM. Staffing and Cost Proposal Packet Page -2641- 9/10/2013 16.G.3. AECOM per FAA AC 150/5300-17C and survey and GIS coordination for FAA AGIS, per FAA AC 150/5300-16A and 150/5300-18C. 4. Estimate costs for construction quality assurance testing for soils and asphalt. 5. Estimate costs for Ground Penetrating Radar (GPR) survey of subsurface in area of runway and taxiway extension. 6. Compile estimated fees and costs for construction phase services and quality assurance testing into complete Independent Fee Estimate. D. DELIVERABLES A cover letter describing the results of our review and pertinent findings, followed by a spreadsheet containing the detailed breakdown of the items that comprise the independent fee estimate that we developed. E. SUBCONSULTANT No subconsultants will be utilized for this Task. F. SCHEDULE The services described herein will commence upon receipt by the CONSULTANT of a Notice- to-Proceed and executed Work Order from the COUNTY. The estimated time required to complete the Independent Fee Estimate is 7 Calendar Days. If the services have not been completed within the above time limit due to delays caused by COUNTY, COUNTY will consider request by CONSULTANT for additional compensation if CONSULTANT'S costs have increased due to the delay. CONSULTANT will observe the time limitations as set forth herein. CONSULTANT will not be responsible for delays beyond CONSULTANT'S control, including delays caused by: (1) delays in receiving information from others except CONSULTANTS subconsultants; and (2) delays in obtaining subsequent authorization, approvals and review comments from COUNTY and other governmental agencies. If such a delay should occur, the schedule will be updated and adjusted as mutually agreed upon by CONSULTANT and COUNTY. G. COUNTY RESPONSIBILITIES 1. COUNTY will designate a Project Representative, as COUNTY's representative and primary contact for CONSULTANT. CONSULTANT will rely on COUNTY's designated Project Representative for instructions and approval of CONSULTANTS services. 2. COUNTY will provide CONSULTANT with construction phase scope of services, construction cost estimate, and contract documents for the Runway 9-27 Rehabilitation Project at IMM. Staffing and Cost Proposal Packet Page -2641- 9/10/2013 16.G.3. AZCOM H. COMPENSATION For the professional services as set forth in this Staffing and Cost Proposal (proposal), the COUNTY shall compensate the CONSULTANT as provided for in Article 5 of the Agreement. The amount of compensation for engineering services under Task 1 shall not exceed $3,502 and will be billed on a Lump Sum basis. Compensation for the services provided shall be due and payable monthly based upon the work approved by the COUNTY. The total fee is calculated based on the Schedule B — Standard Hourly Rate Schedule for all disciplines, effective March 9, 2010, which is included as an attachment to the County-Wide Engineering Services Contract 09-5262. Certain assumptions have been made in developing the fee for service. To the extent possible, they are stated in this proposal. If changes to the work result in changes on the level of effort presented in this proposal the scope of services and fee budget will be revised by mutual agreement. Attachment No. 1 to this proposal provides a breakdown of the fee calculation. I. OTHER PROVISIONS All provisions contained in the Agreement not specifically modified herein, or in the associated Work Order authorizing this work, shall remain in full force and effect and are incorporated by reference herein. CONSULTANT shall not be responsible for the means, methods, techniques, sequences and procedures utilized to design the bid documents. CONSULTANT shall not be responsible for the means, methods, techniques, sequences, procedures of construction or selection of materials selected by the Contractor or the safety precautions and programs incident to the work of the Contractor. The CONSULTANT shall not guarantee the performance of the Contractor nor be responsible for the acts, errors, omissions, or the failure of the Contractor to perform the construction work in accordance with the Contract Documents. We appreciate the opportunity to provide services to Collier County. Should you have any questions please contact me at 813.627.8252. Proposed by: AECOM Technical Services, Inc 1 Le- Grant, ' V e Preside t Enclosure: Attachment No. 1 —Project Budget Cc: Ron Cavalieri, AECOM Alook Andy Kacer, AECOM Staffing and Cost Proposal Page 5 Packet Page -2642- • 9/10/2013 16.G.3. o WO Pu3 8 e3eQ SS :: r v A . w > c m a'Iea c 0 u U oI Pawe3 dogel-uoN Z m MMh 4,414 NN M ,M ='t: o• 0 a 7 U Q1 :°. a0 m�e !own) pewe3)oq m4,,,,,,,K H M VI M N MM M M V o aialdwoo o 0 .- c :118318c1 9 Q` O noama as vv o 0 C) p'O{MMO)N N N O)O) .D 'a Y N Ie10 ri I. O et lei M - MMMMM N M a 7 sesuedx3;341.40 . . . . CO ft a. M M raaw wN N r c, , N N O a W O tD tD f0 P C 0 0 4001, a Pl O)O)01 N N N M OI a h Y a M,M MMMMM iM M M C 0f a a M a N N N N N :01 N 03 s)noN Iwo fA ... 3uelslsay ulu►p 1111111111111111111 ae�uolo uillillIn��n11III (6LLt))aau!Bu3� I - -I 1: J W 0 (SSLt) +aeulBu3 mitt, Q a. (twit) t.. )a6eueW 3efad hi )e6eueJ joafad)t IIIIIIIIIIIIIIIIII w )aeu6u3 IednuuEmom'u ,i'i Q es C _0 m OI a u CD m M .,.. s e v N it ii -,L =m A O c m . ° Y Q d s n E e mt-1(1§ m.g c m N n 0 m K C_ . GA o m a m E m ti G n W °= c 1 m actu S a. w R . .9.-G . Y! O(A W E t r ?,p E CO 0 `aa ID m m E D O 5p ° n 0 C 1.).> N a m m a, I— n U 4 b c m coo , Dh CD m L w mUUa-u_20'w o QL = m v o o o o o o_p.h C m o � E o o f �.t a n ° r N o u m iq O — C u x o o yo 0 m o m=o o•U.- 1 a E E 15 R e ao 0 0 0 y 0 0 n w m o° m iO v o: N,iwwwc)?o_ o V _ E r N Ni of Ol C tri tO OD, CO H Packet Page -2643- • 9/10/2013 16.G.3. L1l Lf1 0 1 N O O N Ln 1.11 O1 O1 N O O ei N O 00 LD Lf1 Ln M N O 03 0 LO I/1 Ln . --i 01 O LD N N M ei 01 O N LD N N 0 Q o m M M N M M O co" M `- .--I 00 - . V in M M e-I M itr Ln Ln N N O O 01 Ln Ln N N N O O t0 N O Lf) LD Ln Ln 01 N O Ln M LD Ln Ln M i-i 01 rn LD N N Lit e-I al M SO ID N N I- 00 N M e-■ e-■ r 00 N cr' M ,--I Q \ M - M 00 M ,, m M N 0 Lfl M en .r. M 00 U- 0 0 LO in O O ei O O LO LD Ln O O I.. Ln 4-i St N O O M Ln e-1 7' N O O N M 00 C' M Lf) Ln 01 M 00 c in m Ln Ln 4J o N e-i I D N N t0 N. s-i .0 LI) N N 0 C 0 LD N Lf) LD en C O ei ei 0 .. LO r.+ = N LD '0 O O N N LD O O N co L. 00 N O O LD Ln 00 N O O to N O1 Ln Lf1 M ›, ,--I N O1 Ln Ln en of > M O Lr) N N Lp M O Lf1 N Ni" C Q o N p N N N N O N N N 3 W 001 LID' tG ° to tp 01 E O1 3 C _ NJ LD Lf1 LD 01 O O ell O NJ lD e-I LO -D O1 co co 01 _ L in O 01 Ol �r Cr' O O 01 O O Ol d- cr r cr O O M 0 N Ln co LD ' ,. N O O N e•I Ln O N C Lrl N O O 00 E o I I fn 00 co' Ln' rY1 Ln Ln O • m 0o N Ln rv1 M Lri Lr M N I— N 00 rI N N N N N M e-4 '7 N N N W O C m v) N LD LD in en N N in LD 0 v 00 h G 0 lD lfl ^ t\ LID' CO' .- g Q-cs D c L4.-CS e'Ll N M I— u t O Cm« of C) 00 O tt c 9 C V -cu C fa C co .,- -a C _, o) O1 N I— 0a +' *' — Q C C C 0 >- O C 0 LL co C -a c(o = z Cr 3 to Q @ Q �. p ' ,......CV .a r0 O C C co O 0) -C c CO m '_ 0 co in cn W Y Q u1 W +L+ Q a-, C VI CC N !O N = m 00 a) c O CO N 4 a1 v Z CU V Y - C .a.� O ,N V Y \ C .p +� Q CJ .a C MO p _0 a) c aD c do p In -o aJ O U LQi ._ _ .� — ._ O Cl) L v 0Q Q O C 0D M E p an L C a) Z .� L C J d a) ar 00 Q C Q N a) aJ a� a� O Q a1 a1 L C i cm a) TO Cti C Q Q c ~Q Q c° p < O C i W U it LL W I- - W U LL LL W Q W * Z Packet Page -2644- 9/10/2013 16.G.3. Base Bid Alternatives Base Bid 75'Wide RW #1 #2 #3 100'Wide RW Construction 3,525,112.72 705,154.88 1,928,061.12 530,365.97 4,068,659.07 CEI 473,499.00 96,405.00 150,997.00 57,195.00 473,499.00 FAA Ineligable 15,445.50 543,546.35 FAA Ineligable 15,445.50 558,991.85 Independent Fee Est. 3,502 Administration 25,000 Environmental 5,000 15,000 5,000 NOTE: Will request 80%of FAA ineligible costs from FOOT Packet Page -2645- 9/10/2013 16.G.3. OMB Number.4040-0004 Expiration Date:03/31/2012 Application for Federal Assistance SF-424 * 1. Type of Submission *2.Type of Application *If Revision,select appropriate letter(s): licant 18-Corrected State/applicant levels s. ❑ Preapplication 11 New PP funding ❑ Application ❑ Continuation *Other(Specify) 0 Changed/Corrected Application is Revision 18-Corrected State/applicant funding levels *3. Date Received: 4. Application Identifier: 5a. Federal Entity Identifier: *5b.Federal Award Identifier: State Use Only: 6. Date Received by State: 7. State Application Identifier: 8.APPLICANT INFORMATION: *a. Legal Name: *b. Employer/Taxpayer Identification Number(EIN/TIN): *c. Organizational DUNS: 59-6000558 076997790 d.Address: *Streets: 2005 Mainsail Drive, Suite 1 Street 2: *City: Naples County: Collier *State: Florida Province: Country: USA *Zip/Postal Code: 34114 e. Organizational Unit: Department Name: I Division Name: Board of County Commissioners Airport Authority- Immokalee Regional Airport f. Name and contact information of person to be contacted on matters involving this application: Prefix: Mr. First Name: Thomas Middle Name: C *Last Name: Curry Suffix: Title: Executive Director Organizational Affiliation: *Telephone Number: (239)642-7878 Ext. 35 Fax Number: (239) 394-3515 *Email: ChrisCurrycollierciov.net Packet Page -2646- 9/10/2013 16.G.3. OMB Number.4040-0004 Expiration Date:03/31/2012 /Application for Federal Assistance SF-424 9.Type of Applicant 1:Select Applicant Type: - Select One - i Type of Applicant 2: Select Applicant Type: -Select One- Type of Applicant 3:Select Applicant Type: -Select One - *Other(specify): * 10. Name of Federal Agency: Federal Aviation Administration 11. Catalog of Federal Domestic Assistance Number: 20.106 CFDA Title: Airport Improvement Program 12. Funding Opportunity Number: Title: 13. Competition Identification Number: Title: 14. Areas Affected by Project(Cities, Counties, States,etc.): Immokalee Regional Airport, Immokalee, Collier County, Florida * 15. Descriptive Title of Applicant's Project: Rehabilitate Runway 9/27 at IMM -Construction Phase. Reconstruct Runway 9/27 including Runway shift. Taxiway B and B-1 alteration/construction, site grading, drainage improvements, airfield lighting improvements, installation of electrical back-up generator, REILS, PAPIS and hold and blast pads. Attach supporting documents as specified in agency instructions. Packet Page -2647- 9/10/2013 16.G.3. OMB Number:4040-0004 Expiration Date:03/31/2012 Application for Federal Assistance SF-424 r 16. Congressional Districts Of: *a.Applicant 14 *b. Program/Project: 25 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: *a. Start Date: October 1, 2013 *b. End Date: August 2014 18. Estimated Funding ($): *a. Federal $6,754,362.00 *b.Applicant $487,041.00 *c. State *d. Local $822,436.00 *e. Other *f. Program Income *g. TOTAL $8,063,839.00 *19.Is Application Subject to Review By State Under Executive Order 12372 Process? El a.This application was made available to the State under the Executive Order 12372 Process for review on 12 b. Program is subject to E.O. 12372 but has not been selected by the State for review. [] c. Program is not covered by E.O. 12372. *20. Is the Applicant Delinquent On Any Federal Debt? (If"Yes", provide explanation.) ❑ Yes 1§1 No 21. *By signing this application, I certify(1)to the statements contained in the list of certifications**and (2)that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to comply with any resulting terms if I accept an award. I am aware that any false,fictitious,or fraudulent statements or claims may subject me to criminal, civil,or administrative penalties. (U.S. Code, Title 218, Section 1001). Q **I AGREE **The list of certifications and assurances, or an intemet site where you may obtain this list, is contained in the announcement or agency specific instructions. Authorized Representative: Prefix: mi.. *First Name: Leo Middle Name: E. *Last Name: Ochs Suffix: Jr. *Title: County Manager I *Telephone Number: (239) 252-8363 Fax Number: (239) 252-4010 *Email: LeoOchs(c�colliergov.net *Signature of Authorized Representative: Q�j' Date Signed:8/26/2013 • Packet Page -2648- ..... 9/10/2013 16.G.3. .--.34c-- ,.„ 7 • .* -:.,1 7 ,.7..--- , \ , ,,-,i, . , ' , ' --4 ,z, .. .4r li. c 10 • 4 ' - '--..... V "4 , ° "Alt- •I''' 0. ---** - ,.., ,.. N. ..„. - , -,r ..... ..,, llia. ■ kterg,?' °°,,,,, ......, - ..- . N ' ' , , r110•4t. , 111-'-‘ . , .—,......„, , :..., . - -- 411be "- # -, ,,,e- .-",..,'":•:' . .... .- ... Bid for Collier County Government, Collier County *wow(Wier'. IMMOKALEE AIRPORT RUNWAY Avow v tizogAntes it copy CONSTRUCTION 9-27 1,41kirizintimu „.,. 11.0.1.. Building Since 1897 County Bid No. 13-61124 Bid Submittal Deadline:August 9, 2013, at 2:30 pm Local Time ',1 , i , ' . - 1 , `, 16 `•,,, t i '- ,, ,-,_ !,-. : ,,, -, • :, , - . Packet Page-2649- 9/10/2013 16.G.3. .06.41,4011(101ps. 401.00 Over 30 Years of Building Quality & Trust in Southwest Florida filt, Fort Myer5 34-1 7-ort. Grand Rapids -e Naples Punta GorGa 1T : L33C slow wwwowen - ames - kimball ‘ corn Packet Page -2650- ......... 9/10/2013 16.G.3. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA immokalee Airport Runway Construction 9-27 BID NO.13-6124 Full Name of BiOder0-A-K Ronda, Inc dba Owen-Ames-Kimball Company Main Business Address 11941 Fairway Lakes Drive. Fort Myers. FL 33913 Place of Business Florida Telephone No, 239-561-4141 Fax No,239-561-41 A1 State Contractor's License# CGC60615 State of Florida Certificate of Authority Document Number F74005 Federal Tax Identification Number ?)..:-2190605 DUNS# 032603284_ CCR# Cane Code 566,2 To BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Did as principals are those named herein, that this Bid is submitted without collusion ve!th enV otrIE:T nerson, firm or corporation; that it has carefully examined the:beaten of the proposed‘,A,Iont, tne proposed foz-m of Agreement and all other Contract Documents and Bonds, and ',7;ortract Drawings and Specifications Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement ncluded in the Bidding Documents, to provide all necessary machinery, toois, apparatus and otne: means tat construction, including utility and transportation services necessary to do nil the Won; and furnish all the matoriais and equipment specified or referred to in the Contract Biocumems in the manner and time herein prescribed and according to the requilements of the Owner az therein set forth, furnish the C.7,antracmr's Bonds. arid irlS1.2r1311ZEt spezilied Conditions of the Contract, and to do a other things required of the ComTacric7 Documents, and that It wirt take full payment thz sums set forth in the folic:win::: Bid Bdried....ile Unit prices shall be provided in no more than two decimal points., and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. I 3-6124 imrnriraitc,Aimmt Rurwr.ix Packet Page -2651- 9/10/2013 16.G.3. ...,...._ _....., .. ... , ._., ..„,„.... I' ii", I gi ..2.-; i -`-;', I-,T1 .,7',',I ';'."". ,‘„:..,1 '',', ':1. ,-T! '. k::. 1.,;, ' ti:1..V.i F:'• i'--;"; -Ig 1'-,..7 le.'; '1' 13 i .,,: ilLP; - i..-4, .Figi ,a. •'.7. • -;,:,:dr.'"- 1 '4.'" `, F1611 . 11-iii.2,tI ::. s'...!,41•4i5 a ,.. , , 7,,.1 ....-1 ,:,--- ,..;,-1,... -, „-!-• Li: - ,p. 1,4,..=. :rl i....°., - -,-,,. . ,r, , .4 . ,. -- , • .,- ;„0,,-,. = - ...; , : ,. , -0,.,,,,,,,,, ,,,,,.,, .... ,. , , , i , . ; ,F..,,,,,,,,i • - , ,,f,,, ,,... 1 !. , , ' , ...;,i. ,:. , , : ,., : .,.- i-", I ' ; ',. ' ,' 1 ; , i I ": • '' I 1 , ,.'f............ '..„...,... ..,. , , I ' :: • ',. „,.__.......___-_-. ' ' : f , i o: ' .3 "n; / ; X' '33- ' - ' ./:K. I-12, !..•:'',. r,F;;; ••;"'.. -!„.9 ;-.7--, A-i K: ".wi,; i it-,-' ;14:-..7, i.1.,::"I''7.: ',.4"i -..'"' I;;","t'i!. ,.s....'",, ,-;..:,1 4--.T.:,:,-,,,c,,,;,i 1.;".-,","--7.,,,i. .7...,. , „..,„--- i. c....; ; ..r."... ' "=„4" I 464, ..."' ,..,, :a, ,-,-- h„,". ...,:. . „... ..,-,4 3 = c ;33, 3- 3 k", 't'':' 'v"/' 'z ! '3"3, '•633,' 34.i 4Z 4.-,g ii,-,, - , ' ' iti;,,,.. 1 r.., ,s,..- :„ ,,..-,i,.. - ... ,,„,„, 1,,:s.„- ,,,',„.•4",.. : .is, ',.,,,,I In'r;,,,I, tr.,.,4,,, lex, ,...i.;,,.. ,i te 1-,e,i;4 i aosk i ,,,. ! i i ,.,-,i ‘,",.-..,,,, - "' i•,.."., , 0, •'' • ,e, e,.. — , , , , ".• ,, ::: I '' : . , . . 4", , , 1 ' ft."I :.;;; I 4-::::: -, ,--. = I:.7.., r.--... /.: - 1'',T4„; ;'g 1$4 I .z.:7... 1 r:s1r2ra. c., 11 ,.....t.,.,, ,:. ... : i.. b .._'- 3•0 '!--1; ,.:',". .: _ - 1 ,...,,t,,, ',..,.. . . ". ,„..„ „ -.4., ,..,. ,'as,„. ';'d '-' "'''' „....- - --,,, 1; ''''''3 ! ',, , _; ; ' ;; 1 , ' ; ; ' —,...._....--1---4,3*,....—±—,..,.,,....--.1 , 1 ''3;" („,'„, 7-'4 --- . ' ''"';'1 1-':'''': ', '''.'' „'".2 1 1".1 ..":1 2,3 'tr.;; ,'''`'.. ; -..--7 yr t, C,...‘;!,„:*,° i i'21 I ...,i —, '7; - i•"°°' " Z", . 1 1 1 . . , . . . . . . . . . . . . . . . . . . _ . . , • , ',...,7 1 , " ! i 1 :, • ' 4--'4 -......• ' . . ' ... 7 ; ' ' 1. 4.,11-7 ' I C...... i • . ', . _ . . . • . , I.,,; ,... . 1 ' 1■;;, i :t.', ' . I ; i ' ,, = I " ;..- ''''' 1 , I , 7.<,■ o' 4.-= , ,...;„.1.1 7.7, = ; :',.', .,:; , • 1 - ! : ' ' • ' 1 ;Z. , i ; ; ,, , : ; ,,.„. ; — ,, -,i,,,,, i ".• li''''''.I, ''' 1 4.-- ' ! ", I 2 I,,747 • : ,-_7. .1';'; ' : ' i ' , , , ',, ; L' ; Z3. : 3": ', '333 -7,! ' '3:.:3 ' 7 ' 3.33. 3.--:. ! '-': i ! ' ' ; ' ;3*/:"'; ''''' • ; ''''; `77' ; .; ; ? ,,... ; ::' ; 3., 1 3'3° ., " .t-t', . ,,,, •.:; ; -.;;,„ ; - • ...4 3*_. ; • •': : 5, 1 - :, .. : -..., = : 7- : -,,,, : ,;=.-- _ L: : :,--:: '',.-::- - :r.„-: i:4 :-;;:t,: :-:: : , - : : L; if "; ; . z', ":-;.; ; '.."-,, i `..•.5 --="1:7,7; t'•. '. II't", ;:,..:: .:,- ; -_-_- -_- i";:., :!---". 1 ::: ;•: 1 ;,', .4. : 1 ..7.: 1 ;;:- IL i r.: : 1 •;:. . "- : ;.'. 1 .::: :.1-..i.' ' '7; .7 -;:--- :F,:::. r, : t-i :::' :-- : '?-: t--; , ::, , 17:: : , , :,_ : :,, : a. ,.:•.---. --.., 5. ..... ':,-', 7.- .,, .., :1-:,.'. -,,. - 1:3 3 Z /5 " ii /3,•=1 ,, f; , ', ,3': . "4';' :.L.3 ;:.'"`-' . `:; i 4.:. '7.3; -- ''' '3/' ' 3 C: ' -. ;-•': , ;-Z: . :37 ;. = :;;.:3 3,3: 3',.3.: '43 3:1 '" 33" °' - - - - - ' 3°,3 "3;3 3-i 7- 31 3- L''' 3.i . 3--, .3 ' ,23 ; 3„ 3•3,-• 1 F.-. : rj '''' I'''' Z.=' : . ' -',". ::: 711,' ,;:;:' ' ...',7 ''; ''''''■ ' '',..' ''''-', ; .2-1 ■ It. ':'2,-", '"L'‘''', . -' ". ...; ;.',I. '# ; # ,,F3 ;t- ,,- ' 2 C,..::. , :,';',..' ;;-.; 7,,,1 '5... " ',; ,'',77, ',,'„', I .,..7; ,',- ''"' I-;,',, . ":"?: ", "-:'. : ;,''',1 ,?''''I ';;-,-.'";s" ti . •-•.V-5 .41 fif. i";:ir-;I:12 :•T, ' ;'= - 77-1 . ;;;.--',17., I I7L;"„It-I.ztit..; !5,>. 1'. .i.,r---, it''' ',.-t-L,Lt • . • Cl ";-- 1 - 1,"---' .i ',......' -'-' 1Ulli--" ;--,,r• ;.„,.:: I ..::: .,..7.5. :<I :,..,.,,I.,,,-L..f.,....,,,„,7,:::■.- I'-', '',', • , '' i ', . t 1 . I..., i ...,. 4 ' - '' -•••,'; ',, --t: : `4, ' '''''.i.`"'HC7 !: ''''i7.,, 1 -7,H,:,';,,';'1 ,7;1`,::; : ;,,', !.-.,:i;,.4 .,-: ,,Fi,, ,,-.. , -V:. '1.::: / ',''' !-;?., '‘,: i :;', `'..:. ;, ,:,-;'.,..=,-1 ; :' '; '721; ' '11." : ''''' 11';.;•`! ''''=: ;:!;::' : 'r: i''''' I -1'' ."' ''' ':',' 1 'I', ; . ''; ',4,', ;'';'1'! DLISH2li-;;;.-„, ',,:',..,! ::fili;21, F.--;.." ,,P.;•F.-.' -(...:1 ---- i '.....:1. h ! :.---- ;; •6..:, ,..- i,....;,1,F„ic,. ;.;1:,. .L.1 .-,....,. 1 ..:,: :: -.; ,..,- , :- '7 : ::.—,71 7 i;34 3 L 3 3L, 'I:3.. :3:3. ; A ,i'',' r..1 ,,.7 7.,' ',.r!,' '!'.!,!! . = !! :' i :: : 7. : - :•• I-: : .7;- -„--.. ,ri. i. ;fi.1 4,... .:„ i e2-,=',. .H- :z- • - i-.. - ; : i =- - - .11414/0, Packet Page -2652- . . . .. . . . . ,,,,_.......... . ..... . 9/10/2013 16.G.3. ....,_„.,..... .........„.„.._ . 1 • ,..,i`''' •,..• . ,.-, =••. !,,,,.,..,•, ,: .. ,,,,.; ,.,.- _. , ,--- I -- . , r_, i ;•-•, 0.-,,..7.,r 1 e! ,-, -- - ,,,,' , - : vi' K^a ..-, .'''F, -- ''''.• i ''''. '''' 4''''..!f71 t'f4 i ii ,".; ';'; i :':' '7.1' :::t ' [,; i ill 47.,.:-.r !0:. "... L:', -,..:- 1 °‘', .. e . 6.. e i '`,-......i'..-':. ,"",". -2...! "..,;,.&......o,1,„.„.„,,i....,,,,,,,,,,: ,,,.;_s'; ,,,,,-; I '-',,,.,•; 1 -'" ...;" 4,5'''' 1 ,,,,,,,I. ,,,,--1 io,i.,,...I*0., ,,,,.." 1 ...''' 1 ,,,,,,'. .> 5..;',. : 1'". i 1 . : F' I' ' . . , : , , ;• 1 , .-- • _ 1 r...., 4. i",,,, f--; 7 c12 ",:::, 1 1,..„,-, .....''' t,-; i r.: 1 .'. R. F.',, ' . -t,'''' .141 ' 1 1 1 .4- ' ,i,s, '. ea 4/,,;;5.4 I sit i;an, ni .; , ;;A : ..,i „ , , , I ,,, te) ', ',,e, i • 41 ' , ; ' " '' • , 1 F ■ , n :',, 1 ;..... 1 i I ..,. , _ .. , .. "J: .4, ' :.Zi. - i . . ' ; 7,-' fr,,,7' ;,„„ :',,, 1 ;,..,' I - i 1 ' '...' • —,,,.. 1,-7t ;— - ;r:.; .77..- -±'. 5.,,,., L''-',- .,- ,. , -., : , i ‘,..,:.= r,-.7,-, ,F.',:. ''''..: 7 .'7, •=1: ''''=' = ;,;.,; - U ... '=;5:= ! , ', =-,.,11-..' -="•::=.!." :====:-; ' .,-,4-, = ',--.`-- ::^:"4', ',",, rf< r,7<.<:.7::: ' : .>i2 i i m Ito:,.-: :72- :‘,: : 1 "''.'7: i' ^.1-- ,:.•-•L' 7-, :. '.'::. 1 r. 1 r'',7.17", •,:: ° --I''557- i ::57, 4 4',..,77. ' 41. ' 1 ::.:.-,', '-.54-,l'-'.. °, "," i ,,,,,' .-1,-'‘ , '-',.. ■''', '''',, 11.3.! ',": ,,C, ■ ,-' ‘11" '.. . ' 1 ,,,, ',.. !).= 11:, ■Z'Z':, -=;* '''''',. "4. !:t.-.. t,r--.,', Z:, :,.;,, , :,... ,'. -'.' , ,r,_I ;',.F.,7 -7- r..•••. •-,-,... -.•-•, . 7,;.. ,,.,•:„.1.= ;„,,,..-......,. . -.',. i ......": : ;....-. r.."...:LA,::'_'' ,_:, ,,. :-..55,-: ,i5, ' 7,, 5-, • ..''. -5 - ..,... 7 i ... :^<, ....'. .:: ::: -,7 7,- .... ...:. L. .:....,.., ..:-. ,,1.... --„ t , t ... 1 "..'. , . ... ,.--, :,..., . - 5. ',.. 4 •.-2, " - ' ',.f. 1: ':3 T.,::(11;...2; :,..1,...-:I E.--, , ....: i T. :ft ^- ' _', '-' .!:' ;::-: , _,..,i ,.' ,.;:<.,i It. ti:.:44.....,- .. _.---;w .:;,-‘:,; ', ',..e..5,,T ,..„,-'7 i, '.i 7, . ........, ; ;7 —.7,.. ; '-"'— ,.' :i . ' "=,., — --r.,; ',7.; ;•,;- ,7,;?..','.±,7";' --. 1., .••ELF!'.,.. 7 ' . *. ',,,. 7 1 :'..:..._ :5'-''',1 f 1 5=_,, 5'75",,•‘',. .=',5, Z, 1 .`''. ' Z; -,',.,;-''. t.g.5 i ':7%, ! 7." '5 r' 4 L;7:-._ .,,. '...... ,,,..:,-,7. 11-' r'i ',..'s'. ..,,1 z.....'.'r.3,7;'. :=5. .4 !. ..1.., i"..-,, ,--_,2,2,:....._.-,4 -2 -."-,.---,!.- . ... - ,.'-•,- ',',:._;.,;,..,..;--'-''' ..'..,...,........-^,.........-....;,,...--..:_1--..--....,......-..............._&- ..-4------.-- 1 , , i _ . .... ..: ---.., : , , , ',_ _ „,., , ,,, , - '. -,- , -,, 1'77,' '''',..;:.'-- e':,„ *IT ' :,-,.. ,,,, !, ,■,, ',. V: -,-, ; ,IT. 1:7-' -- ! --,--. ! _ : „:., , L - 4.,.... Packet Page -2653- ,._ . 9/10/2013 16.G.3. ...... ............... ..............._.,, ........„.__ ___._____, , .._,...,......... _„................___ _ A**, : . 2 ; 2 5-4 r5; a -;-: '8 13 `-g-3 €';1?-;: 8 Lel ;' F;;-5'- ; : e I -=. : 4 - -. ,-. , , -, - ..,„--, , ; . . . ,-,; -.; " r....,,-.;Ir. ' ■-• , ;7 ,3 giF4i7:. ; ;z7: 17„i ' ;',:--H.,sgig ;-.;: i:11 -2: v 41 !,zgi2, -.;.;;151; ',-21;;:-S- i21 *, 1 :, -,;:4-( 1 ;,;±--ilpi ,;113. 1z.11 ,,,.• :.--, r, , ,,i ,,,,, , . :;;L!'fli !,i ,,11- ;;;1..7. ;;;;;`;i: -.;-• I'L': :1' t „ .._1:, .. ,, -. f--h;;;;r4! ;.:1-4, 4.1. ., ! 1 I...7 1"2 45;1 .4 1 44. in 1 Zi"., -,.;,' ,,,,,, I I irt I - ! . . et. *I!C,...1. I ' 'I.9 i;:::,..1 4'::>-, :,' , 1 , ! . ,,%I '...-! I t4.1 i 'I.' !** . ; I''' I ! . i . , ! ' . • . ! : ', i ' ! ', i ', • I ,._. 1 . i,.. ,._. , , . -1 - , , i , -,j c:1 r L',-... i -- i. .,.., ,,,, -,;,r,i .,1 .., 1 . e I c..; ' .e,:.; . ,- .: ,:-, :53. .,..,•,i,.4 .,,... r-; „s,-, 4-. 7:: F.,'..;,,,, 1,:::,c,F.;;4,71, -;,,, ; t..,,, ,tli Q N.- .i: .,;.i..i f 52.1 ,7: :''• ; 7, '"'' ' ;to-i F,i',3.' ' ' I i " " . • i, ,,_i• ' - ' ; ; ; ; __L„...,_i • ; ' ,,,,,,,_4 1 ; 1 1 ,',,,., i " ; ;', ; r! ''". , ; , 74.4 : ', ', " 4-4- 1 ; -------T-7--- ; - i ; • 1 i . ; ... :::,-;;..•;.;:: ; ; ; , : ; ; ; , ; - ; : , ; 1 . . , . i . ,,,...,-.---,;!. . ,-, :...... ; ;;: i : ,..,,,, ; ?,;;;;Iw, "ef,l 'arig. ":7.; ;,; ...,":&;;IE3; !•11 .,,IC3. 's-:;; :-.., '3'-.•,,i 2. p ... I 2 I ...... r.. ii,. .-"e : ' '. ": : I' i i '"' 1 , i : " ; .- ' : , l '• : , ! I , ...., =:^", .— .PY'l 1 , ', • : • • ' '; 1 : . 1 ' , 1 . • , : i i ' , ' 1 1 Atek ;- „7-; ;- ;- 14-', 4, 1'''''' ''''''' , '''. 7: , '''..". 1 * ,*',* ' '',-•!'4" :L- ','': .-, ' '',7. i 4,.. : !C., ! ...... 1 :"." ' f...-,1 ill . "..." . i'''''', '''',! ....." ...1 xj , ..... j — j —, .1' ""," .I."' ,{' '''!"! ! i i ■ j . ! I._ ! I . , i .1_,_:,- ki : 1111111..,,,j _,„,, ,;:-.-: • • . r . , .-„,,,• ,L- ,,,.. ■ -:',.: , ; ! , ', , : ', 111 , : 1 , , . , . : -g,..-, ' , , . 1 • ' ' 1 , , , „, - . , . ■ - . . , • 1 ' I . ' '.';' i:=--.." . , . , , ., ;"1." . . ' . C . ,,. ....„ !..., 11 ',',,,,,!,-,.... ...;;;;;;:;., ; : : : ;. . ; i ; I '... ; 1.•;,,i ; ' ; I 1 , .... ..._ _ . , . ,.... . . . F .Er. ! .±.•'' ' ,7e 1: '. ' : 1;4:, , ::;; I .2,'1-.,1 i ; 1- ; =: ::',,:: ......t. '. 1 i ; 1 : ; ;''.iv-t. u. ; ';;;;•- ;c)'',- ;1:;': F; ' ' ' 1.7:“,L; j:;..;: .i-.‘ ' 1 i '- 1 • ' L: ' ;=', ' 4 I ' 1 ; ' i • . .;: ,,; '":4', ;''''' 1,..1-,;.! 1;:.-:, ^.:2"; ' ' , 1,... ";-, ! 17.-. 1 '7', ,; ;-.;!, 1 i',. ..:1'.,,7.-..; ','47.-. „,' i I ' 1 ..„.1 I .4 '',• ;2' ' `1"; ; ::' ';" ;-; 1 "'',: : ; 171; ;:'-',1 ; ;;F';I ,..P i; .1: ; ; :: • ','" ; '1.';' ;''''' •-' ' I : ' 7,1 , ,-,.. . 5 U,7;', 1 ' *:" ,- '1, '..i; :;-..-: ;','=:' ;,-- ' ;;;; ' ,1-1 ::: E; ; 1 *' :,1 7 ii: " "= -;.•!; - ' : '.;:, : ";" '-.;-. 1 ; ..? .• ' F; ' . :",- "' '— ' — , °- -"L — i ..: L.:.... r!'i' "i- -,.... I, j 1" LT. . r' "‹. ".": . c' ■ '4,,,',,,Z '44: i :4> :::. ';4,':::',, ' 4:! -'7+: i 4:4 '.t.',. `;.';' ''" 1 '!'', '+', 1 C't ■ ,'-'" '., ... '. '7- i 0 E-: ... „, . ,„ ,_ _ .., - „, ,,,,': ,':', ' ',„' "!': *" , ■ ,'• `*"..' --", .L,1 ._ ' ..," i :...:, ' F,`., .+4', ! ''''.." , ..r., ;,7"..., ••, . ';,:".: ; :.= ' " %,.- ;. a' . •.,." • ".., .:.;" ":..,,, ‘,". < ...at.'' ',- ...' ''... 1 Zr : 4.= ; -, --.. .-, ..,.- , ..1:: 7- --.; =• - -. .. 4 ....,. ; .++ +.4, ...' , +4 .-4 t ', , 1 +7-' 4;"' ' ' < 44-;* 1 ',4: 'Z":" 44"- 4 '''' '''' ' . t'+' ', 4';`:' '47" ' ;it ;;1 72• ' r;-,''1.'7 'i-;::,; t-': ; •=7 ' -; :'F; ;;FL' -12:'' .."..; ,,' ,...., .. „ ••.; ..,-. _ I - 4 , ; -I , ; -,'1.. :.. 0,-, -.- 1 :-.; - i-- ,.-- - ' 7, ;,". 7 .■"'" '''' '4.'"i - . .' ■" -, , .." 1 ....; 4 ' " I "j ',.I j ,.... c,i th. i;'....7;; ; 't.- 'i =.1'• 7' 7' ' c' 1'''1 : ; i",;171•7 '61 '.Z.7"I ."'"'' i7;'' L'77, ' rt- 1"71.-I ! :el' Sr) 44 I...." rti j XI}in" in ti."' -- tenin C,4! CS 1 64,I .„"1 - ."4'. 6 -: f .- I +.• .- 1* ', .7! .-- - - ''''- "7;• '',' ! ‘.' ''?, ''4 ,;,... :', ,L, 1,,..., ;, ;,,,:: " ,z1 i ;,:.1, i.2 , ,,,,-.. 1...Li4 .,.: i,,H ,L. A.„1 .,,LI-L,,r,z, z,..', i ',. ,',,L ; ,..;,_ ,0....i n..,!. '.!... a. ,N. ...7;,; I c.3; r. ,...,, -, ...., ...■.-, Amok Packet Page -2654- .. . .. . . ........, .. _ . ...... , 9/10/2013 16.G.3. . ■ V.7-1 i ; ;.. i .. .,... r, ,-; r"., ; ..,"7:-:: I E f'-':: ;; 8; , ...-, :", -- i 7 ...,"- ; :."," ,,,,, ; 4, ,--• '- .',., ,7„..-, .F,,r.,,,,,.., .._,,,r,,,,, ,,k7:,; I,.--.,:.! ,,,,,,ny, :,.,, , E;:,, • r.: i ,,,,„,,... ,i ,-.4, 1... .,,,--: a,, : ,,,,,,:: 1 i.,,,',. i -#, -.... i ',;-; .:. 4 -4 ,„ 4 i i 1 I . I , . I " ' . L_ 1 „ . I t„:__ ''.;,-- --- I _ ., .,,, i i _ „ ,..., , ,7, -c-.; :kg .1 Pf. 1 2.3' I, 23. I 72 ; .;,-i ! ;:: , v-- .r•' ::, i '''; ...-..• ,;,. : - a•-. ,.,':::! R i ? ''';', '`, : '- r :17) 1,-;; i --:-:: i .4:: / =., „,,, -, - . -6 -, - i _.,eb ; .1.‘,,,, 1 1,.,,--, ; 1'4 ,,,,,; , --, : ---; , / / •-t-/...,,, ' ,t-t ' ig : - :, t,•;„/,.. / 'tt, : ::://, ... 1 ;,;;4 • ;f.? ,''''' ; ;..„. . ;;,,, ,,,,, -;;; , . .4.•I , . . i . ...,, , ..-,..,, , _ . .,,, , .. : F. , ,_ 1 .'.."1 :,,... I ,..7... j .,-,:. : F.: i,", r , i • - •:: 1 ... • . rr,4„.•si . -...,, , • - : -- ' 1 : i -, ; ,..; i I I ■ 'L;';', '-';',' "7:7, 'E.5 ., : ,•• ' ''' I: I': ;',. '''' ; " ' -1_,L: I i J ', i_ 4_,'_-__1..„.......,;,....„„_„.t.. i - • I--t. tt...;;, 7t, - :.,:. ; I • t:-.:, 1 :-.•:: I 1 1 ::: ; f . • 7 '.7 _„;,, 1 . " i :... , ' ':'•,,',2: Se:,...." . 7,:.12. ' '‘. ' , 1,:::' T-.' 15-• -.:• I : _ : - :•:_, t I tr t I I i • ,..; , ,.. .; ; .•, ,-;,:t 1-4., r„:!-.;‘ , .3r, ' —, E. ' -, i '' ' ' — •-- = ,,,:.:, , ',,.',. !.. , ::.,: 1 Li i .;:i' z , ;.:=.' ; ,:.; , • ; ; ..*;;2' , 1.2'-'' ',,,,,;-..:' , , -. -- ',' .-- 1.-,. 1. ,", ,i, ,',,", 7, ;;;.";,'i ir";•",:7`". ,;Z: ,..',' ' rj ',: ;;;:',.. " 7 ' ;•;; ' : i "FS'7 " i: ':-; ::'""''''i , ,, . C. :1-II. j , - -,-;-, :6,;.:3, :::,:-.,, , .;;1., ,-; ; ,..,..: : 17 •,; ;;,.., ; ...:-, , ...;°.„ , ; : ::-.,...—: I ' :ilf',;_i ' ' ', ',, 2:".'''',4 FT:,"..' '.'-'7.:.:;-:. : E rst -t i -.:I2 I' ;•-1": I ;-"::::- 1 I'--I-t 1 I ' i.-Ii'''''' 1: '•,'ILI:-I-T:= 1,7--,/,'r.;-'7,;' ' '' i,,-:-.1::. ' I i -7:-ti 1`;;-`:=•,•,: :;,':':-=,..-: t-: , t-t; 1 7.: I rt ' :7, , _::, I ;L: I, 1 iL,...--: ' ;.'It:7f 1;,,,, ; , I ti!-; ; ' , , •:-/;:.:::::, e e,'.."' ','i..,..,—° ■ ''''', ,, e'''', 1 t , ?r--' ' "7,"'.: ' 7.; ' -';'-'... '''''' i ''' 1 ),:,:—', 7_,,- 7.,:, ,e,,,, ',;„ i ,7..- : .,7;.; , .74. Tr:: ‹ . 7 I. ' .: '`...-_-"-:,1 . L "• ;"--;-,7 - ' - :-.... --.:"7, - '. '''.' - : :':. .". : ,-,,, ! .-.., r‘.:. -;.::: ":„.1; ; - 7 : „.,„:',. - ;;";:, ",.7,-:,6` • r.: ' :, Y.!,, .7.',:".;:: ;.:7;;; ..,-.-",7 ' ,..','. '''-.7. ":',i,=,' i .-,.7'. , -'i"- .F. a7 , ,• ': ., ,, -:: .4" '.7: ;v.':-.- ; , ,-_„: - . _ :: '7... _': ;; 4, '.'-'- 1 L.' - 7 ,—; t '.7 1 ._,...s ;•••• ' ...:.. ...._ ,,,—■in M I :',...' : • ,,'':,'.C,, ''. 7 ,";:::E''''..EE, .''7' . '''' I '''' ' ' —.' , ,,,', ' :, 2:1 7: T.,".-4 Vi....F rfl :.,•- ', 7 . 7 i '7" 1 '::, 7::: , 7,,, . ''''',. ''''' 7.1''. 1 .t.:''''' f,,•.'„<',:t LI ' '., '...:: ;• '.,. ' i ..77—:'—' '::',;''',';':'!::',,.,'''''')i E. / 1 1 -±""' ' .P H E 1 ,7t. ' .." I Z.'' • ,, .Z2 ..t:::')4 IT, „-„,:- „ -- 1 -:,.- 7:, i ' '''''' : 'it' I - : --; •-;-;'I ;':::-•?;-' ::":I'-='':7,-;t:;;;;;•-,7; '',7-;•t 'II'' I :.--t•' I ';',; I; z'i: ,,, '.:'.. 1 r,:;::: ':: it'', ' = 1 :-.L•• , .,/3,- i _I,_, ; ,//-:-4,0 : ' 5 ; '',-`;; ,',--""; ' ';-,:' ' .--„- • ''''7, :L;"-:--,/I'`L:;-.-.,:;-,-- - - '-'; i ,- i „' I - ; ..' ; ,,, . ':,': , ''-:''' I "1/7-'-;:::' i -;!;- -T:' '5:, I'=-I,5 ' 7:-'''i L 1 i1` '23 '':' "-, :',2:, '', 4::7' :.t.,'72;6•`'.`,/LI r,-.11 •;:t.: , 3::: 1: -,:i t .i.-;:. 'f'•;;; 1 t-t'', I. ztt I ,P;', .'t I-I•I ; 7—' ' 1*— 7 — —7, ,', ....;'i :.`1 i'iji ' '7'-,', .7," ' '''.:3;5 r=t•==,`•Ia.'tsti;:.-g--tlItti t"---7--1-." : ' - I _ • .,.;, : _ , ',, - ,,- t•I',"..,, ,..t>, /:,.. i ,-,•; : '-',": "•:` 1 ';""` : ! L:.:: s.„;, f::: i t! ,,/•'- '''•-•': •;', i ''',": 1 t, I 7 " ;If ;i2 , - i ft:',. 1 ,` I .; , zi: i 6 " .6 • .;, ,,,' _'.. ,,,,, : ,, 2 I Fr :,' ;:' 1 7 , Z = , 7 , - ' - 7 7 " 4 '..2.- ^-= ''.^. :,-.:, .> 7 3, , . 7 •, , ...r., ' _.:., ,. ,...... , .,...., - .• ' ,,,,,_ 1 17.• 7 ' .';';''', :' , .'1:F.' 1, _ ; L: ..■ ; '" i - ' 7-17. ` - ' '„ Packet Page -2655- „ . .• _ .... _ . _ _______ . _ . .. .. • • • 9/10/2013 16.G.3. .......____ .. _...„.,. _.„.....„... „ ..._____ _ ....„..,..,,,..,... AN*, ......,,,, 8; 3 8t 3: ,:,.,:: ; 3) ;,7"' : ..'1-' '-'1 '1.P?; ' 41, r2: ■Z:i .'si ".4 V r1 ;I ■;1 '?.;;-.' ""1; 1 ,zil 7,"'1 ...;:;,7: 9 1 1 :1 .,,,,', , . , , „ . -1.--::, •:!---;,7-77,7-7777t--1----;-7-4------1---; -1' !;----;-7---------7---1---; : --;1—; -7 I ; 7-- ...1 ; 1 I :•,:;:::”: " : : ; .:-: : ; ' ' . 1 , , ' ; — " : : .,::.", "."•-; :,. ' c:',; ' 7.: :::C7' 1 E%i '"s'' , i 4, . .' , ', - 1 r. 1,7.,, , '."•' ; .::, 41 ,'" i--', .^''' e',' :''. 1 .- , g.- ; _ -'t; ...,; in„.:; ...7 ,,, ; -.;;-'; , 7";;;;; ; 7, ' .--_,, „,, -; .„;;,., 7 tr.., ; ,,,..-. . 7,-, L: ::.-1-.€: :::. €€7: • o€:1:',€: :: ,i''€ m Li € -4:: ' :::: r :: : 'r-: , i 2, ,..,':': L': : .4€ : , ' :::-; li,,,,,o,€, i€: ;,,t, i€.€,,,.' ir.4,- 1 .,,,,, i€...,--:1:col: „7,1 if: .%;......'4'1.,,,,,, iii. s.,;,,,i'-' ..i.,.i.■,,,;"-,,,,,1 I 7,-:f-''..e„:-1 4,,,,,--4,,,,1.ri,,,,,1,.4,,-,i,1:„.5: ,, ...„. ,,,,,,,,,, I: ;; 1 Lit i , , , ,,, _i , , ., , , r , ' , , ; 1 1 ; ; _ ,,,,, ,,,,,..;„J, ,..,...;„ . ,7, .. _ : i ,s,.. ',--.... F. ,it,:: - , , ; ;"5 ;s" • :;77; !' _ ,-;--,'.;- ; p 1:5:1' 1 ,- ; ; : , : t,::. ; ' ,r._ ! 7r; , t,,, ,i; ,,. _. . 4 ::: - €: :, I €1 L., .:_,..cr.: .;,:. I .-:::: ;‘.,,, ■:,.....1:::-.5 ', L J::: ' :::- • ,,',:, -;:-.:: ;.-:,.. 1.:::::' '..:-: i ;;;.:.-7 . i ;.-- .;.-,;;; ;;.- 1 ":. . : : • ; : . : : , : t 1 :: : " ' ' , : : 1 •, R, --:—.. , i • ' ; : ; ' : ' ' : ; : ' : , " I.--; I : ; 1 , t..::. : . . . , 1 - : 1 €:"Z e ■ , € ' i € . ' : :::.::: •-• '- . ;1€ ' . . ; . I € ' 4' ,6; € € ..... .- ' ' ; - ;::::::: 7.: Ti.: 7 7 ' I . -. ' ', ' ,, , ,,_,r..;, 1',..•c', ,C',.,,,, ;., ': ';'''..', ' ',_:. ',- :,.,' , ,7, :;' .H.1 ::: i :-... . En ..' ''''' ■ :=7: ■ ,',. , i , ! ' l';';,';4,, ,„„, f5„: ''' , ,,;. : ';',' '''.: i 7'. ..'": Zi. ". 1 ', ',,,,,, =.-1 •-' I ..7---- ' , I..... ,. - ; , <.',,' V.7,";;-:::: ii •.'-:' ' `,..'7.7 i'`-,_ ', Iril :,1, i i i f,':,:.,' lit 6 • .',....! -,-= : ;:', €:•-- ;I- ';',- : .i._ €':- ':::-: ''''' ::_ €:- €.'li ..:::: ,-.€ ;r: ! ;€,-, i,:: ::::'1 7 ' €.:':' : ::Z; _ : ! ",i,E; "..7.7.7. '.. 1, .....2 .: ,,1=Z; i .'''' .:-.' . ",. : ;". ..7 ../'..:':- . :.:-. ,.," 7' :: ' r- ',;.: •-:, : ?"..: ' :7: '"l; . ".„: 1-`:'' ,7 , ",:: ' ''. 7" 7- ' , "=",. --,, z... , ti,.: ,--- ' ,...5.i',_7_ , r7,., ,,,, ', ,-.T.; '.,.'L .'''' ' , , •:-. ,''.,:- • >7, ; ‘.7,-;F.,:. •,•-:',, •_--, !: .0 • - ',-- : 7 - € ;':' € :-." ',-; .€:. :`" - 1'.':€: :, ' 4i .4 4 ;...: : :- : :€'" i- :4 ' ' ' r_:::,-- `,c, 7. :::. . €-•: : _:: . ri:"1 -' n 1- 1 - I t: ,- :"'"- r-;` , 7.1: 7,::: ; ':' ! ;;7 ;,--,: :7,-7; ; ;7:7 ; 4.', ;.... 7;i ,.. f,. '•,',' ',..'.- '-'. !..r.".. ', 5 '- .."--r. , 7...- :,';' i.7, , ,,- r., : ,,,, ..:' ;-- , , -,, ...- , -. _- - ., ,-.. ,,'..,,,, - c- ,,',.-z ,--, -.!. ....., -...,..., •.,t.: -_-7; H.:-,,:.:.-.,: :..- -_,...,..4; . '..t°- . L'• !.:-`'''. !,'2 ;..t' Li : '''`i"j:-.1,.;:- .,;:i ! '2 t;a t 7-77.: ' 77-72 , ."-.-: ,7 r. :17 !,:..7.; ;::-7.:; z.... 7" :''' -7 t:'.-i :::, ; ,..'.. I: ,;.-:-, ... . ),",;,-.. :::.'; ; ,... ; ;;;;: ";:: :—: . .•,. 1::-.:: "::::,".-;•;:: ,,,,,,i .,, : •:::3 . 7 :"",-, ! :;=.- '-,. : :i ; 7.: r;:4-:,: ; •,;;-- : ,--, : ";;; 1.,-, 1 p. . ,--;„ --°.iT:., 15, .., ,......._, -..... .. 11,........._— . - .:.-.."....':---.:-..--€ ..zt-i..S.4("4-€.4-::€`4' ''''' '`" '`"" : 7-4--7-1-27-77-7-'";f '''1'.'""" ' '";'''":',.'..i - ' 7.. ..: - ,., ,, ,..... ., ,:t -;... - - - - . ,". - i . -.. •'; .- 1 - 1 3'; Ian 1 .4 :::: 4: ii, '' .};.i'...,.. '..-==. i "---' :;€.7 ; f,.?, .", ,r.; ' ..`,7: ' i...,-',°„`i; .'-'..1. /',:::i ;..7 1:"..2 F- ;.7.,-,,j -4 I,-,ii. : --,..'4' Z s-.4,i",,,:i 1 .,---°. I•;.-:, >t.:. I'...t.''.:,..°?- '6"., 1 '41 i `..-r. : ',•• +, ,,...,... . 6". ;217tO ,P7. 1O ,67„Re_ 7 ; Ot. --i.. 17o4;07i.:;;H:,-, ; o- 14,o; ,..„ 1:7, ..,;: ;- , t : ,00111k Packet Page -2656- 9/10/2013 16.G 3 _____, ....... _ .... . . ......................._„„... , ........ _ . .. , "4. :,:-': 51 .;- -74i 4::::: :•-• ..7 ^",- .^- c'' :, ,i1 iii ',.,:i i;i: ;),-; t.,1 =1 .,, .:, '4"' .,11 1 1,2'. :47, l'i St "2' f.:1 ''.;:-•.' g.'; .. '4",1 ; :•;;`-;;-: ;Zi -.4.,..-; .,,,f,; ",;41 ;",',.. ! ;■.,-;-;;1 ,,,;1 .. , ..,,, ;, • ; t*,-.; ',,,,, ; too. to-, : . 1 • • , i ' tot i.• O'1 ' :. , . f I , 1 . :—.-.1 ' . 1 ' 1 : 1 , I ' . : - f-. ,--' ' ,-,-, ' ,:.-. , '`,.• , -., ,-- ,.., ''' g..,,, i cr ' ...-:- ' '. 'i7ea' ',•;-;;, ' 1 i ' ,--, ,.,,, ' '-: ,--., , , ,-„ . .,,,... - ' rr. . :....' ,.-,, 1 - 1 c..: ' 74 1.41 ' :,.;I ;„C.,': 7... , ;t"tai :at', et: 44•4 ; ,,., - , . 5 , I % ' I ■ ; '''', '6. ' . , „,,,„,„ „,„ , I ' I ■ I I ' .:. IT i rl .-- .4 '''' '.Z. '' • ..• ... ..- ; ... I r '`. .; ', .. 443 , '',,, ,,,,, i .-.■ I „::::, 7.‘" -, in ', ■ I i / , •,:iti; if ti, al.:,',.■ ,...., _ , _ ,- ..... I 7,, r,... , 7 i 7 :_; 6, ,,,' '''', ., ■ = 5 ,„, , ,ii; „',..., I 7,,, °-,. ., ..,:, I f".:„. , ';`,, ... b b".• b...1 1 L..... b,..b.b b o_t, -- . „ . , t... — . .., .... 1,.:. ',- .:-',.. glil , : iii G-:-.,' ,,.:,• - ,-‹ " i 1,-; .. ,.,...-, ....,:.., = 1...... — f ',..,,` ' -,-, ,,•-, - 7 e'-:,„„,,, ;"7,,,i;' :..-.!;.- 1 :,' -- •II' ":". ' ',.., 4 :,,,, , , , ,.„., • ..,._ , ,- f 4,,,,.. :'...,,,;,:`,' i.,,,,,,. ::,,,1,.. I !,..=, ,;,,,-; r--•- -- ';- ; --" - ;2: 1,;.,...- ',.., .-., ,-,..- 7 -;" ... , ..-----) . r, 1:11k, rz:S'..,,, 1-.--4 1 .'5z-r.' L2 c;;,,,,, f"`".:-, , ?''•J.":"' : 14•I ; :,-".;-;...; • ;'.:.• 1 ,..:" 1 •:_-_, ,.2., .1 .. :;,i, ,:' :"- ";. " ■. ":::2: '''''''.."! ''•n:','," C-)',....? :7-=7: ', 7- ...-; .,..- i .),:x '-...z.'','.- 7'.':' :.z. r,' :'-'-', :-,- =„",.. ';.-', i+,, '''` 7"' '-::.7. -7-:, !?. ... '''''' ; If -,.'-;--• : '-', ' ' r''' f....": ‘.,..1`:`-` 11":"::."-":: : •-•:- ''" :--f.. 1":. 7-; , ' , '. '', ' '' --., ,, .5,': I'''' ■I': 1 3 L.: :"",'-'.:`," i — ;,-,' ;;', : .7.;-:;;" : F z7, ',-,- 1 ::-.:, ,-- :r ■- , .: 7 7:, ':: ;;;' i, Ir'',--" :'.:',,-:- 7 '-''' It'''.- L4L7":?- -;"- ,;"::_-_,'•': %-.. ''; -4 : 7" .":',! ::-i: ..7',", 1 , - - ,- .__ • .;;; - _ - . ..; . _. . ;' 7:: ".".- : ',..,- • ";:r ' 7 — ;',".. ::::. ;1'1'-',7;.' ■-,' ' ''' /::-, ,..^"...1 7.-. ''-':, : ': 7; _i .: ;I,_ ' ` .: ,,: : `;„: 1 •I:4I,i;,:,t 1::::: t7;7t `,:t.:"::;' 'Z' "„..;I,1* ;t;;;,,ip.,77,1 -::.,-1 - : 7 . L,-..:L,.... ,..:i .5, t' ,.?.':-L: e'-.....,..-- =, zs.,,,,, ic-",z:;::: — ::: ::,,.-..: . •'',r,:. ' ! ..-.4 ..t,.,.,q -, ,-: : ..... , ,,,-., .,• 1 -,:- , F =;.' ; ,,„; ;;;;`,:. ' ;-.... ' ": .:.;e' 2,..;_:7 1`;-!77;".;;".."Z' r7;-t-', -'"4; ,;,.q ;;,- ".L, -'.'-, ". .":"J*,;,, . ' v.': ,.;,;;‘.4 ,t,-.: ' 4"..: i '4, ■ 47- . ;:,-,, ; ',..., -..-•,- E: ;.------1 '- ;7 ' ' ' ;'... ; - :-.; •-•--,...;-',"•,',.*":-,' '4';"-;:. ...;;;')...;::4. ;.- .,._; * ,,,,,,,,,,;,:, .., ,,,,,, ,, -, L:_,,. ;:z. . ,-,, ;.e ...,.- ....- . ,.... i L, ,„„.l r..q ''''''.."....•.^."“7-x,vamWx.axiteraoswett.,,,rt.=.3.4‘.4.*...'''.:'.. -''''',': ,. ... ..■."..= 17 ...:.......L..=,..t.r.,,,...,1,....T...:?.... , ,jt p7:27., ::: '!4`;`,":,,I., "1."-, 1,v't ..47.1.47,; ;"7,-:',„t t;t tr, .- slI : :4 ,ii i .'4<, t.4 It ":::: :::: "7: , -:-!-: 'f':: '' t: ! 7-7: ' 't'2'7" - `';' 1 t.'''q' .",•'',; I tki ii, i r!,, r. 1: ih',1 ',:•:,::',': 14 I 'I'l 'J;) I 77 '- ' 7' tie i : '- '''''' = IC- .. 1 ,`71:"-, Packet Page -2657- 9/10/2013 16.G.3. ...„.. ___ , ........_ ._. -.-_-,-----=„7 „.„ ,...e E! F5.7.," `C.i. ,.,..- ,;•• ''. - ,' ;-.1 ,.",. ..,1' 9 o'''.", ,..V. ..0, %., "--:.' 7' *'-'''-' ' ..' ':'' ,-^'?; ';'•^ ?-24. ''''; L7''' '''''' -. ' 0 %.1;i ""4 '7.'' 5,1 t.F :',1 " i 7,7, & ::.,l 4: 1.,„1 ‘",, US.; ''' ?. ';',.).,; ''.' , ••••'.,'',i ."•"•''. ..6' ''''''''' --- 4,31 .-;. ''''■ 't": P f,;;;.:' 1;1' F.; '-..i '";:,` :1,7,1 '6 -;;-_ -., 7;., ..i. g,,,:, . 1 ; ...- ; . I . . ..... , I i i. - 1 -• 1 1 1 . 1 . 1 1 -1 1 1 ° 1.1111t1 '714' j1.P1. 1; 1 S "4 1 -I ,, -,., ., , • • , , i • , : i. : ..... i ',q ; ; ' i : ; ; ; ; , ,;- m 1 ti3 ; I i , ,.,,,„ i r,, i;;.'.:.; - ,,-.■ ;;;;,.... ,,,, ; '; • i-J.•P. .-',::.. `4"..;i F:.:. ! tt" ;F. ; :7:: i .P.,..',' 1 ie- : rz: F,..■ ' F', i.,.= 1 c..5 ...:..;i '-- ,-- ;7, I ; ; ' 1 1 ',", , , ... - L'-'; t;:t.- "...... '"2:-1';';;"1' `'!":' ;','7!: e";; ;•;;!! 1 ;i: t til! - i ".; 1 !-- !; ','' -;---' ="1; ; - ;;• ; tl : . : ; -I ; -L =' i , ‹ t ‹ : ‹ t!... . . 1;-Ttt:.... 1t 111 7 4- "'":7- ;-;''' '-• ,'''' 1{; ;!„, ',. ; ;- ' - 't- !- ; - i;,;-; i 1:.;.!i:-.7'.';i&I ;t7;i 35 ''''' --' -;i- ■ 1 I 1 ' ...,_L...__L_;_ : :, ', ... . ..':',.• '."' ':.-: ..• i..... f ...:.: '.7.. ;-..-... ''''. ;-' - ' - I i : - . i - , -4 4 ---!---1.--7 ! ' . , ., ,..^ 7. :: ••' 1 : , ' . , , 1 i i :i17. :7 :. , , , ' ' • I ' , i i I ; 1 . , ,-- 1 ' ' ; ; t ;; ; t : ! . ; t , ! t - , _ . I- _4 , ! . . ; ; ; - ;:`..-.■ ; : i ' . ' ; 1 ' , . . . • . . ;•,,, • L. • . ; •4 , • ; ' ,-. i'..! ; •' ,.t ; ' ..... ._ 1 1 i ''.2 _ w :....; ' 5 ; . ...:-... :,...: ; -...., ',7 . ! t , !!--._:•-„. ; r-----;; ; 0 ' i : • 1 , I 4,T 1:, '1. -LU ''.14Y1: ';-'t ",:tl'f- ....,' ' . :, 4: ! ----t i , ',7, : ' t :::::" ' . 4...= tr. ' . ,.... .■•Z ,2 If, , ■i".1 14,., ' ,i' . 7 7 ,- 7,',', ..:`, 27,, L': -, ,; • ,%'-' ' `"-; ' '•'•. --, 'Z' ''',. ' ';''. + ;2'., ;,•,, ; 7 ,"',,.',4;;I;'':i..,'..,.:.:,,..:..:..,'1,4l'-.'1f-..''4.'+i4;4;,.''-.;;',•'4t;:''-.•,7;,,:'t::,.,-''-,-",p.;;',.:,,,:.^"';t.,',,,-1'i:;:':,-1"';^-'''1,,■,'!-":...,"!,*,.-Z 1._,!'...;!,$.`;-:,..:,,'',,,'.,1:.,:';.7i",'*.-',.=,-„,;.,,-,.=-.,!,;”„-.;=`-.;,;',;,.,!'•!,-';";,.,;i i:::,t-•';.'-.'','.'i"''..';,'''”-;•:.",.'.'.'.:t,!''',,.tI,..',:';;.,i,,tr'''"t't tk,'-..'','';r':,.'''';;,',;'.';;.,'.',;',;t 1 1;a=1',!--7a'','-'...A-..-L''-,N',s,,,":i-;•.. ';:t,.'!.Z';':;7;,",.',-7:,^;:;..;.-';:,','-'•:,;"!=1.i::i':<L*:-'r7,.‘.....:,•.;1,!i 1,:-:,.''7.'"..:7:-.E,_'_:-.:'":,'-i...:..;,1..'",,::1.'1:,!,''-.4;i7'._0L..`-.-",-c..'..-... k I;',;!•.=...,i.;,.",7,`=",,;..;4.:';-,;,;,f.„'.„`4..1I';',i..i t kI;;L;,1.;r*.;71;?'=';7oz:'';,;'';-Z2:„-':...?,;,:;1,;';'•.!,.,1 j.!;1=!':e'`L7',.:7u,0,Z:-':,;,',','C•-:..1..,t i':•.1'.•i 1 i I.■-k:r-,.:-,t,':2-4'L-.4.'-r''.-.'`-.4::',.;:,:::4!i',I 1 1 i i 7;7 7..4..:..-,.-=.-;",,,,•,-,,,,7";':,•1!:'''',',. ','-Z'..-'>'7'.::''rrc';'.,;-:''.;'"',.'',:.-.,1iI 1'';!]1 1':t.,';.-!'..",•..-'4.T ;%1'.■",1,:.;aat,t!;.,,;=---7.':r-'...;'.1„'-,,;'.':..,1;,,i!,,,7;7,.'';;,;'.t,-';L;.-,:.';;...,,..,-;.;...,-,!-;=,.-;w-y,;•1I;:-,',1L_",;,,;,;-::,,.;','-..—.i1;:!it,!i.:,:,tL:.=-‘,'=.t.:.,'-a_.f.,:-.,,-.,.-,,i,t^'".!1,,—;n'L,':-.„''cP',,,T,7 j:';'„.,,''l;i;,-1 t.iI ,;':'±;Z,,,„;t,,::t„:-,.,',;.,..,..,,.,,,'t:1 I,;,'•;",'' ,,.,;,-.:,;2.i.,.-,.,,.', = ' I , - 7 5'-..,--',...;'5-.;,;,;',L‹,-'-•.-,,2-_-,_,',,;.,.-.,.,,, .'`, _ i ,- - ' ' , . C; . L - ..t, . - , , _ ,j 1 - , , ” +- - r 9,j , m 495 3: c e ; a3 . SJIS93Sj+ C +,4 :: , ' , . ,2 =•'”L,=:,-,; .• •I 1 .4410k. Packet Page -2658- ... .. . 9/10/2013 16.G.3. , . : ,,, .,,, ..,;;,, ., Es.; --,-. ,.,i C :=,51 E., A: :2,- ;... r., .:, .,.:•., ,,z,: ;,:i E ti.! z' a 74. i. .1 '9, ';'- '5.• ;.,,, 4. a! ;4"- .°7;) I't Z€€€ C.'', 7'..,; !''' c-€'';', 4'1 ' I 1 ! i,, 6'1 ''''. . . , . 1 ! I ., , c, c.4 s .... I i,...: c€, € ..r, € "4; Tic ; cc.!! H.: F!! € ..' c€7. .., ,. ,, , , , --I ‘41 .,},. ' 4444. • ' r: ' ni ... ft. fgel 4,444 . ...4, . ' ' ar, ' 44 , i 1 . 1 € , €c !,!.-: f€" :€.7.: 1;;;. , r.: . ""` ' ''''' € '''' € '''' '' ''' gii r :--,?, tz, -, , z„.• ' * ,,, ,,,-. : „, ', .,...„, , 1 `,. .!7„, ,,,F.::-.1 2 1 > ;,,",,,,,, i3= 4 F:•,.., ..,; ' 1 [2., = ,,,,,, r',1.2 le,-M. I I°' ":5 : :... ,.- ... ..::'_.' .t.2. :E..-2,,-....:.7 -, ' - ,:,...-„: .:,, !;...•-:,...-: 7 I I,,,II, I ,,... .°7° :::-; ---,-,.. ,..,:',.:-..« ,:i::i.",-;.: .:„-- `.,;`, , ,t`r• 1 , -2''CI: '-,"€:.;c: ',c 7,"- ;:-• ''''' ;:,7!' :::7:- ---: I'-', ' 7.' 1 ''''''f ',2 ::.- --:5. ---':`:= '.-:-‘7.' , '="t, 1 '-' ',:-L ,,,,I , ;-,_ ,7-- 1 t -, i 1 ELI ,7,-,' __, i-4.;.:-, ,:-;;;,-,,,- ,-:- 1 - l• c,z'I3 ,II,,°, ,II.,; . I,.°I. .:;-: ::: I: ,,-7;;' ;.:4_,;.,-,:.± : '.;=:; '-i•-•,t; I ',--:,. ; F.'1=;.: ; ; 3' ', -,t.f,:' ,!;-,-;:-.5, ,-i.:.i ji.-f.:;', '; LT' i .,-;'1,..L.' t , °,2 LI Z' I7 '° -,....,I. '- . ,,.. I',..'.,.7-Ir,' .., -.T....III-°• =7.. '--I ,-.`7▪ 7 I 7 °" -I ! Ir.'. , .', . °.'2 ..„n. ,.. c: 1 - , r.,....7":` t:41 --• .''.. '''-'7".. i— '.'7; '....,. • ,,--,r- ::.,--:, '--,-.., . ...-,-. 1-,. ' ,,...2. ...,..,- 1 i —_ I —„,-;.. —.7"._ -.,.,7 ,.--,,z-,- ,.--, -„s-,,...„-, ,-, 4 ,-,,,-.:,_„; ,,,,,:,,,,:,- ,C 7::. „., i..• ..... <,...., r.-_,1,..,, ,.,-, 1,-.; ,.. ,..-... :. ,-. c, , ,-.. ' .,7 .„.5. ',2,.,. ,;::: :;.",,,‘,5 . .-..,..• ::.:,....- ! ,..•_,,2,.. ''.°;;;i `=•:.'',:, '.: ' 1",-: '.''';'',-,-',;- L" •,-. -'''-; := :.1 7, '': l'.',.'''', : :,,? i;.,i - '. :: : .',' i Z L. '"--..E71 ''--",;-; 'Z72;?" 7;.:' ; t''.;-.; I : !.7-' :". ' ,.-3, -,...-„ -,K; ,,----7: E k , ,' 7''-'. 't-',:: - fr:- ,:i ' '- '.' „.'—'.,:,' ..7 :, c• .' --,t :,..-t.▪ ._ .',_ :: .-.. :: ? °: ' 7 -' t::°' i:, ';?:: ' i `,'"- ZI;'• : ,' - .- 7-'' '-' ,,'','' •',. -- :-•,-'.' ''. :".-r-,--."''' '' ' - ' -; ' :"" 7 i -", ?::,- .,.--,-,,,-,- ,,-,'• =1,--' ,'"ff'.jf 1,, , "=',. .-"; :- "." 'i ;-'• — z' " '''":"- 4.7 ,.. 7 ° ,.. °.., °I; 7 t; I;^.7,7:' -.II I'- I 7 ; 7 ;-° ° ' ;If-. =,,---. --.17 r,,,,,,-.•...-..., ,.., 1 -, ',.=-z,:.—:,Z :::' :7- := , ' ''`..; , — : --.`•-• , .. ','"'';',: .t, .....:, .±7:,..,.., f,.:..z. ..:.:.4,4,i,Lr... .,,,,,,:i ..,.... ..,„„,....: i',,,7-, (:: , ,,....z , ,.,...., ..„ :,:j....„.„..1„!„-,,,,,,.c., :1 ;:,- <-, ,,,..,,, i Zi,,:,. :::-;,,,,''."- :::,. ',. t.•., IL).,-,-1 1 ,_., ,, ...,,,. . ,:.; , ...-._.,! ...-,:, 1,-,;>. •••::c,,, ; .,.,2•,.':_:. !z.., ,:.;,5,;..,,.: '.... ::. 1 .:::. , -c,:-:., ,--,7 15, j . i 7,',z,:,-:: 1::".. 2 Z.::''Z-: '.i;:` `,''`^-7', 1 =:`•"7 :7.'..,;.;:''''';'-"`:_2--,:! it. r.i.,".".;.! ;7:- ! :z.Z: ..- , , :7_, .,,,,'''', '.,S;7::`11-,,,,,I, R......--L.:::„.. E--.......,,a.„; f- ', '-'-:-.T.' 2 5.:-:: I:- -; I ,..-:'.. :.; 1 '..; 1 7.- ': " ' ' ': '''-'.. ,' ' i ..,• -,-.. . :',,', ' : i ''.2 '. " ''' :i.., , " I `: ., - r '• — . — ' -I I .' ;:...' 11, ., (4 Packet Page-2659- .. ... _ . ___..., 9/10/2013 16.G.3. . ...... „„.„..... ..... .., .. _ ... .... , :.. . . .. ............__ . ....,................. ........... .........., ......... ......, , ....„......... „......... ........ oak. -,.....„. . . . . . . ..----,77--;:', ,;••,' ;Q: 5,,,.1 ,C,'.: ::,..:' 3! ,','':." ''..—;-:!,; ,...4-77—. 21: ,..1. p. -.•'• t• , • P! ''', -' ",..-',' ''.'": -- ,,:>,. .,: :',.i a. ;=7.: Z',.,'.: El R. 4,..- .: , .,: , rr... • n, .-.I,N; -7;7', -. 4.?.? r: 4.-„, -4-: Tt.• ''''' '''',- ili 1 ..1 417 1 W,,,,, al :,..'1 6 -, , , -' °•••7,•!. •'•0 ',•i• E., ,,,,,! ,....;.; t.:4 _.:.-;.:, -2,„:", t'4. ,,,::: z!,,,'"; .....,-:. ,'N., , *.•, •.* ••- .. 1 i • i• 1 i It-•-. • :, ' f. •, = t • .. .: • II :,,,,..,,. • ,,;. • .1 ■ • , • • I --1 i. 1 • c-; '24: : ' ;---;' :,-.4•• ' • ; ',-;••• i _ !:....„i',..,:', 1 .,, '4'. ;,-., ; ;;.-; 1 :7, ; .t.:: ; , ;„--- ; ......: ,-;`,.; • ''i'7: :.-,:',"„: 7,-, ; I, i'-;'';;-•: .":"!;i '4-;;'; , '-,5 ---- 4-='.. Ki; ''''' '' ' ;7; 1 --- ' ';;; '-';-' ' '''' - . , -,:-. ;•••- -,-,..; - •; ; '....:: ;„Th:.--... ;2;--.:,-;-,,:z:—Lu; ;os, ••,-;„..- i Z`4. >1" •L'a 4,7, 1 ,... ....... i' :I, ' ' ','',..:', ,,%i,<;:i. ,.;,-,4 :,„„.•,,•••• i..o., 7,i ;4,,,, ...., , •' • 7-'• - I . ri'n I , • 4.`i • • '-- • .12•.*''''' i ; , , i ; ' ' • . . _ . I • I ; i I i • ' ' • I . . . , . /1-1•.•'.: ' , ', ',.,...7 :1-: F2 -: 1 .: - AP. .... cc - - : , 1 •--. i.:•• : .', -•,,'i. ,,,'; ' . , , . -.,..;.,• ■ '::•-• :-..- ',";'" , - -1---- : ,,,c,, , ' • ,._ , 7 '‘..7: , 5 . . ,,,. „ - , - ...! .,,:. ! ! , . , , : , i ; !.-,:,-, : • : . . ,... - .-.4" ' ' ! ; '!. . ': 1 ' :--. in i •,--,:i, -...-:. I 6 -., . i , , • i 1 i .. ',;,; 1,1: ,T., i L.", r.±...E - .,......:. 14 0 ... .1 7.,z, •:..1 ' F' , z i ''' "'"--.';`''- F:, ' _ • • , ., ..... ! ...... • ,•.,- 1-.,..,,,„, i m._1 . . . . ,, , : , . F , ,„.., • 7.: I ••••• ::•• .,7: 0 •., .e. 1 ,-..S. .:' ." ' • " - .. 4",:r .'.'':',, 1 a LI :-L'.:= ,it 1 3.-7-. , ' ' ' : i .t'•'''.: 1.7-;',"- I 4., : 4-•: 7.: -,.. =-• " ' •'-'-'•'. 1, : "•'-'7 L'7' .r.,,, ; -.:-, ' c... ,• , !-- i .. i c- , tr. , -, i•.,. -..-=,„ 0 ,,r..,77. ! 7._,y -,' , ,: 7 '..,1 r.,-.'7.9 ..;..,. " =.r.., •i . . i ' ' "" ;"--7. -7 2 ''' : . . c-,.,' "....,7 it', *E" , •:, ' f.%■,' .., :-■.;,'::t. , r■2! ' , i ;,'S'..Z: ? '''' , : , 1 ,,t'.. ,7 • . 1 -...‘ • '--.---'•E‘ jr:= i w;..1.-, • :•.7.,7 .. ; •, ,,, :r',... 7 ; i ,- 1., , , , 7, .E..•.,7 ,_ t.;,...•';'," , u.,•,...1 ,„ ', ,,"i..I, ' :: ' .1,,,i, --', ''. i;. . " z..“-r '•'--7 ' :.•7',' T.' • ,..-,-'.:7. '.›.''; .?•--,`Q E. 1'I, :kW- i ' 1...,9- ::::i '7-• ' : .:fc•:. iF T : ,:-; :,-7. ! . -!; r-, „,,,--, 1 ..,_-_., . , , . . .. - 1 7•-• '"' 1 i.,,■••+, ' = ' ' '' ''''' ' '' , ' ' 1 .77;7 --, ••••-' ' .i.• 1 -..:, 1 •;.•":..,::: -...; if,,.•:- J f,,,-„,,:„.. . • •-, - •,.., ::.: • • ' ...... ,-• -..-.,' = ,-.- - - -- - „,.;- : : •, - ... :,-..-. • 7 : c -.,-.. .....;,...-.,', . :-." ', L7... . ,,.; .'., l'' ;*.; f...„.:„; • - ; - 71.= ' ' , ' '.:: '• '-,', :',' :;.z ' •'..--.;.. =. :,... 'i. .7, : '... ■ -,, -'. t ,-*,.','',, , ::,,,.... . ' - ...::r ii -.= ,,, ' : • ', ,, '..',. '. - :L. 7.".:. • ' .7 7,-- , • 7 ::,7,1,' •'''."" , 7'CD - ' ', - . ' . ... • .. *•.,,,;, , i 72"E1: _;•,- ''...E. i,,:- : ; _ 6-T-, ,:;1:,1..7; LT.• ‘,:-.• . t t,'J c, ''-',,,;..' ';:::li, • ' ' • •,, • .T-: ' ::...7': i' :2::., `.: . ..:. . :: :- :,' ,7. ■ .... ' , ..,1 ,7,, ••zr. ;;:::: i 5 ,;:i. ,:-:-.,:.i ;:,',. i •:„:I 7 I .7- I -7--E, , . •-.. ,,'i-77". 7'2. • ,1. ,= ,7-.. -,..: .._,. 1 ,,,,,,[,=-,-, • 1 ,-; ;11. ' ' ',E :.-.:i.i •P''`-.., ' ''''.: ' .;, 1'''.: ,'3 ' r, :t 1, : .5,..R I - - , 2,.S.'"c. ,7."",•"... _74 a • ; . . 2 c•,,,„,. ,•‘•,::, c.." •z:', •=-.,,,.,,,,..,••', ,c.• , .1,-, `'..z„,:, ,.,,-,, ..:,..-;,....,‘„,...,- ,- -•••'._..;---.4--.........,„__,...--,. _ • . • ...., ... -..., .,,....:-.---... . • . , '4---- r_ , ... , ,„,, k - , - i , , ' : - ' -: .--,:-. • , ' , : .„ : , , , ,:',. -. -*--i • ; .::: . , -i i 4, , '-'7'' : F': i :',..', ' ' " ' :: ,.., . ,,i . ..,. :,, ,,,' i ,',' :ct "'."', ''- i ° - I '•'` ' K ' c z' ' '''''''' ' ''''' ' " ' .' -' i , ' re •' 7, ',,,'''' 'w:' H,, ,5 : ' - i - , 7 ' ''... ' ". ,,,,, ,.,,,,,-. •,. .41,... ,. ,.1. ',.t. z,HT ,i,. H..' ',.. ," !'''' ', ! ,...: .; -, 1 :-. ; -. - ',T.., ::: '.■+, 1 L.' '. :-._i:;... :L,, ',:c...■a :a - ';'''.- ' ': - Packet Page -2660- 9/10/2013 16.G.3. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON RESPONSIVE AU Bidders shall confirm by signature that they wil: provide the manufacturers and materials outlined in the Bid specifications. Exceptions when equals are acceptabiEr may cc requested by completing the Material Manufacturer Exception List be . exception for a manufacturer and/or material is proposed and listed below and is approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named the specification. Acceptance of this form does not constitute acceptance of matorra, proposed on this list. Complete and sign section A OR B. Section A(Acceptance of ail manufactures and materials in Bid specifications, On behalf of my firm, I confirm that we will use all manufacturers and meter:els: as specifically outlined in the Bid specifications. aumpai,, OA-K Florida. Inc dc'. -Ames-K<Jrtall r-0 _ 54-pnat J1 David J_ Daie:45resident Section B (Exception requested to Bid specifications mantrfactrers and mare,TIals EXCEPTION MATERIAL EXCET:ON 1. NONE „ , Please insert additional pages as necessary. z 1:4Vy/tiff-;-, SIgr ar:' • Dale: President .4,124 terrauama Arj.rzgi Packet Page -2661- 9/10/2013 16.G.3. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shah confirm by signature that they will provide the manufacturers and materials outlined in the Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below, if an exception for a manufacturer and/or material is proposed and listed below ano is no approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of matena proposed on this list Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bib specifications, On pehatf of my firm, I confirm that we will use all manufacturers arc materiaF, as specifically outlined in the Bid specifications. O-A-K Florida, Inc do- * Comber-, Cornpan:, /77- DaLe Sigrraure David J Dale/Presicenf A,* Section B (Exception requested to Bid specifications manufacturers and maieriats EXCEPTION, MATERIAL EXCEPTION MANUFACTURE:: NONE 4 Please insert additional pages as necessary. tttr,T,Ert tA, 5-fiar'rtt2,2t,-,ti 1)6,i,id J. Dale` Presideni 4/111** ,-a-rt.wktta, A c.,71. Packet Page-2662- 9/10/2013 16.G.3. LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications The undersigned acknowledges its responsibility for ensuring that Inc Subcontractors for the major categories listed herein are"qualified (as defined in Ordinance 87-25 and Sectio 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated n toe Contract Documents, including, but not limited to proper licenses, certifications, regisIrstione and insurance coverage. The Owner reserves the right to disqualify soy adder who non-compliant or non-qualified Subcontractors in its bid offer, Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to which is found to be non-compliant with this requirement either before or after the issuance of til.o Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract; and in accordance wit,.the requirements of the Contract Documents, the Successful Bidder snail Identity ail SutcchtFaczcrii it intends to use on the Project. The undersigned further agrees that Si l Subbunirdercire. subsequently identified for any portion of work on this Project must be qualified as noted above i Major Category of Work Subcontractor and Address - — I 1. Electrical i 2. Mechanical 3. Plumbinq 4 Site Work j CA?-OA : 5. identify other subcontractors that i represent more than 10% of price or that affect the critical path of the schecuie Company: 0-A-K Florida, Inc dba Owen-Ames-Kimbail Companv Sidnaturdn DaveJ Dale Pregident 13-43124 Packet Page-2663- 9/10/2013 16.G.3. Assw, STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within tri,e test five years is a judge of its experience, skill and business standing and of its ability to, conduct the work as completely and as rapidiy as required under the terms of the Apreenhent, Project.and Location Reference 1. Runway 4122. Taxtway E & RSA/ ROFA Improvements AID infrastructure, inc, Venter Municpal Airport Venice, FL Monsen Monammedi.„ 2, Runway 5-23 Threshoici improvements _ Naples Airport Authority Naples Municipal krport Naples_ FL Ted Seltday a, General Aviation Terminal Apron& Helloed Lee County Port Aught. Page Field GA Airport-Fart Myers, Ft Scott Sheets Runway 6-24 and Taxiway 'A" Rehabtation Lee County Port Authority SW FL. lnt Airport—Fort Mye,-rs FL Emily Unciernit r'-dtscrew P‘hnd Safi.ty Imprnv..rnrits Lee -County D.O.T, _ Corkscrew Read Estero, Ft_ Sarah Clark- PM DanieyTklietic7Pkwy elis Entrance & Intersection Chico's 11215 Metro Parkway- Fort Myers: FL Adam Hinds: Company. C-A-K Fionda, Inc dim Owen-Ames-Kimball CornhanY Signature. I 71/aviti i De : Presider,- „AM*, TrirrioKaiiii,ie A:7= WaY • Packet Page-2664- 9/10/2013 16.G.3. TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the hid and in the Total Bid Price are costs for izomplyinc with the Ronda Trench Safety Act(90-98, Laws of Florida)effective Octobe,7 1990 Trf,, Eidde. further identifies the cost to be summarized below: Trench Safety Units of Unit Unit 13xterderi Measure Measure (Quantity) Cost 12.r.ist §Description) (LF,SY) Simple Stopin LF 4302 $1.00 43020C De-Vilaterind LF 4302 35.00 3 10 OC; an 4. . .„ TOTALZ Fai;ure to complete,the above may re.tsu!t in the Bid beino declared non-respoinsiva Company: O-A-K Florida. Inc dba Ower-Arnes-Kimbarl Company Snauir David 4„-Date, Presiderii 124;777,...73 ,11.4:1(.--Ai cr Packet Page-2665- 9/10/2013 16.G.3. "wok Clker County Adirovvati,..s Dwsic-c Immigration Law Affidavit Certification Solicitation: la-6124 • This Affidavit is required and should be signed, notarized by an authorized principal of the thin and submitted with formai invitations to Bid (ITE's)and Request for Proposals(RFP) submittals. Further,Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and epee& ble evidence of enrollment in the E-Verify prop ram.may deem the Vendor f Bidder's proposal as nor'-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly enidieys unauthorized alien workers, constituting a violation of the employment provision contair,se Sector' 1324 a(e)Section 274A(e)of the Immigration and Nationality Act(INA'). Collier County may consider the employment by any vendor of unauthorized aliens a vidiateri o Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws isdecificaity ithr, 193r, Immigration Act and subsequent Amendment(s)) and agrees to compiy with the drovisicns c 'ins Memorandum of Understanding with E-Verify and to provide proof of enrollment in The rmoidyment Eligibility 40.14iik Verification System CE-Verify), operated by the Department of Homeland Security in dTlInershin with the Social Security Administration at the time of submission of the Vendor's Bidders propose:. Company Name O-A-K Florida, ind dba Owen-Ames-Kimball Company Print Name David J. Dale ,„. Title President • Signature Date State of FLORID-A County of LEE, The foregoing instrument was signed and acknowledged before me this gtt day of August 2013 , by who has DrOdiZed identification. (Frio:07 Type Name) iType of Identification On.C.i Notary Fublio Signature it •••• 6; 1.FiEST.10;,ly 4^,ac:,1Ttrl,wry "oak Packet Page-2666- 9/10/2013 16.G.3. ãflCRiND I:F*1 COMYISSM EEtaZZ7 EXPFEP.'MA,14 2013 Printed Name of Notary.Public :fttaxt- Now,F•"- Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affdavit required hereln tho- tux- am; accuracy of this affidavit to interrogatories hereinafter made. Packet Page -2667- 9/10/2013 16.G.3. cadtrizr Count N3,1W-47itfve serikei Divr P,amairRi COLLIER COUNTY SOLICITATIONS SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification in accordance with the Internal Revenue Service regulations, C,olier County is required to collect thcl following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by toe indivklua1 compan:,./ reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that nipies to your business and return with your quote or proposal. f. General information (provide all:,-normation) Taxpayer Name O-A-K Florida, Inc doe Owen-Ames-Kimball Company (as shown On.111COMO tax return Business Name 111 different from taxpayer name) Address City 11941 F a i rwav Lakes Drive Fort Myers State Zip FL — Teieortche FAX 239-561-4141 239-551-1996 dojeleakfi Amok Order Information Remit I Payment Information Address Address City Sate Zip City State FAX FAX Email Erna 2 Company Status{Cilig*only one --IFOTildfraTTSto!lo Proprietor CdrO pra:TOr 'Partne711-. Ek-ampt tFeEaral mcome tey- Limed LnJi1it .. exempt entity untie:tnternal Picvo-riue Sviceoudeilnes iRC Enter the tai ciassification 501 `Si =Disregarded Entity C, _Parinershic.)) Al* Packet Page-2668- 9/10/2013 16.G.3. 3. Taxpayer Identification Number(for tax reporlirig purposes only) Federal Tax lcientificatron Number(TIN) (Vendors vtho do not have a TIN,will be required to provide a social secunt number pix,rt.c award of the contract.) 4. Sign and Date Form Certification: Under_egnates_p_f)peify "at the Intmiation shown on thi,:-;for,-n ,,-,On't',.■c_t t , my knowiadoe. r Signature Date.8-9-1 3 -- Title David J. Dale, Prdent Prione Nur=er 23 -56" Packet Page -2669- 9/10/2013 16.G.3. „ow Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become tirt:, property of the Owner in the event the Agreement, Insurance Certificates and Sonde are not executed on delivered to Owner within the time above set forth, as liquidated damages, for the delay and addittcrta: expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer finaindai loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement insuranc,. Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible,to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have rc seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents e tar and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, insurance Certificates, and Bonds in a timely manner Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within vf: calendar days from the commencement date stipulated in the written Notice to Proceed unless the F.,r OF=C: Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement dere, The undersigned further agrees to substantially complete all work covered cy this Bid witn:n one hundred ninety five {185) consecutive calendar days, computed by excluding the commencemert date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Rcspectfully Submitted, „osak; State of FLOR I DA County of LEE David J. Dale being first Out; sworn Oato oenescis and says that the Bidder on the above Bid is organized as indicated and that all statements nerein made are made on behalf of such Bidder and that this deponent is authorized to make them David J. Dale .also deposes and says list it has: examined and carefully prepared its Bid from the Bidding Documents, Including, the Cientract 1)r:swings sic Specifications and has checked the same in detail before submrthhq this Bid; that the sr:stems-7s •sticritemed :harem are true and correct. 4,044, 174-6124 irprankaqm ArTzr",'. ewe Packet Page -2670- 9/10/2013 16.G.3. (a) Corporation The Bidder is a corporation organtzed and existing under the laws of the State of Florida wnici- occrats under the legal name of OA-K Florida, Inc dba Owen-Ames-Kimball Comban'y arsli tne is., names of its officers are as follows: President David J. De;e• Secretary Steven G. Richards Treasurer John LaBarde ManagerN/A_, Ti se-- eernpeny-ey-ee.t-lers-tf-ite-Beatd-efr-Dlfeetors-tekefr 3-ear-i!ified-so -434.13 Joi4i.c1:44:74-.4aciitciattacilad4it fiaritancro-ifact..applizabia).121 (b)co.:Partnershio The Bidder is a co-partnersnic consisting of individuai partners whose futi names are a iciiows Trie co-cartnersnip does business under toe legai namr,, ndd The Bidder s an iridividue! whose fu!i name is Linder a trade name, saic trade ham..! la 6124 trniot:3,,,en rvort rt Packet Page-2671- 9/10/2013 16.G.3. Ask Complete for Information contained in (a) Corporation, 1b) Co-Partnersr4o or (c) Individuai fror-, prevous page. DATED 8-g-13 O-AK Florida, Inc dba Owen-Ames-Kimball Company Legal entity BY: David J. Dale, Presicent /- WitreSS Si attire ,/ ' Title STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me this att day ot A LIQUSt 40100* by as ei ca7porat on, 07 corporation, tje/she is personally, known to me or has produced as identification and did (did not)take an oath My Commission Expires: (Signature of Notary; JAME F91172.„.. LLVV:7-:■:".•4 61.2n :r*:TI-1:=S:May'A. (Legibly, t4=r,, N. (AFFIX OFFICIAL SEAL) Notary Puoir,::, Stare Commission No.: Ask 13,-612.1 Packet Page-2672- 9/10/2013 16.G.3. BID BOND KNOW ALL MEN BY THESE PRESENTS, tha*, we -aes 1,,r1ve, r.„ 111:1 (herein after called the Pnndipaii arid tereir, called the Surety), a corporation chartered and existing under the taws ot me state 7.Drzect with its principal offices in the city of and authonzed to do ousiness in the State of are held and firmy pound'. unto tn,e 76:::=arc 77r (hereinafter called the Owner, in the full and just sum of "VI" Pel2e111 amcuw good and lawful money of the United States of America, to be paic' upon demand of the Owner, to whicri payment well and truiy to be made, t, Princiogi Surety bind themselves, they heirs, and executors, administrators, and assions. lointry anu severally and firmly by these presents. Wnereas. the Principal is abou:to submit, or has submitted to the Owner a.15id for furnisiTnn labor, materials, equipment and incidentals neoessary to furnish, instal!, art fully Work on he Project known as,, immokalee Airport Runway 9-27 Rehabilitation Project Bid No. 13.6124 NOV . THEREFORE, if the Owne, shalI accept the Sid of the PRINCIPAL ano the PRINCIPAL shall enter into the recuired Agreement with the Owner and within ten days atter tne date of a written Notice of Award in accordance with the terms at 5uch Bid, and give s',.:ch bond or bonds in an amount of 100%the tots', Contract Amount as specifier:: tr the Bidding Documermi. Contract Documents with good aria sufficient surety for the faithful perforrnanco of the Agreemer„ ant,for the prompt payment of labor, matenals and supplies furnished in the oroseoutior I Pierer:- 0d in the event of the failure of the PRINCIPAL to enter into such Agreement cir TO give zonc; or oonds, and deiiver to Owner the required certificates of insurance, 'if the PRINCiPA- :Da% to the OBLIGEE the fixed sum of 5 • noted above as liquidated damages anh -et as a penalty, as provided in the Bidding Documents, then this obiigadon snail be nu; and, otherwise to remain in full force and effect IN TESTIMONY Thereof,the Principal'and Surety have caused these Presents to Le, duly signed and scaied this dav of 04 AlogiVA 48.04 es-J.0,044 1'126 .004 ti-sIAE-Arr L-s Countersighec A , Local Resident Producing Agent for - 171 rrICti,,2oV8 Arun KarNva Packet Page -2673- 9/10/2013 16.G.3. WARNING:THIS PZYNFR C;T.ATTORNEY S le:VA:JD WITKO REP ii&OP/DE.P. Ai Ilk POWER OF ATTORNEY S Apfok, TRAVELERS F Casualty Company St.rani.M•rtllZTy LoMpun,:: Fidelity and Guaranty InSttrattec Company Traraiers Casualty and Surety Conaptin2. Fidelity and Guaranty Insurance Underwriter*.hi, .traveitts.Casually and Sand.,Chqupany St.Paul Fire and Marine Insurance Company United Stan Fidelity and Guarani!,Compaw. St.Paul Guardian Insurance Coniinaiti Attorney-in fart No, 7,2/2,02 004 9 6 927 ENO 41-1-MEN RV THESE PRESENTS That-St PaW Fn t an..d Mannt ih.ydranzr Cdtar...q..ant,,, l'aad C...h,4;todlath.las:yhtaszt..- Company are cturportanhu dui!,f:iterli4ari under!..1;e€a*g of ihr Stale hf Miatiteraa f-A1.1Iking101.",Cashairs.Chrhuantr,,Thdhar-Czuha'ds daa St.aftdt. =rh. nr hr (.M.11.141?and Sneeze Corivany nf Anterina tut corparrions duly organized unner the laws of the Siale Cenatetie Stadt, rad Landtaxt, ( Ch...71tut.y II a Cf.r.pkItan'in ui to SUILI Ms134,4‘a., Guw..uhy•a-daidara.a.:-C.sal.hany t= tro7 Taut&art-.or loke and iiva Vde hly and ti aturay irw.datuat ",..duith-cartidar.i,h ..dt h Ydtrszraucta.dt.U) ilzA;::wed tzt ,ottecttltly calltd the-ciimrpan'.:*:"%and LL the Companois o.Fern v make,einid.dint and Patti Zuk,Nick Good,Alison Van‘v t,Hric Van Wyk,Max Van Wyk,,Daviii hop, Hozoornicl, H • Chinflier Hicflic rf Cey .Cirn,a1 Slat•r eaen I'nen*cps:am C.14744.orry if mom men cue is mined le:ice.to Jon,tarcute.seal and sicaneiwitage eti,y arta nn nio obilpaury ca tha nature theteuf on ynf:1!he Cana.gc. iian ba,iiiitis znei.wenwr.:4'on thtoip o n. aor dmd etAct-th.T..ai p.a.rahasauht,booth ahliau6tuitt:, peetaii.ina rn acuoin • IN WITNESS WHEREOF.the("... .a..•narje-Loo. nr.,_tzt,11.4z:E.f.3 114' am; v."4.S.1() ,OP*4 FIUM:411111011(4,411jtl j.1tJ Metva-7, ingurantr.:. I aled y had GIA.4710111"Insurance Ciatapam SI ta this t tooi Sintat." lity and Guarantif. !nal:ranee Underwriters,inc. Traeekr,t.w.,11.4ty and Sure nota Ame•r.,:. an Fire and Marine insurance Company nad tac Ftc 4i, lct I ommm,, Sc..Paul Guardian ini...urututtt.eurnimuy (71-r-'14411'7'N\ fr.4214'4..„. 7,. ":;•,•`' 1977 APWWW•tar - if; — : 91 ql•SZI:L •■' • ;4,1 SKa • Ctty "•,g , • • V. ;••• u ..7.W 111.11.1MAI tI, a 1.:7 a,a1 „ • III,• ••n• - , • • Crtilrf T k\arth.A, itness Wherenti Lend uni * * 0,6-1 1R-n:tad U SA. wAFIN:1;:.73:THIN 7•WIEFi OF A-TC:FINE.,7F.NVALL!,:', 'THE Packet Page-2674- 9/10/2013 16.G.3. WAPt•gNC■'.IKE:4I'.<1:1EFt Qi=A7101,INEY ',F,.;dIVALIPKItiOLIT THE RED HORE-E7 111.3 1 ;: f; ,-. y.ia im.mted bade::atd.hy the ae="-tfey Of the toih.'mang re'.54MaLom.adnpled.17),the n .:oF.L.:•reri:%%,a T:4;:m;i:g7,0;,-,il„il.Lzir. i„„, . »...-Kks.„:!:,.. ii3FUT•4ri.X C.iti.. a)', Fahz..1:My Linf,&,..h..m..1my!..r.stdare,:t:Tal-adtm4cht.e.f.s.Ira:a St. Pa 1°1=abd Ma..."'::nr ir,f."4112117:t C..-3:::',;!,=„: r„..,': F'2,] Tze,ss.'ete:s.Z...-.i.ezil.y are Seev:.'atr..T.e.:,tys. .-Tte..-ve:kl-s.-Le,..gue.1-'0. end.:,--..:ee':-,-i..e,re-,A-..,... ::::..,z:,,,ne..,-:,--;:',..;a.;.;7.1,,c,e,..:,"e;•.,-e-,.-,r. Fehl.0.And na.a.g.ahty Car,..r..,paily. ch Lt&a..1.,14.11.a:bi-arn am.,.:.m Adt g-,,ree alld 1...4eo.,14`...4Iiiliit.: RISOtrED,eezt the Ceratreher:.the PresIderit.,ally'Vtee Cllicetlert,&iy ENeCttive Viet PeRkileill,ely Sette,,:t''..,Ie.,:•.ere?amt.aby Va.f.,.:'.PrmdM:m.. t00,:''..^0,2":0;0:...f,:c.icl',. '• ?TVS:WA:11, the TIMalurer.etly ATinttttti.l' tirrt..1111:.Ctitpula4,Seeiett. rv:etif,A$SiSt:c:t.Set:;a',.'.Aty 1.110-,' fi.1.-E-AIA.AP.QIIIV:.;,...::.-.,1--,i,m aL..1Agff;m..1.:.:a....;mi-:a-m: 0:te.■'.......0-mw..!,and auy pk,c:5.4w..-3 4'.:P.'3111-tee x.--b.-.4c.thorhy a...n;s Ct:att,cralatt.v.':3,a14:1:::: may T.irm•zn:be to mgr.A--..:7.b.;-1.:4.Cemcee:1,),1,eeme , Cmm.pw....N.'...‘..Lettl...T.,Z.1r4=„MCI4ttliZ.Z710::et,zum.me.m.al Ina="7.Z.It.'",ZV.J.,,!?::::.';1,,,,I.-‘,,,,ilgip C4•6 %,:.Iny.:;",-,,th,r.:r:.4.,1WI:(-1 bk:),j,V.,,,•gt,,,:.;;;.g .41-z,„„, , .:.:le..i. .; „,•.,,,,,,,,:,t4,, ,,, -ef„„.i.,.;,i Cfni„,,ftn,.,,,g•,:tx:fii.,,sr,.;,,f 1...1:ec.,0:;:s.-11-1,1y r.:.n.„-2:my rell.W.,,,,titiy Pl Xrpr,r7g,".......and reve.,e.e.the p.00,,st g,,,,,,r,t•,;.•r.,„„.„N'ro•-.., FURTHER RESOLVED,that'the Cbehrilem,the Presiletat an VI.I., 0.V4itettetit ea',Ekt,4,:i.Itivt,Vh;.e r.7e,Siae; ,Itry Sta.M.1 Vimj i'mzhdtm c,,,z.,:',.-'"•-,•:,.'-::::::P.M.,th-ta:.11;,:.0 'i: eleieeele till Of WV;pan of the ihre.gmm;adio:my t,._,ene nr mmr..c11.1Mrr.::or Cp'00.1'•:0CI.:.:0:0.:4.0•f1:11:,(...cmptur,ph..,,...iMbi lbg.'.0460:1'1 1C.7t.::dzizp:::•:',,..r, i.,-,;,.;• ,....•;,,,,ar.•,,:;•L;••41 3•••,.eap, thr.mm.1 p,ii.;-td E.;7...dta cti,..J,..—:U.t-,•;•:-Stt.770:Ita,ly,ant!, FLRTHER RESOLVED.teLat amy hu-,7.41,:ta.r;:riaticizt,.scettrazt en tr,:ittICI:0 ,..,,,e vT=kg obligek•ny in the 1:44„ain".c,j;„,„been:,r...r.....:t4aizanc.t..,,..,.f.... ,,,,,,,i. ihall be.-i-a.iic,n-..d holdm K.,.:;.,;..m.Mt Ca...,m.. ....,m,,A.'„....IM l'atiae.t...r..,a.:i'. 1,7::2Z Ch4acraaa.any.Ettm-mae.,:°.t:....,F-'-h.b.::.1..m....;n.:,..Str,r0t V.t.tt Prt,,,:Sdt.,,.',.;.:••,•s:., '',„,•,,,....,, 1 • Prt'N•cz.,cr..1,..any- 'fl it',■0.0:0.,P•i:r;*kla..1,0.1.400--Ti.aa.i.1.:e..t,eri.y iseei,et,-..t.Tt...eatit:..Tr:::,the Cerpeetite SectleCtri CT LICA' i.a.f.0...St-...z•ntt•ix,a:-.,-z.,daly zI`,,,!r•::t•L,., : Cu.:43,..w.r.....m.,see..-rd by a Secre,...icy.7.1A5..ItItant Ser.:TP:4411y;At i.b)rk4 tIx•rcutItd ItimIcc 3f0a1,li req0lar,IYM'err or rticIT--IN(wmtv'''r,i1,",•M id Apal,u:,pw&,.••<v--j•,,-,•,,IR.,1,0,,,,,,"•:- pr:,!......7/::7-cd la an Or het 0.1:111111die CI tin-a' t'fftin-zte.',of au lhonly c-,-:..-r...):.,..,At et 111,,M!!-000;11parr:rttr]r01`.1•00 pCrttmt an s ,..,...::•mci,, a--a ,•;;.1 ,„.,.. .0•„,,7.1,-, ;...•,,.: „„ ,..,, , FURTiLER RES.01-VEr.t.;.%d..t.ro.,...=4m-ia-wi.....,. ,:i t.',..363,'.f:;'...',•fol,,,4,,I.1-1.•5:-.affe...er....P...t.sMer,.:.,Ji,n-:".r."..,;.e,.. !.:•i,:•:•• Vi;f:et F' cii;kr.L. :1,0, •":',0.:,--..• .:.,07,.F-,..0y,,,.....,_-:::, al%. A...:-...hsr.ara.Vice Ft't°t.:0:1,tt:::,:an:, ::0C.71C10.1t",0-,c10:000 Attatlari:eeeletW,,,.. Old an-:;070W CC '41.:.:f._:C.,•=3:041, man...hit ah...a..ad:m.. ,.....az.....a..,....,,,..r.;..m..... '..'.--m,..,.,- - .:,,..--..,.....m„,s.-.,..: -:-.. ..n..... 1; ,zr.thMa4.,....t 7rdacm.g.4n-r'a armomium:i,....r.mile.m.f.\.,at.i.1•1!„,;Iil:1>,•••i'..I;seuteet Am4s!.,let.Sr.::•ma-.,...ri Zr A,,,M717,-.,..!), -M--I'JZI Tar Di:.:7`..-„,ai.,.?;..„•?.:::::.. .;.,1 t„,..,.:.„,.2"..„,„:,:„..,...1:T.f,...-:.4„„„.;A.y..::.... arm matria.inav,,snd otht.: w-t7,irang,..i oblinaalzy trl tin ttamlta ritetee/..eua sac add,.Pas tar ol Au./..a -'.,,.cec•t■III:0=ft t'a't',g nag:ti tactSitta,:,:000.:4'ot't,;§t, • h.:LY....:y.c.naiad and thm.L.14:.L731 l'itf:, t1,201tly and ens,suet,newer so exceeted nail certified by mah 9,3.,•;..40,49„-t.Litrizzire ssd.,:%g,-,i1:::Si-,,;;t.:•.!.:,..shz.r.;i:;••„-•,,,,, (...q.h.o4m.m Me%.gan-;,,vd.ht,.!,,pzka!•,,.,,,so)',xv•-,,,i at 413CirIZIA0",MIT:g,`,:. 1:01110:.t1•:t II•0 4t.LictilC'',.:! , KevO,E.H.o..iar.an-amimm.fm,a,d,...m....imrant 5.-::L•ttt:,17-0, .1.:e.aerne.egtos Cas-eiiiey ZeZeiSeA,,,-,Fiet',.;.:.1:,,-:‘,..N0...;Am4t., ----C0,00:IMtt III :I.0:0:I',•,Ft-tit'll:.'0 0:11000i CI•ci0W.'.:•0"..0..00-1°A.4t.t....00 k...;TiciCtrWtIttIZIL,bw„..S ?'441 tin-,r'' Compaisy...St Fan:Cioar dltri 1-asztenet Co an, SI.1-••'&,d M..,:,,,...::•y 1., o:Irg,u,:,..•-4,....,:mp.2.,a, '•,,,.s,z,a.,,,,,,C.;;;...-,:ux.',.-.:,-,k,2:. '• .s.,...t..,c1.:.C.:.•: 4:',an,i,T•;-,:t,',.•=1: (.11.-,•:;4:.,,:•:!:y'an-,IS eta-,Compistiy of Altiti.C;,..,20.1tt•,..0i.i::,...tki.%Vai-,t£it iI.W.t.W'y Aral•Ci.u.an'iroy.......,.-.7-..,r,..nm.......m,.„.7ita.,.;„,:..,:.:„:„N„--75.:20,;1 ;0..,0.0,0,,,,,,0.-zr0, 0..0.,.::.,:,107,-, it a true and correcn ecqy ci the Pewee•at:AttJarcy e...,,a..xuttd by sas,.a i.:Qmpa.M.n,wIch i4..tea fual.o.mh a;.1d ea-at and.-:.,., :;,.;‘,?,br„,12.V.:.:',-,;„„:,c,i„ [ ( i ...„...; ,. IF, I US 112,10N1 $VIIERLAit.1!-.:Is.-:::hccn',..r.,m':',:.%d',..y 1-.4.......I saj affixae.mc.m......m,,...f .,..,..M Comprat,th.z.:. ;.`°-.-i:t47; j...:i .,..,..- P...1;9a3Z. ,..- I i i dr ‘7,7'''' IP' I '64.•'-' r i : . L., L . - .,„ f",:,...,,.•.•:.E.ih„,711,•,.,:'v,:..-:-',7s,.:-•:, :••:•,1.:..J..„,:.7:-..• I 1 i n.....0. •,°':""•.., +,... ,,,,,,,,';':---,:-,...,.,. fi,';',..;:aZt. ,111114% /.-:-,,,,..L--,..',',...:51c„ l'''''".."'—',,,,z0:. :.1:0'7,;;,,:\ ,,,....,;"%.!!•...;:0... ,,,,,".°;:".7-L-f:S,,,'0'.:`,,,. .,!;'?4,„,,,:4t0,2',0,;. .42,:i0:222t,A,,',::0: ' *t..?:::::,...„..0 Nir./..1/4.....i.55f r ■:,,L1,'-'''3/4.'''..'''',,,..' ''',..,.■. :.....;;'-.,' V!., 7 il '4,%' ..,',.,:,, A,i,,,,,.,,.„,,.-4' V.,".....,...,...,.,, . , . ,... 1 1 verii-tf tae, ft. Lad, M r41,1!*,l'O`ii:tIt,.;:f Pt''rep and I-`....'„:4 -4::.t5(,,'Ir aNzact,u,-a,',,,,W:4-,, el.e.:(.:. „,Wi.,.::::-F,, i'l .Y., •.,. ,... .:.1 ...,.,....r.-.;;;::::-... .. -..,:, 1 :„..N.:.',T-n.,=:7-,d',.,-mo%.:...:,..hao,a.i.M.,.irm octane hf...ot,ta.m4 7,.?,,,t0.0.•:,,-.0:0,0";y:',00,, 0:i.3,:tzttli..•• 1 t t t , t , t 1 i t t t t 1 1 i WAR:Misr,:IA:5 POWEFI 0-i=-ATTORI,..i'a,"IS iNVALIn,„V„TK2i.,11!-!„',+„C4:F•f,",ht)w..-g.,--b: Packet Page -2675- 9/10/2013 16.G.3. "Mk BUY AMERICAN CERTIFICATE (JAN 1991) By submiltng a bidiproposal under this solicitation, except for those items listed by the offeror below or on a separate and dearly identified attachment to this bidiproposa,the offeror certifies that steel and each manufactured product. is produced in the United States (as defined in the clause Buy American-Steel and Manufactured Products or Bul,, American-Ste&and Manufactured Products For Construction Contracts)and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors shall refer to Buy American provisions included in Supplemental Gene's. Provisions'Exhibit J. PRODUCT: COUNTRY OF ORIGIN: NIA #01101k, O-A-K Florida. Inc dba Dwen- niesKirime $-51713 (Date) -4.Natfie cpi9Xiafr"T.: David J. Dale By President Title: AO* .1t4 Packet Page-2676- 9/10/2013 16.G.3. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION , Section 60-1.74)) of the Regulations of the Secretary of Labor requires eaCh bidder prospective, prime contractor and proposed subcontractor, where appropriate. to state tne bid whether it has participated In any previous contract or subcontract subject tz-2 the opportunity clause; and if so, whether ,t has filed with the Joint Reporting Committee, Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under tba applicable filing requirements. in any case in whicti a bidder ar prospective prime contractor or proposed subcontractor has oantolpated in a drievieiui, contract subject to the Executive. 'Orders 10.925, 11114, or 11246 and has not filed a, repoin due under the applicable filing requirements, no contract or subcontract shaV bE,-: avirar unless such contractor submits a report covering the delinquent period or such other beriod specified by the FAA or the Director . To effectuate these requirements, the Bidder shall complete are sign int. statements by checking the appropriate boxes. a., The Biciderr:/ aniaa not bericipated in a previous contract subject to the ague, opportunity clause prescribed by Executive Order 10925, cr Executive Order. 1124e, or Executive Order 11114. h. Tr adcleri .10,thee has not subrni ed complier-ice re,corts don neeticio ani.; such contrac t auc under the applicable filing requirements; and that representations indicating submission of required compliance iepol si'ignsid prionai,zeiO subcontractors will b:obtained prior to aware r subcontracts, If the Bidder has participated in a previous contract subject to the equal odociinunt• dauso and has not submifted compliance redbits due under applied:7;4i fiiirio requirements, the Bidder shall submit a compliance report on Standard .Porriii • "Employee Information Report EE0-1' prior to the award of contrant Dated- August 9 . 2013 0-A-K Florida, Inc dha 01,ven-i•kry•-i,.i,-Kitrii- Leoze Name of Person,firrn C472,1T-Of,3440,0 • -7) - By. David J. Dale „. . Tile, Pr esiden'_ 3-:- 12-E124 Packet Page-2677- • 9/10/2013 16.G.3. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION excLustow The bidder/proposer certifies, by submission of this proposal or acceptance of this contract that neither it nor its principals are presently debarred or suspended by any Federal departinent agency from participation in this transaction_ The bidder agrees to comply with Title 2 CFR Pari 1200 and The 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds $25,000 as a"covered transaction". The successful bidder by administering each lower tier subcontract that exceeds $25,0n0 as "covered transaction" must verify each lower tier participant of a 'covered transaction" uhier lth project is not presently debarred or otherwise disqualified from participation tilts federaiiy assisted project. The successful bidder shall accomplish this by: i, Checking the System for Award Management at website: littb• ii, Collecting a certification statement similar to paragraph a. iii. Inserting a clause or condition in the covered transaction with the lower us-contract, If the FAA later determines that an individual faited to teL a higher tier that they were excluded or disqualified at the time they entered the covered transaction with that person, the FAA 111,5V pursue any available remedy, including suspension and debarment. Atook, 0-A-K Florida, Inc dba Owen-Ames-Kimball Company Company David J. Dac P-c•.sicieni„ Sig171.3kire of Contractor Titie E3,4-1 Date "Ott 13,e124•.rr.-ttlkmee Aim,nrt Packet Page -2678- 9/10/2013 16.G.3. DISADVANTAGED BUSINESS ENTERPRISES ASSURANCE To meet the requirements of the U.S. Department of Transportation Regulations P..at 23 all bidders wih provide evidence of the methods they have used to moot the disadvantaged owned and controlled business goal as published in the Col ounty Airport Authority Disadvantaged Business Enterprise Plan and approved by the U.S Department of Transportation. The goal for utilization of Disadvantaged Business Enterprises for this project shall be 4%of the total dollar value of the general contractor's bid. The bidder shall submit WITH THE PROPOSAL, an assurance stating the percentages of disadvantaged businesses they intend to employ on this project The bidder shall ats,„) submit the following completed forms with this proposal. Schedule of DBE Participation; Letter of intent to Perform as a DBE Subcontractor THE FOLLOWING STATEMENT MUST BE COMPLETED AND EXECUTED By ALL . –- BIDDERS: This firm assures that it will utilize no less than 4 % Disadvantaged Business Enterprise(DBE)participation for this project. Florida. Inc dna Owen-Ames-Ki —7----—7) 74- David 4.14 and r ttie Packet Page-2679- 9/10/2013 16.G.3. . _ AN*, SCHEDULE OF DBE PARTiCIPATiON Name of Bidder: O dc'5 r:"V "-A7ne5-1<ln'4'al C'''rrtertY Proiect Projects JrnrnOkalee Airport Runway Construction 9-27 Total Bid Amount $_ , . NAME OF DBE TYPEOF WORK ; SUBCONTRACT SUBCONTRACTOR ADDRESS I I SUBCONTRACTED VALUE , . , /57- &Alai/6 /4 $ _ __„ $ DBE PARTICIPATION TOTAL VALUE $ 145 Tne attainment of DBE participation goals for this contract will be measured as percentage of the total dcliar value of the contract The undersigned will enter into a formal agreement with the DBE- Sutcontraotory nerein for wok listed in this schedule conditioned upon execution of a contract with County. Name of Bidder 0-A-K Florida Inn d_hm By Signature''' David J. Dale. President pate:, Sworn to and subschbed before me,this 9th day of Augos': 1.3 Soma 07 Printed li.famc ci NfAary My ComrRission Expires. 204,CT:PR,A7,41 1-1 Am* 13-11124 Irfmaka=:es,Airp:71.10.1.7rowy Packet Page-2680- "-. ---" 9/10/2013 16.G.3. CONTRACTORS CERTIFICATION FOR NON-SEGREGATED FACILITIES The federally-assisted construction contactor certifies that she or he does net mairittain provide, for his employees. any segregated facilities at any of his establishments anti tiTis she or he does not permit his employees to perform their services at any tocedon, under his control, where segregated facilities are maintained. The federatiy-assistet construction contractor certifies that she or he Will not maintain or permit his employees perform their services at any location under his control where segregated facilities ore maintained. The federally assisted constniction contractor agrees that a breach c this certificatiori is a violation of the Equal Opportunity Clause in-this contract. As used in this certification, the term "segregated facilities means any Wa:iinc mama work areas, restooms, and washrooms, restaurants ano other eating area locker rooms and other storage and dressing areas, parking lots drinking faun:aria, recreation or entertainment areas, transportation and housing facilities provided faT employees which are segregated by explicit directives or are in:fact, secrepateci ari basis of race, color.religion:, or national origin because of habit, local custom, or any otar-ii reason. The federally-assisted construction contractor agrees that (except wilers sne he has obtained identical certifications from proposes subcontractors prior to this a.,,,,ant subcontracts exceeding $10,apo which are not exempt from the provisions of th=,, F((%:er Opportunity Clause and that she or he wilt retain such certifications in his files. Certification—the information above is true and complete to the Pest ot rhy belief David J. Dale, President (Name and Title of Signer(Please type) / nature INTERNAL REVENUE SERVICE EMPLOYER iDENTIFICATION MUtBEF - 1-3 C)`S,C) Note: The penalty for making false statements in offers is presidgibod in 1:E, okaiet•ikuvrt RuTPreTV ri,Mar • Packet Page -2681- 9/10/2013 16.G.3. Ask THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COWER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT; Please read carefully,sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is comniieted. 1. The Bid has been signed 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, grant forms, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6', Immigration Affidavit completed and the company's E-Verify crofrie page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida 8, If required, the amount of Bid bond has been checked, and the Bid bond or basilic 7'S check has been included, 9. Buy American Certificate has been signed and included, 10.Equal Employment Opportunity Certification has been signed and included, II. Certification regarding Debarment. Suspension, ineligibility, and Voluntary Exciusion has been signed and include. 12. Bid Opportunity List has been signed and included. 13. Disadvantaged Business Enterprise Assurance has been sighed with nercen.:o participation indicated. 14, Schedule of DBE participation has been completed, signed and inclucied 15. Letter to Intent to perform as a DBE contractor has been prepared bv DBF subcontractor_ signed and included (if participation is claimed), ite. Contractor's Certification for Non Seoregated Facilities nes been sighed Elr:C. T.ZiLin"C 7.Any addenda have been signed and included 18.The mailing envelope has been addressed to: Purchasing Director • Collier County Government Purchasing Departmerr 3327 Tamiarni Trail E. Naples FL 34112 L. ne enveiope must en seated and marked win Bid Number: 13-6124 Project Name: immokaiee Runway 9-27 Rehabilitation Project Opening Date.8/912013 20.The Bid wil be'mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. Ai* 13,41124 ItrinvKai Affpert C . Packet Page -2682- 9/10/2013 16.G.3. ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET O-AK Florida, Inc dba wen Con-dank,' Bidder Name David J_ Dale, Presdent Signature&Titie Date: 41.1 .; 3-6124 trrtalope..,4,4441701 Packet Page -2683- 9/10/2013 16.G.3. Colter County Email: MillieKaseeskaecolliergov.het Telephone: (239) 252-8935 Administrative Serodes Division FAX (239) 252-6755 Purthasirtg ADDENDUM #1 Memorandum Date: July 26,2013 From: Millie Kaseeska,Procurement Strategist To: interested Bidders Subject: Addendum#1 —13-6124 Iminekelee Airport Runway Constructions This notification provides dates for Site Visit to irnmokalee Airport and attendance sheets for July 25. 2013 pre Old meeting. For site visit meet at General Aviation Terminal Building 155 Airpark Blvd. immokaiee Fl 34142, Dates for Visit: Thursday,August 1, 2013 ed 10:00 AM firiday, August 2. 2Q13 e 10:00 AM Each firm must acknowledge receipt of this addendum by signing below and returning this addendum as part of their response to this proposal, ftnis addendum is not returned your firm vga, not receive any points for the cost category of this proposal, Name Signature Dafe ' if you nave questions, please post them on the edidd:ng website, Q me at tne above contact information Kind Regards, Millie Kaseeska Prooarement Strated!st O . Thomas 'verb a Chris Curry 0011114, Packet Page -2684- 9/10/2013 16.G.3. Cciu.vity Email. MillieKaseeskapcoliiergov.net Telephone. (239)252-8935 Adnrrnistrative Services twist FAX (239) 252-6756 Purcrosirg ADDENDUM #2 Memorandum Dater August 2,2013 From: Millie Kaseesica, Procurement Strategist To: interested Bdoers Subject: Addendum#2—13-6124 immokalee Airport Runway Construction This notification provides change to the Technical Specification L-125 of Atroott Light= System: The changes are included at the end of this document. Each firm must acknowledge receipt of this addendum by signing beiow and returning addendum as part of their response to this prioposai. If trvs addendum is not returned yoLit:firrt- not receive any points for the cost category of this proposal. •, ---- r / Name AiL /414-- Signature. z Date: you have questions. please post them ondie ebidding wehsite, me at the above contact jriorrnatcn. Kind Regards. Miiiie Kaseeska Procurement Strategist CC:: Thomas Vergo Chris Curry Packet Page -2685- 9/10/2013 16.G.3. mtoik Co C iker ounty MillieKaseeskatboolliergov,net Telephone: (239)252-8935 Adavhistradve Sews:721;Divn FAX (239"; 252-6756 Puichasrig ADDENDUM #3 Memorandum Date: August 6,2013 From: Millie Kaseeska,Procurement Strategist To trilerested Bidders Subject: Addendum#3—134124 immokalee Airport Runway Constructions This addendum contains Bid Opportunity List Each firm must acknowie.dge receipt of this addendum by signing below and returning this; addendum as part of their response to this proposal if this addendum is not returned you:-firm wil; not receive any points for tire cost category of this proposal, , Name. 1,)/4-0-r-"i',:::-.; j 4 & Signature: C. Kind Regards, Millie Kaseeska Procurement Strategist CC: Thomas Vergo Chris Curry Packet Page -2686-