Loading...
Agenda 09/10/2013 Item #16G4 9/10/2013 16.G.4. 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 $5,649,916 for construction of the rehabilitation of Runway 17-35 and associated Aircraft Aprons at the Marco Island Executive Airport with a total estimated cost of$6,277,684. 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 17-35 and associated Aircraft Aprons at the Marco Island Executive Airport(MKY). CONSIDERATIONS: The Florida Department of Transportation (FDOT) Airfield Pavement Inspection conducted in March 2011 concluded that Runway 17-35 at MKY 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 17-35 is 31, 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 14G1, the BCC accepted a FAA grant in the amount of $635,625 to fund ninety percent (90%) of the design, permit, and bid phase of the rehabilitation of Runway 17-35 and associated aircraft aprons at MKY. On October 9, 2012, Agenda Item 16G2, the BCC accepted a Florida Department of Transportation (FDOT) grant in the amount of $35,312 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$7,150,000 for the construction phase of this project. The FAA determined that this project is eligible for discretionary funding, and 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 on and submitted to the FAA on August 13, 2013. This project will enhance safety at MKY 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 $6,277,684. The FAA grant application is for $5,649,916 ninety percent(90%) of the project cost. If awarded a FAA grant, the Authority will request an additional five percent (5%), $313,884 from FDOT, and the remaining five percent (5%) match $313,884 from the County. Packet Page-2687- 9/10/2013 16.G.4. Owen-Ames-Kimbal Company (OAK) submitted the lowest responsive bid for the base bid and all alternatives. The base bid was 9% below the engineer's estimate with the alternatives being 9% over. If this grant is awarded, an item will be brought to the Board for award to a contractor. 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 the total project cost. FDOT historically provides match funding for five percent (5%), and the Airport will provide a match of five percent (5%). Federal Share (90%) $5,649,916 State Share (5%) $ 313,884 County Match (5%) $ 313,884 Total Estimated Project Cost $6,277,684 If the Airport Authority is award grant funding for this project based on bids, match funds will be requested from the General Fund (001) Reserves in the amount of$313,884. 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 17-35 and associated aircraft aprons at the Marco Island Executive Airport. PREPARED BY: Chris Curry, Executive Director, Airport Authority Packet Page -2688- 9/10/2013 16.G.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.G.16.G.4. 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$5,649,916 for construction of the rehabilitation of Runway 17-35 and associated Aircraft Aprons at the Marco Island Executive Airport with a total estimated cost of$6,277,684. Meeting Date: 9/10/2013 Prepared By Name: BrueggemanDebra Title: Operations Coordinator, Airport Authority 8/15/2013 12:02:47 PM Submitted by Title: Executive Director-Airport Authority,Airport Aut Name: CurryChris 8/15/2013 12:02:48 PM Approved By Name: CurryChris Title: Executive Director-Airport Authority,Airport Aut Date: 8/15/2013 2:24:29 PM Name: Joshua Thomas Title: Grants Support Specialist, Date: 8/20/2013 9:25:58 AM Name: BelpedioJennifer Title: Assistant County Attorney,County Attorney Date: 8/21/2013 10:01:32 AM Name: GreenwaldRandy Title:Management/Budget Analyst,Office of Management&B Date: 8/21/2013 1:48:13 PM Packet Page -2689- 9/10/2013 16.G.4. Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Manage Date: 8/22/2013 7:28:39 PM Name: KlatzkowJeff Title: County Attorney Date: 8/23/2013 2:51:29 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 8/23/2013 4:19:42 PM Name: OchsLeo Title: County Manager Date: 8/25/2013 10:37:26 AM Awk Packet Page -2690- 9/10/2013 16.G.4. Co ler County Grant Application Reviewed and Approved by Co Manager,o .•.ignee; Office of Management & Budget 1 Coun Man ger q. /, date After-the-Fact Approval by the BCC is required at the September 10, 2013 BCC TO: Leo Ochs,County Manager CC: Debbie Brueggerman,Airport Authority FROM: Joshua Thomas, Grant Support Specialist DATE: August 12,2013 SUBJECT: County Manager review and approval of a 2013 Federal Aviation Administration Airport Improvement Grant application in the amount of$6,277,684 The Collier County Airport Authority is applying for an FAA Airport Improvement Grant to fund the construction and rehabilitation of Runway 17-35 at the Marco Island Executive Airport. In March 2011,the Florida Department of Transportation(FDOT)concluded that Runway17-35 at the Marco Island 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. If awarded,the Airport Authority will request an additional 5% ($313,884)from FDOT, and the remaining 5%match ($313,884)from the County. The source of match funding will be General Fund(001)Reserves. 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 niease let me knov, if you have an' questions regarding this request. . r. 0,'r1 , 'm'-.. 3299 Tamiami Trail East,Suite 201 •Naples,Florida 34112-5746.239-252-8973•FAX 239-252-8828 Packet Page -2691- 9/10/2013 16.G.4. BrueggemanDebra From: ThomasJoshua Sent: Friday,July 19, 2013 2:29 PM To: BrueggemanDebra Cc: StanleyTherese Subject: RE:After the Fact Approval Form 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"'. Please let me know if you have any questions. Thanks, Josh From: BrueggemanDebra Sent: Friday,July 19, 2013 1:05 PM To:ThomasJoshua Subject: RE: After the Fact Approval Form Josh, Attached is the Template for after-the-fact approval of the submittal of the grant for MKY, a DRAr1' Executive Summary,and a copy of the pre-application. Let me know if you have any questions or need additional information, and what our next steps are. I am working on the package for IMM, which is very similar, and will get that to you by the end of the day. Thank you, .Debbie✓3tueggenurn. 239-642-7578 £xt. 34 From:ThomasJoshua Sent: Wednesday, July 17, 2013 2:33 PM To: BrueggemanDebra Cc: StanleyTherese Subject: FW: After the Fact Approval Form Hi Debbie, Just following up with you on this,as I still haven't received the attached form. Please let me know if you need any help with the form, I need this form first before the application approval process can begin. Thanks, Josh Packet Page -2692- oJtSikw 9/10/2013 16.G.4. ti �►� COLLIER COUNTY AIRPORT AUTHORITY 2005 Mainsail Drive,Suite 1 3 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—Marco Island Executive Airport Runway 17-35 Rehabilitation—Construction Phase Dear Mrs. Ritchey, Enclosed please find an original and two (2)copies of a FY2013 Airport Improvement Program grant application for the above referenced project, which included 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 The project application consists of the total project, which includes a base bid plus three additive alternatives, as follows: The base bid includes the rehabilitation of Runway 17-35, including lighting,marking, fill and grading with the runway safety area, the rehabilitation of Taxiway B and the first 100' of the apron adjacent to the runway, and drainage improvements. Additive Alternative 141 includes the remaining apron, new segmented circle and wind cone, backup generator for electrical vault, and new rotating beacon with pole. 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 239.657.9191 Fax 239.695.3558 Fax Packet Page -2693- 9/10/2013 16.G.4. Mrs. Krystal Ritchey Grant Application Package—MKY Runway 17-35 Rehabilitation Page 2 of 2 Additive Alternative#2 includes filling and grading within the runway object free area on the east side of the runway. Additive Alternative#3 includes clearing and grubbing of the area west of the apron, fill, grading, and fencing. A cost breakdown for each alternative is included in the application package. If funding constraints prohibit construction of the entire project at this time, the Airport Authority is prepared to move forward with any of the alternatives presented in the application package. 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, Ohjx: Chris Curry Executive Director Copy to: Wendy Sands, FDOT Kristi Smith, FDOT Packet Page -2694- 9/10/2013 16.G.4. APPLICATION CHECKLIST 1. AIRPORT: Marco Island Executive Airport (MKY) LOCATION: Naples, Collier County, FL DATE OF REQUEST FOR FEDERAL ASSISTANCE: August 12 , 2013 Following items to be completed by sponsor or consultant (If No[NJ 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 Yes 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 -2695- 9/10/2013 16.G.4. 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): ❑ 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: J 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: *City: 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-Marco Island Executive 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: *Telephone Number: (239)642-7878 Ext.35 Fax Number: (239)394-3515 `fin *Email: ChrisCuny @colliergov.net Packet Page-2696- 9/10/2013 16.G.4. OMB Number. 4040-0004 Expiration Date: 03/31/2012 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 Title: Airport Improvement Program 12. Funding Opportunity Number: Title: 1 13.Competition Identification Number: Title: 14.Areas Affected by Project(Cities, Counties, States,etc.): Naples, Collier County, Florida(Marco Island Executive Airport) *15. Descriptive Title of Applicant's Project: Rehabilate Runway 17-35 at MKY-Construction Phase. Reconstruct/rehabilitation Runway 17-35(5,000'x 100')and existing aircraft apron(36,800 square yards. Install new runway edge/threshold lighting,including REILS for approaches,electrical vault modification, and electrical back-up generator.Grade runway safety area to conform to standard,improve drainage clear/grub and approximately five acre area west of apron. Relocate and replace the rotating beacon and relocate the segmented circle/wind .,one. Packet Page -2697- 9/10/2013 16.G.4. OMB Number: 4040-0004 Expiration Date: 03/31/2012 Application for Federal Assistance SF-424 ,�IIs 16. Congressional Districts Of: *a.Applicant: 14 *b.Program/Project: 14 Attach an additional list of Program/Project Congressional Districts if needed. 17. Proposed Project: *a.Start Date: October 1,2013 *b. End Date: November 1,2014 18.Estimated Funding($): *a. Federal $5,649,916 *b. Applicant $313,884 *c. State $313,884 *d. Local *e. Other *1. Program Income *g. TOTAL $6,277,684 *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.O. 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) **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: Mr. *First Name: Leo Middle Name: E. *Last Name: Ochs Suffir,: Jr. *Title: County Manager *Telephone Number: (239)255-8383 Fax Number: (239)252-4010 *Email: LeoOchs @colliergov.net *Signature of Authorized Representative: <-r—° `�- *Date Signed: S')/ j Packet Page -2698- 9/10/2013 16.G.4. PROJECT: RECONSTRUCT RUNWAY 17-35 AIRPORT: MARCO ISLAND EXECUTIVE AIRPORT 1. Objectives: Reconstruct/rehabilitation Runway 17-35 (5,000' x 100') and existing aircraft apron (36,800 square yards. Install new runway edge/threshold lighting, including REILS for approaches, vault modification, and electrical back-up generator. Grade runway safety area to conform to standard, improve drainage clear/grub and fill approximately five acre area west of apron. Relocate and replace the rotating beacon and relocate the segmented circle/wind cone. The project has been divided into four alternatives: the base project and three additive alternatives. • Base: Runway Rehabilitation — includes the rehabilitation of Runway 17-35 (5,000' x 100'), including lighting, marking, fill and grading with the runway safety area, the rehabilitation of Taxiway B and the first 100' of the apron adjacent to the runway, and drainage improvements. • Additive Alternative#1: Apron Rehabilitation - includes the remaining apron, new segmented circle and wind cone, backup generator for electrical vault, and new rotating beacon with pole. • Additive Alternative #2: East Fill & Grade - includes filling and grading within the runway object free area on the east side of the runway. • Additive Alternative #3: West Clearing, Grubbing & Fill - includes clearing and grubbing of the area west of the apron, fill, grading, and fencing. 2. Anticipated Benefits: Significantly enhance safety by reconstructing/rehabilitating paved runway surfaces currently rated as being in very poor condition, and aircraft apron surfaces currently rated as being in fair condition by the Florida Department of Transportation Aviation Office, improving the runway safety/object free areas, and providing emergency backup power. Clear and fill currently functioning wetlands for ultimate terminal/apron development area(West of current apron)in accordance with the provisions of current Federal and State environmental resource permits, which are set to expire in the near future. MKY Runway 17-35 Reconstruction Page 1 oft Packet Page -2699- 9/10/2013 16.G.4. , 3. Approach: Consultants' and contractors' means and methods using standard design and construction practices. 4. Geographic Location: This project is for the Marco Island Executive Airport, located at 2005 Mainsail Drive, Naples, Collier County, Florida. 5. Sponsor's Representative: Chris Curry, Executive Director, Collier County Airport Authority Astok MKY Runway 17-35 Reconstruction Page 2 of 2 Packet Page -2700- 9/10/2013 16.G.4. PROJECT SCHEDULE RUNWAY 17-35 AND APRON REHABILITATION AT MARCO ISLAND EXECUTIVE AIRPORT FOR BASE BID AND SELECTED ALTERNATES BASE BID and BASE BID and BASF BID and BASE BID PHASES START ALTS.1,2,&3 ALTS.1 8 2 ALT. 1 ONLY Phase I Mobilization Oct. 1, 2013 Oct. 1, 2013 Oct. 1, 2013 Oct. 1, 2013 Phase II Runway Rehab. Nov. 1, 2013 Nov. 1, 2013 Nov. 1, 2013 Nov. 1, 2013 Phase II Apron:Rehab Jan. 30, 2014 Jan. 30, 2014 Jan. 25, 2014 I Jan. 15, 2014 Phase III Beacon& Generator March 1, 2014 March 1, 2014 Feb. 25, 2014 N/A Phase:IV Marking& Grooving March 1, 2014 March 1, 2014 Feb. 25, 2014 1 Feb. 15, 2014 Substantial Completion March 15, 2014 March 15, 2014 March 10, 2014 Feb. 20, 2014 I Final Completion April 15, 2014 April 15, 2014 April 10, 2014 ' March 20, 2014 Project Close-Out July 15, 2014 July 15, 2014 July 10, 2014 July 1, 2014 1 C:\Documents and Settings\debrabrueggeman\Desktop\MKY Runway App\MKY PROJECT SCHEDULE PHASES.docx Packet Page -2701- 9/10/2013 16.G.4. MARCO ISLAND EXECUTIVE AIRPORT RUNWAY 17-35 RECONSTRUCTION ATTACHMENT "A" Amok Grant Application Grant Description I. Grant Description—Total Project Reconstruct/rehabilitation Runway 17-35 (5,000' x 100') and existing aircraft apron (36,800 square yards. Install new runway edge/threshold Iighting, including REILS for approaches, vault modification, and electrical back-up generator. Grade runway safety area to conform to standard, improve drainage clear/grub and fill approximately five acre area west of apron. Relocate and replace the rotating beacon and relocate the segmented circle/wind cone. The project has been divided into four alternatives: the base project and three additive alternatives. A cost breakdown for each alternative is provided in section II. • Base: Runway Rehabilitation — includes the rehabilitation of Runway 17-35 (5,000' x 100'), including lighting, marking, fill and grading with the runway safety area, the rehabilitation of Taxiway B and the first 100' of the apron adjacent to the runway, and drainage improvements. • Additive Alternative #1: Apron Rehabilitation - includes the remaining apron, Atilk new segmented circle and wind cone,backup generator for electrical vault, and new rotating beacon with pole. • Additive Alternative #2: East Fill & Grade - includes filling and grading within the runway object free area on the east side of the runway. • Additive Alternative #3: West Clearing, Grubbing & Fill - includes clearing and grubbing of the area west of the apron, fill, grading, and fencing. According to the most recent Florida Department of Transportation (FDOT) Statewide Airfield Pavement Inspection, Runway 17-35 at the Marco Island Executive Airport is in "very poor" condition, Taxiway B connector is in "failed" condition, and the aircraft aprons are rated in "fair" condition. The PCI rating of 31 for Runway 17-35 is below both the FDOT and Federal Aviation Administration General Aviation Minimum PCI Ratings. Agolik MKY Runway 17-35 Reconstruction Attachment"A" Page 1 of 3 Packet Page -2702- 9/10/2013 16.G.4. MARCO ISLAND EXECUTIVE AIRPORT RUNWAY 17-35 RECONSTRUCTION ATTACHMENT "A" II. Cost Breakdowns Construction Alternative Costs: ENGR. A/P CONSTRUCTION ALTERNATIVES IFE CONST. ADMIN ADMIN. TOTAL Base Bid-Runway Rehabilitation $3,383 $3,390,231 $410,713 $25,000 $3,829,327 Additive Alternate#1 -Apron Rehab $1,322,336 $126,627 $1,448,963 Additive Alternate#2-East Fill&Grade $593,281 $18,995 $576,983 Additive Alternate#3-West Clearing, $380,794 $6,323 $387,117 Grubbing&Fill TOTAL $3,383 $5,686,643 $562,658 $25,000 $6,277,684 Total Project (Base,Additive Alternative#1, Additive Alternative#2, and Additive Alternative#3): FAA GRANT OTHER COST AMT(90%) (10%) Independent Fee Estimate $3,383 $3,045 $338 Engineering/Construction Administration $562,658 $506,392 $56,266 Construction $5,686,643 $5,117,979 $568,664 Airport Authority Administration $25,000 $22,500 $2,500 TOTAL $6,277,684 5,649,916 627,768 Total Project excluding Additive Alternative #3 (Base,Additive Alternative#1 and Additive Alternative#2): FAA GRANT OTHER COST AMT(90%) (10%) Independent Fee Estimate $3,383 $3,045 $338 Engineering/Construction Administration $556,33: $500.70: $55,6 Construction $5,305,841 $4,775.26= $530.58 Airport Authority Administration $25,000 $22,500 $2,500 TOTAL $5,890,566 $5,301,510 $589,057 MKY Runway 17-35 Reconstruction Attachment"A" Page 2of 3 Packet Page-2703- 9/10/2013 16.G.4. MARCO ISLAND EXECUTIVE AIRPORT RUNWAY 17-35 RECONSTRUCTION ATTACHMENT "A" Cost Breakdown—Total Project excluding Additive Alternative#3 and Additive Alternative#2 (Base and Additive Alternative #1): FAA GRANT OTHER COST AMT (90%) (10%) Independent Fee Estimate $3,383 $3,045 $338 Engineering/Construction Administration $537,340 $483,606 $53,734 Construction $4,712,567 $4,241,310 $471,257 Airport Authority Administration $25,000 $22,500 $2,500 TOTAL $5,278,290 $4,750,461 $527,829 Cost Breakdown—Base Only: FAA GRANT OTHER COST AMT(90%) (10%) Independent Fee Estimate $3,383 $3,045 $338 Engineering/Construction Administration $410,713 $369,641 $41,071 Construction $3,390,231 $3,051,208 $339,023 Airport Authority Administration $25,000 $22,500 $2,500 Ailtk TOTAL $3,829,327 $3,446,394 $382,933 MKY Runway 17-35 Reconstruction Attachment"A" Page 3of 3 Packet Page -2704- 9/10/2013 16.G.4. m 0 N .... N crIo m m ono CID rI ri m N CO a a V *. N N w U m LD m m �o ono 1-1 c-I M N Co 0 to N N m 0 Li M CO m t i c a o° icc .. m N to Lf1 N. at es, Lc> oc r•1 N C O V1 O N 0 0 r-1 to it CO 111 N ON O to N t7 a1 r. o .-1 S o m at u-) co co Ill rn M Vol I-I N C re m' O Io M u. On Lr v1 A co C m VD o co CC M m V1 t.0 N N 0 OU V) tp 14 N It ri N CJ > O co O = J;+ L L C) 4-. y V7 G c c -c rc R v c c- E o c CB u t. N +, 2 .¢ N L IQ 1.1.1 1.1.1 4• < m a C a .L a) )_ _ C -a L U Q Q GJ •C "' O 0 o c O a H 1— c uJ U Q Packet Page-2705- 9/10/2013 16.G.4. Cr) b N O CO tD e-.4 01 Vl N e-1 CO N N t!1 U tf1 N N r N V CO I-1 01 N N N rl 00 N N tel H t.D al 0 to e4 N e4 U. 00 V1 O N. moo rn L O L O&...W O N O m _ C i G c9 V1 N 'q' O O CO d' O tD O 'i t O t~ N u'1 co CU m O LA. N .1 LA 0* ON n r M,n a1 r N ro = omo m v 00 °o tt$ D m m 00 O to a Ki U tri ui O 1 r- V1 O N 00 u L ui 2 N c xz o C m ca n t„{ c c a vi - cc O CV < . to o c CO C .t , w ; } < Q °7 c -a L.L. 0 o C • _++ \ C L :2 • 'L Q W CU tU ` GJ o_ C N O Q` ea c w 0 Q Packet Page -2706- 9/10/2013 16.G.4. � � o in co i-4 00 l0 N Ol N N N N U t.0 N .4 ,i 00 LD N ON H 0 *N N ID u. co N M M U1 O N i_ R1 N-- N Lf1 CO CU oe° m i--1 N N _ ,tr O Vl N 0 O rI e* t f1 01 i-■ .3 tf1 LO O O rN in 1 a* M y N N [0f1 O M N LL of of of N VI fC M M u O N et F, M N N Lfl 0Q I- h VI t` N N O Ct ll! C O i3 to L H 4. , G Z, R 7.1 4_, z. ro O C f9 c -_ i Y U C G7 'n , 4., w r`.. Q Q °1 C c c O n2 CD c = MI 'C. u Q E C a, c if Q CU au a c ° O au m t_u U Q Packet Page -2707- 9/10/2013 16.G.4. iirok 10 M r-I U1 tD H lPl WI N V t°�11 NO ���1 01 U • M rN-I VI a) r-i Lf1 1f1 N et G Le) F-1(•4 ri th CO ■i M O en en m O O Le) OM1 = Y ° d' M N 00 O 0 !-t M m as .a er Nv o o aa)i ea -c O 1.0 N to en QJ M al ri N le Atek in 1 CI en O N to in M w .:et Ni. et M M N I-I A to CC) 1-1 M O N = m I. N O en N M !f M N co N Y U en' M 2 2 U c O , to L y c c 0 -c t 4-, c CD O C u E .;+ O -0 N < w N I. J.+ \ c L a) C O = 'C CL, O Q m N QJ t^ L I- 01 17; O 0 Lei a)m w U Q Packet Page-2708- 9/10/2013 16.G.4. g LL p ii° / il .§: =- M _ - �� i 1 " kl t�. :.%1 .... • j � ...... — •%/jo 7 ,..; Ili- ql mi 5.1E := of • w z z o Y�Y!! UZ R8 � yg o/ Jk ...,a- WT U W p i O ° i I 1 r o < / i o 4( / 7'--.! Pry° Et " w 0 4 i• 2 Ct �• U O \ /I,: a-..- f . >a Packet Page -2709- .. , ,,, _.,,....,..„.... 9/10/2013 16 G 4 . Ask I ‘. \ 1 1 I ..■ .:\ .__ __. .1•' l'., ' -•■1 ul X:- m 1 r.....1 • • . . 1 7 ••• I 1 ' ( . . I ei• ,' .. ' \ $ Li, 4.-. -.......„ ra- 1 , ..'.... ..0 0,r);1.1 ....,„. / . '0. •..., 7: \ i __.._„_,..- 1... > I .. ....k 0 O / ,„__,...-..---. ■.. t , , _ .• • ._c, E -----, \\.. \ ,-4\• • _ \ . o 4..., r , . ra rZi - •).,• /N. . < ,n2 . \ . •.), , . +.., 0 . kt • * '.1-7 '• 0 , •4,'• •' , O.) . < 13 0L \\ I ..... ',L ••...t,..,.i 4:,' C Lhat 113 ••••■■ ,... ' .. . • ' ,.- .1 '..k",, ' . - – .... ., ott •-t , tir) < .,'.-.31;lf e '•-•,..tki. • ', 11-- CV C:. - ' '• 1..! ',I1,:.'•%\'‘ j • ', • . 0 > f•-- JI", LP — Sem 4■0 u LO I. , : •, \,"2•V \ tt$ = .s•-,- rn .. r --' .2 ty, x c 111 w . . \ . . . Air • _ \ . ..s • ...., Packet Page -2710- 9/10/2013 16.G.4. DETERMINATION OF ENVIRONMENTAL IMPACTS Airport: Marco Island Executive Airport Detailed Project Description: Reconstruct/rehabilitation Runway 17-35 (5,000' x 100') and existing aircraft apron(36.800 square yards. Install new runway edge/threshold lighting, including REILS for approaches, vault modification, and electrical back-up generator. Grade runway safety area to conform to standard, improve drainage clear/grub and fill approximately 5 acre area west of apron. Relocate and replace the rotating beacon and relocate the segmented circle/wind cone. In order for the FAA to determine the appropriate course of action, the FAA must determine and the sponsor must certify that the proposed action is not likely to: a. Have an effect on properties protected under Section 106 of the Historic Preservation Act of 1966, as amended, Section 4(f) of the Department of Transportation Act of 1966, or Section 6(f) of the Land and Water Conservation Act; b. Be highly controversial on environmental grounds. A proposed Federal action is considered highly controversial when the action is opposed by a Federal, state or local government agency or by a substantial number of persons affected by such action on environmental grounds; c. Have a significant impact on natural, ecological, cultural, or scenic resources of national, state, or local significance, including endangered species, wetland, floodplains, coastal zones, prime or unique farmland, energy supply and natural resources, or resources protected by the Fish and Wildlife Coordination Act; d. Be highly controversial with respect to the availability of adequate relocation housing. In an action involving relocation of persons or businesses, a controversy over the amount of the acquisition or relocation payments is not considered to be a controversy with respect to the availability of adequate relocation housing; e. Cause substantial division or disruption of an established community, or disrupt orderly, planned development, or is likely to be not reasonably consistent with plans or goals that have been adopted by the community in which the project is located; f. Have a significant environmental impact on minority or low-income populations; g. Cause a significant increase in surface traffic congestion; h. Have a significant impact on noise levels of noise sensitive areas; i. Have a significant impact on water quality or contaminate a public water supply system; j. Have a significant impact on air quality or violate the local, state or Federal standards of air quality; k. Be inconsistent with any Federal, state, or local law or administrative determination relating to the environment. Based on the attached Environmental Determination Checklist, I certify that the project(s) described above meet(s) the test for a Categorical Exclusion in accordance with FAA Order 5050.4h ana paragraphs a tnru k above. (72/2/14/3 (:)ekit SY/02/43 Signature of Authorized ort Representative Date FAA Determination(by Program Manager/Environmental Specialist signature): Categorically Excluded: Date Requires Further Environmental Analysi Date Packet Page -2711- 9/10/2013 16.G.4. ENVIRONMENTAL DETERMINATION CHECKLIST Airport: Marco Island Executive Airport olaw Detailed description of Proposed Project: Reconstruct/rehabilitation Runway 17-35 (5,000' x 100') and existing aircraft apron(36,800 square yards. Install new runway edge/threshold lighting.including REILS for approaches,vault modification, and electrical back-up generator. Grade runway safety area to conform to standard, improve drainage clear/grub and fill approximately 5 acre area west of apron. Relocate and replace the rotating beacon and relocate the segmented circle/wind cone. • Prepared and certified by: jA A ��, Date: d//c7/%.? YES NO COMMENTS IS THIS PROPOSED PROJECT LISTED AS CATEGORICALLY EXCLUDED IN FAA ORDER 5050.4A? THIS PROPOSED PROJECT CONSISTS OF: X First Time ALP Approval X Commercial Service Airport Location Approval X New Air Carrier Runway X New Airport Location X New Runway X Runway Extension X Runway Strengthening w/ 1.5 DNL Increase X 1 Construction or Relocation of a Roadway X Land Acquisition X oak ILS or ALS X THIS PROPOSED PROJECT WILL AFFECT: Section 4(f) Land N X Historic/Archaeological Resources X Farmland X Wetlands X Floodplains X Coastal Zone X Endangered or Threatened Species X THIS PROPOSED PROJECT IS LIKELY TO: Be Highly Controversial on Environmental X Grounds Cause Natural Resource Impacts X Be Controversial Regarding Relocation Housing X Cause Community Disruption X Cause Surface Traffic Congestion X Cause Increase of 1.5 DNL over Noise Sensitive X Areas Cause an Effect on Air Quality ( X Cause an Effect on Water Quality X Cause Environmental Justice Concerns X Contain or Affect Hazardous Materials X Be Inconsistent with Other Environmental Laws 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 -2712- 9/10/2013 16.G.4. Environmental Determination Checklist For Marco Island Executive Airport Taxiway Reconstruction Wetlands The Collier County Airport Authority has mitigated for the wetland impact of this project,as required by Army Corps of Engineers Permit: • Purchased 26.04 acres of mangrove islands and donated/conveyed to the State of Florida. • Completed off-site wetland mitigation activities on a 324.16 acre parcel at Rookery Bay National Estuarine Research Reserve. The mitigation activities included 7.56 acres of wetland restoration, 213.97 acres of wetland enhancement, 79.41 acres of upland enhancement, backfilling 1.0 acre of ditches to restore natural hydrology, and geo- webbing of two sites along a 1.223 acre Florida Power and Light easement road to re- establish surface water sheet flow. • Continuing to perform annual environmental oversight and maintenance at off-site mitigation site in compliance with terms and conditions of issuance of environmental resource permits. Packet Page -2713- 9/10/2013 16.G.4. MARCO ISLAND EXECUTIVE AIRPORT RUNWAY 17-35 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 -2714- 9/10/2013 16.G.4. TAB A BID TABS Packet Page -2715- 9/10/2013 16.G.4. {' .pa v W a F e , O Q n 8 2 ;,128888888 8 8 8 8 8 8 2 2 2 8 8 282 e M 8 F; 82 ° 5 < 55E 2 o = gO E n o$ F, f o 5Y5 O 1E 5N 5E 5 1 Fl N NN - - M - a 1 D i N a . . N . M w N m s . » N 2 N M n N N N P N „ N N S 4 c w L i W N P h N o 71- : 82 ^ N y . n N n 0 - N m 2842, 8222P2 8 N M8 0 a ro n L ' 2 N m ' « O N 222 2A 2 N 2 NM N N Y it 8 w N E Q - N ; 71 « n « N NN M k I a - « 8 K .i .nw N N w Li 8 8 8 8 2 2 8 8 +2 8 888888°2 8 8 88 ° 8 8 ° 8 8 8 8 8 8 8 8 N i Z" a 3F, '42 E $ a 8 „ 3 2$R VV,IS R 5 r ti 8 a 5 o 6, 1 IN N ; 3 ; ; N _ �B« N E, ENN � 33333 A 0 N N N E Y 0 E 0 c N ° ° ° ° D Yon - 2 � 8 28 88 88g ' » » S ° ^ 7n � NNNN N° 2 22 .. 5, ` 7 ° - kN N N N n - N - i 8 8 8 8 2 °o : 2 8 8 8 8 8 8 8 8 8 8 88 ° 8 ° °°'P 22 J - m° m n Y J . M N- N N N N .r N N - - ° r N t a N N M N P N n N N M N < N N 6 -___ Y1 22222P8S 888 28PVI2 8822I8. P2P2P8228 28 S W vi '' - - ° Y N OI N a- W - O - ' - ° a m n o N c D f U m# N N N N N . . . . . . . N N NI N N N i _Is s I 4, 882E2 � g � � a NNY _ - k _ fib N�« J 2111 YI Q U t, .2.- t 4J N mpN t t N J t ,IJIJ W W W w J U F I a 5 gl a I N W W ZZZ Q O 11 21 8 LI Ig p E O p N m i _ ¢ c c I ¢ ¢to ffl B w m m � < w r 2 Ill .4I1 4N ¢ U U - } 0 'o w w5 S olS IU F I rc zIw u IS l#+l u w o V4 P 6 = _ , =' . I6 .ILL! ^' w 8O¢ z z m0 m w a o ¢ w o i oil i 2 IQ z g zlw w = ! 3 a z t w 9 z l z: I W O 99 OIU Z O = a rc i w m z X - Iv ° a .'a p LL w a Yalc a o o ulul id d ° QIi 0 41i < m 5- }� ilw w z § m 21x1 ¢ U y XX aa IO W 0 Z] O 01O 'J OIC ¢ LL ''k'1',71>-CCIY a 4?LL 4 _I V ¢ K)w W IJJ- 2 piz'.. 4 I 11 y Q I t 6 O.g . O I ¢ p 2 Z 2 Z w p a l 4 ¢ ala alai= 2 ¢ ¢ ¢,^J U= a p w W,_ pI IL ¢ p � � Oi0 O � q aJ z. n °a g z�c < < Yiv v � �> OU U w �Iw 2 L �J o sli' W l v ¢lw z W8! cI¢I¢ l a g n i pi a ° O o 0 T t W I W T 2 m m i m I° o f f f 5 I� slv �o rc ¢ ¢I¢I¢ u n �� m a 1 _�« S�_ iii� _I-1« . nlnlo m - _ 1rv1. -I-II- _ h „ IN ;1; { In Z nl; ; N r N °N ? °' ; « 'ii ; i �I41; r d d gI"N'I = olli; vI « .1_4 Ir 1 a �d�d d`d d d d d d d d dldd�d,a a ali a a`n d d�d d d�d�dld a d .°-j I r i Y 3 Packet Page -2716- 9/10/2013 16.G.4. t..:2,..; O Di k? 0 f d f S b O O O N » O ; - O O " - r c + O O o C $ P o o u o e . S. �pp G gqE. E. ° ♦♦Go N n « G « N N N N V N N N : f• M O b 'S D :n la „ � M ” M w M � » N Fl A t 11 4 2 h P " N H - r Or n O b a - N ; ry N C tl O♦; N f M » g - I C O O a - : " + M M" .4 N » » K N » I N N « » N : a � � nio1e g m N t»- IF" " N -, F I G81 II CC $ G pp 8 n bb p A o 88 CC ^ ▪Ie s 0 E s a a CC O o ana . ca ,: • :+$ I " f - g n r S n n R „ Karl^ „ fq'81 N - .- N V b h ry Y G n °I O c n H 4 � F g I ft fl Y I H11J1'..I. Ho�-e tC W i I § - EEERr, ,. _ r N " p 8 `"' n - n _ - - G m SO I w I x x I r I x - x I N K Q 5 J 5 5 5 5 W W W I U V U U W ' g s1 - J VI 1 y T m= t I ¢ Z W Z m g x V Z Z O n m N Z g i Q 1 o O i J V a^ O z t¢ w.0 Z w m K O Wm2 K u g o w 17=',4 _E w 8�L'i u E i p 2 V Z Z w "' ❑ p y m O ❑ Wi ❑O ❑ ,52- n, z ? i_ ❑ gi o ° 4 .?,-,,,,,:=,,;.:.?,-,,,,,:=,,;.: O ` 1 . a ,z' w <- 4❑ z a d 0 W° �m w .V z xO 8 g O I`f r ' W'.i � O t.6¢ ¢ c p a g ie Ca x ❑ W E o m 5 -g 2. t o$i . O U Z W 11.1 W m 3 W V �2 F_ Z t U1. .- w o Wz al .17,:i 51 z. 1z W V ❑ m m- = w �a ,6 viii W o U ❑❑w❑Wn'ti psIg w< W W N W 'r K W N W I....Y_ ;z 0 C2V:4g1 f a > 1.Zih v¢ ..0 = > 1 J O Wlz gy l ECO7 i -Z-ZiZUV UO Z Z W w a ti El i5 Z ` < tl I pZH r ¢ w Z -Z V iO 00 LLli Zlw o5 wS¢w Sz agE o 2N .,2,-g g a. -d;1 Z ¢Ia 0 Z ZIZW,.. ,- ` zIwi g=2ro t Iw?=1u, g FU 010I0 wlx i F WWg Nxh U(UU W i C f mOj !3¢ !°.,79 I'>wZ W w o o o i l ? rei I¢ K . ! 11 ^ "Iii IIldl 4 9 i s I ; « ry e1C t, = � i r ddlddld{dd n 1 . I l 5 3 Packet Page -2717- 9/10/2013 16 G 4 sh ' _ w Ps° f g. Amok: 1 g.1.1F-!;:grC.ra4 “-,!a86!”. 01 r.=1!8 ! 5 41 1 E... Viii.F,E111,9RF,E!ki".i,“ RZIAERWirt! REEE,11,1E,E- q 5 1 I =•;;;:.;,.."3'»i5";D,g221;:',, 9! Faigti9EAEIR 11:34tr,,:trig i A 1 t - » g 2 . . - I , E ;;;Xi2212,e;V:=2R2g!t8 A2,7.:;;S:Cap RN;;;IA:01 . ...,„. . ...... .,... .. q o. .m.- — »- »-» t» • 2 4,!, Fig.P, 15 *.g.g.44 .111 5 5 1 inFilUREpczTh:iFT474.K :i.L.Z0J4iMs.r.71t zuguiR 1 au vaas ,,a----; —,q, aaR21.49F;a41 aliE ;,,a221 l ' 1 I = 0 1 :asEirdaPq4.7.1z:22.7vg.tri vi.r. r „ ...i..t'tttiiAii -',':;aLt''' ". R** ; 1 sgr.84r,agg$8;.-,?,“,2*11 ro:ssgs8.482; zsgsissntl 4015 111M0P.MAE1W4H4q MOg.00Wa tglIC00-, &- 5- t._ ,.. ....._ - :11.7-gf '4-,'i g Ri'6 1 k It ' ., _ , g 21 i5 20 " 41 r - I 11,4,65t,,Az;q11-A6ttitik-a [ '1 FiMia 'fi§8 5 . g 4 / 48 .35.; wZc° "I 2 I 1 1 ! A.,7,2ts:Ed it9 3 ;11 1 F , Vi!Pah, 52;e E g 1 1 P wit1 .-I-L,2 , 3 E. I P ■ 1 1 ,r- 11 i i1"11 -;',7",2 4 i •4 7/ ' 0 ! 82,3.24S15nI 2X6 'ci 98klu . ,I=1 ,9 g 5 0 F__ 6.,i,„=,0„--4 .2* 4 g21 L'it- 5* -- ?..e= . ; P. i ±' . ig (Fitg2400.70 % I ea-1 re Piuil:i2,,'-'13tF,2EZ'q 'z'4!.1122 0,112 i 1 i glfc- f74,1',5252a1;2q 0E2tc ' -(52'g WV0 mg. 3W3'662Itt ix'T(0,',E V-.C.Z ., i / 1 ! 1,=',= 1-55 I 1, 1'ii-2 0 ;, ,g .f, n'EBtEE .042, td,qvi,-.17-E1 1 ,,_'4 . 05q2:4gM,%Pil .q10 1 eiiii§c,F,2 if-,2;a1,,EI ; i ,W22c_5, iHRR±g51 )- A g 5 g 2 nMii 50 n'WrE02. 2 d,g'.7-i;EAlt-i i d 2 P n,t4- i - ' 1 g 1 1 -;'"-`,7;;;;1 E 2.12,:a..... .... t • • • t 1.-=°- lid.d.d.I.:tra..=” i7h777i" 1 g g 1 i i 1 i i 444100A, Packet Page -2718- 9/10/2013 16.G4. 8° : la I !tEg LI I is I, 4 ! es :4;MM:imUMM> z 1.• 3f 3 RI 21Alf tZxMniEiW- -IMO & m&SPIndll* '1112; 2a VIV:14 I 11,i181E-Olt . E g 3 g z g • s I 4 t 1 Packet Page -2719- 9/10/2013 16.G.4. TAB B LOW BID PACKAGE OWEN AMES KIMBALL Packet Page -2720- 9/10/2013 16.G.4. REHABIUTATION OF RUNWAY 17-35 MARCO ISLAND EXECUTIVE AIRPORT FINAL BID SCHEDULE JUNE,2013 ITEM NO.• 'ITEM.DESCRIPTION •. ,.UNITS. .ESTIMATED: ..UNIT PRICE -•TOTAL AMOUNT M-100-1 MOBILIZATION LS 1 $197,950.00 $197,950.00 P-101-5.1 CONCRETE PAVEMENT REMOVAL SY 700 $3.21 $2,247.00 P-101-5.2 ASPHALTIC CONCRETE PAVEMENT REMOVAL SY 60,700 - $1.23 $74.661.00 P-101-5.4 COLD PLANING(0-3 INCHES) SY 1.000 $2.14 $2,140.00 P-120-5.2 REMOVAL OF RUNWAY EDGE&THRESHOLD LIGHTING SYSTEM LS , 1 $4.949.62 , $4,949.82 P-120-5.4 REMOVAL OF CABLES,CONDUITS&MISC.LIGHTING EOUIOMENT LS 1 $1,440.22 $1,440.22 - P-120-5.6 REMOVAL OF STORM DRAIN PIPE LF 200 $16.05 $3,210.00 , P-120-5.7 REMOVAL OF DRAINAGE HEADWALL EACH 2 $535.00 $1.070.00 P-120-5.8 REMOVAL OF TAXIWAY EDGE LIGHTS&BASE EACH 11 $123.05 $1,353.55 P-120-5.9 REMOVAL OF AIRFIELD SIGNS&BASE EACH 3 $326.35 $979.05 ~P-151-4.1 CLEARING BRUSH ACRES 0.2 $2,675.00 $535.00 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1.600 $3.69 $5,904.00 P-152.4.5 BBORROW EXCAVATION CY 6.000 $8.56 $51,360.00 P-156-5.1 TEMPORARY TURBIDITY BARRIER LF 20D $7.49 $1,498.00 P-156-5.2 TEMPORARY SILTATION FENCE LF 1,000 $0.70 $700.00 P-156-5.3 TEMPORARY HAY BALES LF 1.000 65.35 $5,350.00 P-160.8.1 STABILIZED SUBGRADE,12"THICK(LBR=40) SY 63100 $3.37 $212,647.00 P-211.5.1 LIMEROCK BASE COURSE,6"THICK(LBR=100) SY 61,900 $8.51 $526,769.00 X-103.5.1 PAVEMENT INTERLAYER FABRIC SY $0.00 $0.00 P-401-8.1 BITUMINOUS SURFACE COURSE TON 14,980 $122.57 $1,836,098.60 P-530-5.1 RIPRAP WITH FILTER FABRIC _ SY 800 $10.70 $8,560.00 P-605-5.1 CLEAN AND SEAL ASPHALT CRACKS GREATER THAN 1/4" SY $0.00 $0.00 P-620-5.1 RUNWAY&TAXIWAY PAINTING WITH TYPE I BEAD SF 35,000 $0.64 $22,400.00 P-620-5.2 RUNWAY&TAXIWAY PAINTING WITH TYPE III BEAD SF 1 500 $0.86 $430.00 P-620-5.3 BLACK OUTLINE PAINT(NO BEADS) SF 750 $0.43 $322.50 0-701-5.1 16"RCP LF 540 $48.15 $26.001.00 0-701-5.2 24"RCP LF 361 181.32 129.356.52 0-701-5.3 +14"X23"ERCP LF 38 $48.15 $1,829.70 0-701-5.4 12"PVC FORCE MAIN OFFSET LS I 1 513,375.00 $13,375.00 0-705-5.5 8"UNDERDRAIN COMPLETE LF 700 $26.75 $18,725.00 D-751-5.1 TYPE C INLET EACH . 2 $2.140.00 $4,280.00 r D-751-5.2 TYPE C INLET MODIFIED AIRCRAFT EACH 2 $3,424.00 $6,848.00 0-751-5.3 TYPE E INLET EACH 2 $3,210.00 $6.420.00 D-752-5.1 MITERED END SECTION EACH 4 $1,070.00 $4,280.00 0-752-5.3 MODIFIED EXISTING INLET/OUTLET LS 1 $2.675.00 $2.675.00 T-901-5.1 SEEDING AND MULCHING ACRES 4 $1,165.23 $4,660.92 T-904-5.1 !SODDING SY 30,000 $2.41 $72,300.00 T-906-5.1 MULCHING ACRES 4 1 $1,165.23 $4.660.92 L-108-5.1 (UNDERGROUND CABLE.#8 AWG,5-KV,L-824,TYPE C,INSTALLED IN DUCT OR LF 17,000 1 61.28 $21.760.00 L-108-5.2 IBARE COPPER COUNTERPOISE WIRE.#6 AWG,INSTALLED IN TRENCH OR DUCT, LF 13,000 i $2.09 $27,170.00 L-110-5.1 I1 W2"SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH,INCLUDING LF 13,000 $4.07 552,910.00 L-110-5.2 I2W2"SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH,INCLUDING I LF i 320 $6.21 $1,987.20 L-110-5.3 12W2"SCHEDULE 40 ELECTRICAL DUCT.CONCRETE ENCASED,INCLUDING / LF 435 620.65 $8.982.75 L-110-5.5 I2W2"ELECTRICAL DUCT,CONCRETE ENCASED,INCLUDING TRENCHING AND LF 50 $19.53 $976.50 L-115-5.1 IELECTRICAL JUNCTION BOX,PRE-CAST EACH 4 I $2.296.22 $9,184.88 L-125-5.1 (NEW L-861 MEDIUM INTENSITY ELEVATED RUNWAY EDGE LIGHT(LED),INCLUDING EACH 49 l $1,323.59 $64.855.91 L-125-5.2 INEW L-861E MEDIUM INTENSITY ELEVATED RUNWAY THRESHOLD LIGHT(LED), EACH 16 $1,332.15 $21,314.40 L-125-5.3 ANEW L-852D MEDIUM INTENSITY SEMI-FLUSH RUNWAY EDGE LIGHT(LED).INCLUDING!, EACH 1 $2,264.12 $2,264.12 L-125-5.4 INEW L-867B BASE CAN WITH 314"STEEL COVER IN TURF I EACH i 6712.62 61,425.24 L-125-5.5 I NEW L-861T MEDIUM INTENSITY ELEVATED TAXIWAY EDGE LIGHT(LED).INCLUDING EACH T 2 f $951.23 $1.902.46 L-125-5.6 I RELOCATE EXISTING L-861T MEDIUM INTENSITY ELEVATED TAXIWAY EDGE LIGHT EACH l 11 l $728.67 I $8,015.37 ! L-125-5.7 IREMOVE.STORE AND REINSTALL EXISTING LIGHTED GUIDANCE SIGN AND BASE CANj EACH ' J $3,165.06 $9495.1 E - -. BASE BID RUNWAY 1735 REHABILITATION TOTAL $1.190230.81 M-100-1 !MOBILIZATION I LS I 1 $106,465.00 5106,465.00 P-101-5.1 l CONCRETE PAVEMENT REMOVAL SY ! 150 $8.03 $1,204.50 P-101-5.2 'ASPHALTIC CONCRETE PAVEMENT REMOVAL SY + 22,800 61.61 536.708.00 P-120-5.1 I REMOVAL OF LOCALIZER&SHELTER INCLUDING FOUDATION LS 1 $5,173.45 $5,173.45 P-120.5,3 REMOVAL OF ROTATING BEACON&POLE INCLUDING PAVEMENT REPAIR LS 1 $3,680.80 $3,680.80 P-120-5.5 REMOVAL OF WIND CONE&SEGMENTED CIRCLE,INCLUDING PANELBOARD LS 1 $3,645.49 $3,645.49 P-160-8.1 STABILIZED SUBGRADE,12"THICK(LBR=40) SY 19,000 $3.58 $68,020.00 P-211-5.1 ILIMEROCK BASE COURSE,6"THICK(LBR=100) SY 19,000 $8.67 5164,730.00 P-401-8.1 BITUMINOUS SURFACE COURSE TON 4.900 I $125.76 , $616,322.00 Packet Page -2721- PAGE 1 OF 2 9/10/2013 16.G.4. REHABILITATION OF RUNWAY 17-3S MARCO ISLAND EXECUTIVE AIRPORT FINAL BID SCHEDULE JUNE,2013 AMIN P-620-5.1 RUNWAY&TAXIWAY PAINTING WITH TYPE I BEAD , SF 1.000 _ $0.64 $640.00 P-620.5.3 BLACK OUTLINE PAINT(NO BEADS) SF 1,000 $0.43 $430.00 P-621-4 1 SAW-CUT GROOVING SY 45,000 $0.89 $40,050.00 F-162-5.1 CHAIN-LINK FENCE LF 66 $33.23 $2,193.18 F-162-5.3 WALKWAY GATES EACH 1 $492.20 $492.20 T-904-5.1 SODDING SY 500 $3.37 $1,685.00 L-101-5.1 L-802A AIRPORT ROTATING BEACON,DOUBLE END TYPE.1-CLEAR&1-GREEN LENS, LS 1 $13,332.20 $13,332.20 L-103-5.1 55'MILLERBERND MANUFACTURING COMPANY HINGED BEACON TOWER,OR LS 1 $42,865.18 $42,665.18 L-107-5.1 NEW L-806 LED LIGHTED 8-FOOT SUPPLEMENTAL WIND CONE WITH FOUNDATION,L- UNIT 1 $20,326.79 $20,326.79 L-108-5,1 UNDERGROUND CABLE,#8 AWG,5-KV.L-824,TYPE C,INSTALLED IN DUCT OR LF 700 $1.28 $896.00 L-108-5.2 BARE COPPER COUNTERPOISE WIRE.#6 AWG,INSTALLED IN TRENCH OR DUCT, LF 600 $2.03 $1,218.00 L-108-5.3 UNDERGROUND CABLE,3-42 AWG,INSTALLED IN CONDUIT,INCLUDING TRENCHING LF 1.800 $12.04 $21,672.00 L-110-5.1 1W2"SCHEDULE 40 ELECTRICAL DUCT,DIRECT BURIED IN TRENCH,INCLUDING LF 1,600 $3 80 $6,080.00 L-110-5.4 1W2"ELECTRICAL DUCT,DIRECT BURIED IN TRENCH,INCLUDING TRENCHING, LE 800 $3.05 $2,440.00 L-115-5.1 ELECTRICAL JUNCTION BOX,PRE-CAST I EACH 1 $2,296.22 $2,296.22 L-115-5.2 ELECTRICAL JUNCTION BOX INSTALLATION(JUNCTION BOX SUPPLIED BY FPL)(FOR I EACH 4 $1,831.84 $7,327.36 L-125-5.8 NEW RUNWAY END IDENTIFICATION LIGHTS(REIL),L-849-E,IN TURF W/L-867-D BASE PAIR 2 $25,590 12 $51,180.24 L-125-5.9 PRE-CAST CONCRETE PAD INSTALLATION FOR FPL TRANSFORMER.CONCRETE PAD I EACH 1 $614.18 $614.18 L-125-5.10 ELECTRICAL JUNCTION CAN,L-867-D j EACH 3 $819.62 $2,458.86 16231-1 INSTALLATION OF STANDBY GENERATOR,INCLUDING FOUNDATION,AND ALL I LS 1 $98,389.71 $98,389.71 M-100.1 MOBILIZATION LS 1 $37,608.38 $37,608.36 P-151-4.1 CLEARING BRUSH ACRES 7 $3,210.00 $22,470.00 P-152-4.5 BORROW EXCAVATION CY 21,500 614.98 $322,070.00 P-156.5-1 TEMPORARY TURBIDITY BARRIER LF 400 57.49 $2,996.00 P-156-5.2 TEMPORARY SILTATION FENCE LF 5,000 $0.70 $3,500.00 P-156.5.3 TEMPORARY HAY BALES LF 200 55.35 61.070.00 P-530-5.1 RIPRAP WITH FILTER FABRIC SY 6.200 $21.40 i 5132,680.00 T-901-5.1 SEEDING , 11 $932.18 $10,253.98 T-903-5.1 SPRIGGING 1000 SF 32 $267.50 $8,560.00 T-908-5.1 MULCHING ACRES 18 $932.18 $16,779.24 ALTERNATIVE 2'„EAST FILL'&'GRADE TOTAL ,:<: 567 987. M-1 DOA MOBILIZATION LS 1 $32,022.96 $32,022.96 1 P-151-4.3 CLEARING&GRUBBING I ACRES{ 5 $4,815.00 $24,075.00 P-152-4.5 BORROW EXCAVATION CY * 20,000 $14.98 $299.600.00 P-156-5.2 TEMPORARY SILTATION FENCE LF 1,000 $0.70 $700.00 P-156-$.3 TEMPORARY HAY BALES LF 200 $5.35 $1,070.00 F-162-5.1 CHAIN-LINK FENCE LF 725 $17.71 $12,839.75 1-901-5,1 SEEDING ACRES 5 $1.048.71 $5,243.55 T-908-5.1 MULCHING ACRES 5 $1,048.71 $5,243.55 ALTERNATNE 3 TERMINAL CLEARING,GRUB&FILL TOTAL •.:. •...,;,. ..,;`!3380,794.81:''�: BASE BID RUNWAY 17-35 REHABILITATION TOTAL .< 33,390,230.81.- ALTERNATIVE I APRON REHABIUTATION TOTAL ....":.$1,322,336.36•.: ALTERNATIVE 2.EAST FILL&GRADE TOTAL .. • .• .... $557,987.55':. ALTERNATIVE 3 TERMINAL CLEARING,GRUB&FILL TOTAL $380,794.81 TOTAL BID . _ $5,861,349.55• , Packet Page -2722- PAGE 2 OF 2 9/10/2013 16.G.4. TAB C ENGINEER'S RECOMMENDATION Packet Page -2723- 9/10/2013 16.G.4. HOLE MONTES EUG'NEERS•PLANNERS•SURVEYORS 6200 Whiskey Creek Drive•Fort Myers,Florida 33919•Phone 239.985.1200•Fax.239.985.1260 August 12, 2013 Mr. Chris Curry Executive Director Marco Island Executive Airport 2003 Mainsail Drive Naples, FL 34114 RE: Runway 17-35 and Apron Rehabilitation For Marco Island Executive Airport Bid No. 13-6123 REVISED HM Project No. 2012.066 Dear Mr. Curry: On August 9, 2013, the Collier County Purchasing Department received three (3) 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 Base Bid J ALTERNATE#1 f ALTERNATE#2 ALTERNATE#3 Owen-Ames-Kimbal 3,390,230.81 1,322,336.36 593,281.30 380,794.81 Company Quality Enterprises 4,041,571.00 11,446,602.99 875,228.52 535,357.77 USA, Inc. Conaivias USA LLC 4,242,080.80 1,485,779.52 994,931.31 475,545.64 Engineer's Estimate 4,170,000.00 1,500,000.00 445,430.00 225,000.00 A detailed tabulation of costs is enclosed. Owen Ames Kimbal Company (OAK) submitted the lowest responsive bid for the base bids and all alternates. The lowest bid overall was 9% below the Engineer's estimate; however, Alternate #2 and #3 were substantially over. The following is a comparison of the base bid and alternates submitted by OAK in comparison to the Engineer's estimate: Owen-Ames-Kimbai Engineer's Difference Description Company Estimate Percentage Base Bid Runway 17-35 3,390,230.81 $4,170,000.00 19% below Alternate#1 1,322,336.36 $1,500,000.00 12% below Alternate#2 593,281.30 $445,430.00 25% above Alternate#3 _ 380,794.81 $225,000.00 41% above Packet Page -2724- 9/10/2013 16.G.4. Mr.Chris Curry Cofiler County Airport Authority August 12, 2013 Page 2 of 2 In comparing the bids and the Engineer's estimate, two items had substantially higher unit prices. The unit price for P-152-4.5 Borrow Excavation was$14.98 in the bid for Alternates#2 and#3 as compared to $7.00 in the Engineer's estimate. The unit price for P-530-5.1 RipRap with Filter Fabric under Alternate#2 was $21.40 in the bid as compared to$8.00 in the Engineer's estimate. These differences resulted in an increase of$245,650 for Alternate#2 and $159,600 for Alternate#3. 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 $89,000 to$215,000, 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-Kimbal Company(OAK) in the amount consistent with the bid values for the base bid and selected alternates. Due to the high cost of Alternate#3, it is suggested that the Airport Authority consider not awarding Alternate#3 as part of this project and rebid that portion as a separate project funded in part by FDOT to obtain more favorable bids. HOLE MONT INC. Luc Carriere, P.E. Vi 'President LJC/kgc c.c.: Robert Tweedie H:12012 12012068IWP1AVISatv130809Awa rdfir.doc Packet Page -2725- 9/10/2013 16.G.4. Asi TAB D COST/PROPOSAL FOR CONSTRUCTION OVERSIGHT Packet Page -2726- 9/10/2013 16.G.4. "Construction Phase Services for the Marco island Executive Airport (MKY) Runway 17-35 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 17-35 and a portion of the existing apron, along with other associated improvements at the Marco Island Executive Airport. The existing runway will be rehabilitated at its current length and width to accommodate existing aircraft traffic. The portion of the apron that was not improved under the recent T-Hangar or Apron Expansion Projects will be rehabilitated. The method of rehabilitation will consist of removal of existing pavement and soil cement 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: • Filling and grading of runway safety areas; • Drainage improvements on and adjacent to apron and taxiway; • Replacement of runway edge lighting including addition of REILs at both ends of runway; • New emergency power generator for airfield electrical vault including vault modifications; • Relocation and replacement of rotating beacon; • Relocated segmented circle; • Fill and grade east side of runway object free area; • Clear, rub and fill five acre site west of terminal area; 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. Il. 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 MK! Runway 17-35 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. III. SCOPE Page 1 of 4 Packet Page -2727- 9/10/2013 16.G.4. 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 to provide aerial imaging for FAA airspace analysis, per AC 150/5300-17C and survey and GIS coordination for FAA AGIS, per AC 150/5300-16A and 18C. 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; Amok 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. 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. Page 2 of 4 Packet Page -2728- 9/10/2013 16.G.4. 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. 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 Page 3 of 4 Packet Page -2729- 9/10/2013 16.G.4. 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. Awok 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 Bic 110 Calendar days. Alternate#1 49 Calendar days. Alternate #2 5 Calendar days. Alternate#3 0 Calendar days. Final Completion 30 Calendar days. Page 4 of 4 Packet Page -2730- 9/10/2013 16.G.4. 11 , 11P1 -: :.. - . ..2, l • P.§Il .gont: -, ...g: .7! la , .1 , ,= z ,...,Rtg.iitt:§i,§illijial * ! .1'1.1 ; I.;..e..9r.:■'.: .4 a mi et I: /0:-..1:4,'gl•••2;!.;";1.-.1::i a. I • !i'FI.- ...,„,,,,2,-...4.-,0 ,1;14,4-, 1 .8.-1, ...., •4232::, ._, r,...,,,,, ....1.,.,-,.,:-..,.7., :-.... . . . " 0:0 ,. ' ' 1 .0 ! ' ; 1 : ' 1 " ! . I ' ! I ' !_t : " • ' ,...„ IL.1 I 1 ! ; !-, 1 1 !'1 I-:; ! !-- - --; 0 . 4 ; v.!1'''.8 F,Ig'0!0;:•-',0!:21 :I I :F.:: ?ig!,A1°L ": 1. li.R1 'nil ' •:8 6 , _ i , . ' ' . • 1 , ■ i t 1 I I ' • ' Igl '1 I ,E 111 ' ' ' , ' ! I ! ! 2 ' • 1 : ; 2 ; • 31 ; 1 .a. ! . 1 : i 1 1 j ' , i , ' ; , : i • ' I ' I -----. i . ; 1 1 ; ' 1 .,, 1 ; =g H • ' I ; ' I ' 1 I , '211 -.! , I . , 1 • L ! : ! .; ' ! ; I . S ' I : I31 ' .4- 1 ' ' L1 1 1 . 1 I " 11 '. 1 ' ; ' I ; 11"11 ! 2 . ,It!.. ; ; . ' ; ; ; 1 j ; ; I iH ...!-1- ., !! 1-1-1 I 1 H ; ; ! 1 . :F.' • 6 , 1 : ! 11 :I , . . . 1 • i , s • i, 11-11 , : i , . 3 1 1 , : i I : I , 1 .!,•-.1 , 1;/.1,- : ; ; ; • : ' ; . HI 12; I 1 ' 1 ' 1 ! 1 I I ' I 1 ; 1: ' I I, 1 : ;-• .*. l 'i1 11, tn ' 1-t 0 o'n.° , .43' •vIe);0 "* 101 101 7.1!°gl',21:Foll§',3! IV 21.: °:- 1 1°41 ° I. I i°•°1 ' 1 ...I . Ini , l , ! ! 1 • .I-- ! i ' I—I -■ I. i ' I 1-■--I--,-/-- ! I - . : , ._ ! . _,,_...--T-,..., ;:- .--,--I-! , ---k„,, i , 1 ; !„,i • , 1 , 1 ,,,,,,,..,....,„,,„,,„112 , 1 ! .. li t . .,p.,,,:,.kw:2'.•••1!-',,,,,I,-,1,, • 1 . I ° 1-1 • , 1 , , , 1 , ...,.,.I... ;= ' ' ' , . : , , . 1 • ; ' 1 : , ,h ,i.,.,_I, ,X':s'ai s•s.'sli's'st's,'s.1-s1•s:,!s 1l.a121,-'1'-1!:-;.1 1 1I, .,:I,?,:.,-,1:,,:1,:'.::,?,. al, .4 , ii , 11 i I,, ! / • • 1 ! L_ ' _j ' 1 • _,1 ' I_ L._1_ , / I I!! ! !--!-I-1-/ I-, • I ' ! -I ' - / 1! ! -!---• ---'-I-'-r-.- *-- :-Y--1- 7 '--1-- -! !'• / / / I g• .-/ ; .I• -i ■ , : , ' / ! ' I ! ! I ' In' .1 1 ; 1?-'1 1 I , ' I ; ' I , i li : ' • / . / ! ; ' 1 =I ,----,- I ' ,,I ;,, ' I.o. a = 1 I , I., 1g: • . 1 • 1 • 1 • 1 l • 1 , , • 1 Islp, I : I ' ! ' • ,-, va ' •'...17_;91 'sasla's,:sa's,s's'a s isica's!A I •sI ', : .'`.4i-!.12,!5;', a, ' ,2.a.2,2-22,22 § ' :It-! ' ' ' • ! 1 ' : L. ! " 14! _12-;71-.--' ; 1 ' - -1-- • ' • •- -: • !----•-,--j- -'-•-•!•• ' ; , ; I , ',,,,g I I : I I -4 ••• ••I C . I , . ' 1 , I ' • ,r,, , , 1 I • I • Hi I I---. , ' I ' , : ' i , 1 , I , i , , 1, 1p., 11 IS1 • S'•9,I 5.2:S'a'SI2,'21 - I :fl, a ‘-cl. . Hi Ilt 1 1112:ia'S.SIS1 alS'a•a laaaI a 1 Iapal ° lat...2„I 1 .., 1 • ' : ' ' , ' , I.a: I 1 :-. ' I . to ,4- .x !. I ' ! ; . i. -I_-1__Hr4 , .: ' _ ,,..__ _. I.'." , --7-----'-‘-"-i. .:177-1-1. 1- 1"7":1 I, I ! I 1,,,, ! ! 1 1 ! : : i 1.1 : , .1 1 , 1 r:• 1 1 1 ! : i , I , :?..- ,L: (2,f, , , ' : ' 17--;--r4.- 1 •11 . ..! . ill , . , .1., :ii Ili 1 41 : , 1 °I 0, g• , ' . I ZS,aie I - !aa'521aaa'aa ;-i•o, , ,.8 ,. a a aa. SS'ala a!a'f4 al« ■ 12,1 3.■ .4.,i, 1 ... i `>•'i A..^ i, i 1--=',7;' 17'»1 ,.- -.,-,-:.a - -:-- "-i—:-, • —1 , • I : • , I., ,.] I 1 11 1 -' ! ' ' I ,..,0 , :It .-,; . , , , [ ,.1.... ■..,. , 1 , ' i • ..,0 -,- . 1 , , , , , ' " • ' I ! '&I 121 li ' ' I I-.1 ! 1 !-'I i' I! "gs.' ' ! . ' ; :-•' I ! ! ,s,-0-'4•slass'ss! ■„-', .9., a 0:¢C.• ' 8-1 0 ' 'nII 1 .... r'-•sl • 'sI0 r,,:sis!s"s , 0 I 2'2 222' -233'..."3':•-• ail ,g ' "' ' ;; ;!-, , r-- .i . , 1 , I ; ; ! / , . :,4. , ; _ ......._.__._, ___ ____--,-------!-1-;-, 1-77; , 1 F I . ' 11 ! : 111 a • •:, . , ; 1 : 1 ; 1 : , ; ! , ! . ; :,,,i ,.. .. 1 : 12 X,-,i : I • , 4 ° t• g-13. , . E . . ' ,,s,,,,,2 , : : , .‘.? -'s'-', ! ?-' ! ' , 0"0! : ., 1 ., .1 -:. 1 ix- ..li. . . , 1. I <3- ..._. .. .c.,i . , .4 . gr- .. ; - . ol 'i." g . • 14i 11 .-1 - f-' ii§.11 ! Si 2'2 ,!,,,,j01 r„,-,;01,121 nI ! ;al.! 2 '.....213,24. v 0 _ ....RS.' ,_ ... • '1E-! g ''"'' " 1 ' , ' ,"' I , l' 1 iz-.,a•r.":.-,:-. ! ' : I ! :-. , , ". • ' IE.'/` .1."."..i...._i_, 1__ __[ , I.:.4 1,--Li ';•1- - I '6----. ' - E. - -7- '',- , i . , • 1 ; ' , , 1 , 1 1 • ..,,, a. I! Q -.;ig sp,!..2§1:12:,.2-! !, : ! !s ! '1,1 ' t ! , ' *1 :.I : 1 7, st'i . = ,i li . ' • i ' H ; ' ' ' i ' ,_ I _I 1 1 i ' ' : • 1 ' ' : i• ,,,., ..• 8.• ! ! ' ,BI Ic!! ' Isl' I ' •o' F.' " l' 1 ! ' '''rliZ•gllai II IE1 I !r/ItFliti''SIS' irll k ! l'. a F,11,,,kal.:1..•,/,A. 1,5II ... I 3' 2 ', ,4! I ig ..... ...,, , ,-; r.s . ..:1!.; !..;•'s!w ,o..to - 1 is.- -: , ,! : ; i ' . I ' ' II ' 1 ' ' ' ' I : ■ - III • ' 1! ,-- • 3. 1 1 :- --: - ' I-1 .1 I l'-1 ' f I --!. ' ! .' 1 !,,,,„,j 1,,,,,,,; "! "1 ! E ;...?!,_:?!,7,2-;-•--,I": !.!--R2,;,,!"!-!.::-;”:1--,T.," 12.... 1" : I '' ;- ,-; 2; 2, • ill -°"1" •1" I . ' ! ! • , ! ! ! : • . 1 .- . : 1 ; I c--, . , . i g- ' • i -- --7-- ! ! 1 ; 12; 1§1 ; t11 : 1 L1 . § . ;2-4;012 g'g;.R..0 :,11 12, a li ,-,'6;sr3 s'F.:F.1,,a's:gi5.0,. s -s' .7•,! , sIs• s S'S a,s,u! 10 ; !LiT.',/...».74, .. .*! • . ‘--• • I ; :::':-.. /•%-; '''''". ', ' • '`;'I 'r.' I . • : • 1 ' • 1 ,17`. re..',._,_. , ' , " ! , ' , k ., ,-111 ; , 1 ' I • I . ! 0 I 2 11 ; ! .111 . 113 3", 1 # •j- "I"; ' ! • ! . I,I. g ! • . ! ; ! , ; ' ! ; ' : ; I 1./ / ' I I/ '• • ','' 1 ,, I F,,•! 3 ti / / ' ' ; • , ■, i • : , ! • • I '/ II , • ! ! F / 1 , L , 11 . • - 1'' ' • ' •, . , It ' I • ' • / 11 ' 1 11 1 '' It '''.‘",= I 1 • I li I • .,!' 't "S-1..! 7' !1•'-' ri' ' ! ' , '1 ; : ,I !, ' r ' , .-• ; L l'•- ' '-e• , Ii! !..t1 I ! ' !. ' !!■ ' ' ' : i ' , '`-'- '.•;... :: , ',..I.:,, '' , 'f.! ,:. ...,, st its.t,..11; ': 17..' . , 1 5ii •.,. Iso.,' 'i I I 6 ,f. .,.,=•!i;%al-4,-„,,...i., ,,,,r:tr' , 6 -.1 i ti ,I. l't 1,i:tillitlel li;',t fR,0!-'i I ; § ',.§1 ',4'.'7..! 'I 1 • §- II.8-'izill'i!1•,.. • ,.'S E .•>z• 1 :iity.t.sEigli-iluti lilt..,,, 5,t i i .,' t-gi ;.' ,.,, r. IAA F.,,.:;„ ,E1,E' Lirc1F, 1 r, ti•..',9 ? k't i't•1•11 It!'"2:-,1 lips! "4 VII ! : i 1, Ttzt n % 'a igr^.6! 1,1 ti: il*E . v 2 . .;.= :1 -i:t-1! .1';§...11,i,i11,9q• I. it'. ,-1,1,°;`,11:-'t i z tictiti'fil.t.-.1. e'II 7, 1.61 ,y s itiOli11114:1:.;.-1,1, 81,_IiI. 0.,at 1 .118: k'. I.i g . .1A11..z%All, gli.sg. i .,i, S'olf, ,I. R i i g 111 ii 11,1,11.',E&E; t:''1,4, 1;,'•,1•.,,),..;.,t,n,i:.. 1 g :-,5,§,,,,',„,,:_,!,721,1,;,,!..:,,,,', ..!-,.!;:,,::,;! ,,4 t Ht.,' ti ri i ? • . : , :. , ' , ! . , l,.: '."1. . ,c2R! ', i i. , g 6-8 g , , , el i ! ' E i'B t .1,' 1. ! " ' ', .• ' , ' ', , 'I ES!: ; ! ' g•i '; • " , 1 I ?,'1 g 4 8 ' ' ' ' ' ' ' .,-, ' ,. Packet Page -2731- 9/10/2013 16.G.4. i, . , ! I ; I : ,01 , ! 1 , , 1 . i , ' I ' ■ I 1 A l It! 0:. 2::;•;. . 7..z.,21 '..--•,.- -I '''.1 I .71 2 '.:::::: 2 ,=:;-,... t'! 2:7..r;s1'2,..:•1 .- N.2'..1 .1 la 2 il..rg , "-. 7 r./•'"1:-.1 I ."": : ! "' ! ! : : , : i :- ' 1"' ; , 1 , ! : 1 / ! ,a's I ,:.: ... .,H..._ .. , _._1 . 1. . . ...1,, • 1 '0 11 log.,,i ;1 2 ' 1 .....!•....!•-•!..,1 ■•,,,,,,,i .-1 $ -, !. -;'..I ' 1 2 • , , , , , , I : , , ! - I • . ' • ' { 1 ,.........__ . i _ . [ill : - • ' . - , I i • , 1 • 1 1 , . • ii I . i : , : . . , 1 ; 1 2 ! 1 , I , ; ' 1 : 11 I , ; ' ,,A' I ; 1 1 ! , , 1 • ' I I HI ! ' ! ! • '1, 1 i 1 I 11111 I . . . , 1 HI , ! : ,i! l, l 1 ■ l , !! l l' -1 L! ',.._W___ .1...L_,_ ", Li 1 1 1 i 1 : • 1 III _ ,,...i.2._..1 :_l_l ' : " Til ; 1 ., 1 ' , s . ; s . ! I , , ; 1 . . , !, , 7 ; ; '; H ; •• ; • 1 III HI ' ! ; I 11 , I ill ! I H I I I I I I I I I ; . : ,Il , [:---1' : III : I : '—: --- 1 H I i : Isa'sia..1...gi g 1 .g 2 g's 2. :, . ' 211;21i,5112!iI51: § ;g Si': !' 1 i erie.,..NI 'Ir■ X I 1 • re 'NI I 1 , I ' ' l I 1 F;ll '' • I ' ' . il ' , I III . . I ' ' I I ' ' ' I ' I 'BI 1 al.I.! -1 33 1: 1 , '2 333 2 I j" r :SIR 333174,13 a ,.5..la ,1 I 1 . :: , 1 i . i ' ' i [-I -1 1 i ! , , I ; 1 1 ! 1 ',Si ..1_1_, H_L 1 _ir..- , .1 • - • I 3 •• c , I; I , 1 ' ; 1 I ' ' : rl ''' I ' I ; ' I ' I ' 1 ' , I ' 1,1 1 i otc,: 11 j SlaSs:als'al a 1 Is s Ils-'')a' :71 1 '.,Istiss.p,sial .4:v 1.?,1-.9ial u ' .• 1 •i : . L. ' I ;_'. 1 .. .1. ' ' 1 , ; ' I ' I • i I ,' I • i • , 1 , 17, , i , , , • • . , • 1 , . I . 11 1 1 • :-: , , • it! gtE I -212.2'2!2,21,1 2 . IS; s is•F al , 1 ' stassaSs'al 4 1.02'21 ! 1 ,-,.0,.. 1 .„, . . 1 - ' • 1' R. t : 1 '. 1 . I ',--ci i ,. -, - I °,--1—,-• 1 1 i'.1 1 ', 1 'i . 1 I1 1 0. . • I ' 11 1 ' 10. 1's 'isaa,isisis,., .1 la, a 'Ials„.,;_, 11 .-.,:,.,1 , 3 S•S,!,Ft S.43 a 2.,,,, , .1,..il .g,-; r.• ,, --i---, 1---, ! L-H 1 ' 1 '', , r , ,, , L5, ii -. .:=1 H • I -1',.•-:-.:!-!----11-• -i•-'1-1 --i, 1 1,-'•'• , i 1 ' ; ; I ! . I I I 1 . 1 I ! • , 1 ; 1 : I ■ 1 , 3 §1 3.2S -t 1 saswass: , 1s, -1 Iss! - s .7. ,t2 I _,,__L . , . j_ _i.! I . , ■ 1 1 !I 1 1 ! ! . 1 . 1 , , 1 ■-. ----r---'-'1--"-'1' ' l V" ' T— i , 1 ' 1 ! : ; , 1 ! • I . ! .. 1 • i •0, , ■ . 1 a a' I ; . . f,,IL _ 1,1 ] 1 , , . , • • ! , , r / 1., ----fl ' I ' 1 ! : . . 1 ; i 1 ' ! ' I ' . 1 ' 111 : . 1 , i ' ' ! , , SR33233 , .sassaiss'ar 1 a 2'2: - I 'I: ° ' • ' ' • '1 11 r ! !! ! ! I ! 1 : I ! • 1 , ' I ! ! : ° I I • I I ! , I ' ! !!., a i I ' ; . ! ' ; , ; 1 ; ' ; 1 ! ' • ; : ! ; !al ' 1 ! • I ! I I_LI_ _!_1!'i I I ! ! I ! I I ';1 ; ' ' ! i 12 F1 . 2'-- It . , 1,,,r,..,—,•■.1 t', , ! ;-' 1..1 IV , El !'i '! 1 ! ! '1 • 1 '_ , ! 1 IL i , , • 0 .., i V ,. ! I , :01 1• , . g ?, .5.,•., 0, r,,v; 1 :i•ig.9.:::!?...:' 1''''IS. ...___•77_t_' , 11_,__.__H_" T " 'i• I'l!l .1 1 i ii. ■ I 1 I ; , ,' 1 , , 1 ' 1 , I '_L_._ .;_ j ?. Id ; : I I 1 ,'-', .-, i ! 1 , , , ,. . , / ' ;1 11 11, ,i.-.1 , . : ! I ,2 ' 1 ii, i j.7, 1 1 ' r I , i 1 _I I 11 1 ' 111 , 1 ■ E ..,1 .t- 1 :IF : ' . .1 ', -'-' I . „s , I ' : 1 1 Itl li I ii I . • 1 : '11 ' ,' Ill' 1E', Iii,•tI' I. ! : 1 , . , = : it • , 1 6! g• ,.81 1-ai , ; : 1 1 1 1 i 1 1 . , H 1 21 1,I: iillif 1; i rt, 1, '1 . 1 1 . 1 i 1 1 il,t1111; 1111 1 -i'21• , . I. 1.„ 1 .1 ! ., ; 11 , !' : I 1.!i;g111 -....1 1'1 It 1 1 1 1 11=1. 1;iiii1411511 ,§ 1.1i • 1 i 11 t .1 ' 1 . • 6 11,214111 '', 1 j 5 l' 11-1 1 :1 l 5 Iiillittliti, • , 1.' I I IR' ..:3 -1' Kig ,1,1•1141:,:t -§1.. ', 8 .,i,,,l, c ,..,?,,li , 1.01,11itill,f, <[ iii:; Bt 1,4;41 4 1 t 1 ,,,, 1._ • ; ll III n!IL: [1 91'1'5'11 'IL 6.1.>!' i'' 'Ili! , ttL ri '; Pit"..1WiLliiii'1'1 1 '424 5 l‘t111 .V8 i '' '§.9 i i i Pq F_,',_* I z< i Q II file I. ..S 7,1 .°.,z111.'i!, - 1g1r.,1 1 i?'11,,,..t.iitil g..111.• .11'1,!12 11 1, s,t,1•&. ir 4, 1 - §.,:!,,,,..!,_,21., F1§,,,,,,! F.,.r.1,...,t1 14,4 I 0. ; !,,..,!,:2,1;1:`,,,71:,,c,,i1.1 .11§1.,..,■7,1,:,,1 :i,4;'1 5,.2,,,,,,,,,,,, I ,v,,d_;:;':', i 4,41s i '5',-1-.',-1--,:, g', ."'•,„, ,_.,-;''''''''' tg 41 1 t,-' 1 ,7 '-''-, .4',;. ', 1. t',18:'6.4 4,,Y, 8 6 1E,, , 1 8, 181,515! ,.., 1 ,5 , , , ,,,...,, ! 0_, 1 , .„.1.,:,,_ 01 ,,,, ! , ! , ! , g'3.,,i ; • i ,.1 tItt,A •() u li' 't,,¢ ' ''tg 1.3.!..7 e il i I '' ! I I: 1 i''.' I 1 i:91 I d '. Ilai ;5! §' " ! 1, 1 , I. i ', 5,?, •, 1 ., :1 ,154 RI n '..,t . . . ,11 .t 1:. 4 ur • , • , , .1 , , . , :,. ,_. 4 — Packet Page -2732- 9/10/2013 16.G.4. TAB E INDEPENDENT FEE ESTIMATE FOR CONSTRUCTION OVERSIGHT Packet Page -2733- 9/10/2013 16.G.4. 4010 Boy Technical Blvd.,Suite,Inc. ACOM 4010 Boy Scout Blvd.,Suite 300 Tampa,FL 33607 August 12, 2013 Robert B. Tweedie Jr. Airport Manager Marco Island Executive Airport 2005 Mainsail Drive, Suite 1 Naples, FL 34114 Subject: Independent Fee Estimate: Construction Phase Services — Runway 17-35 Rehabilitation at Marco Island Executive Airport(MKY) Purchase Order No.4500144924; Collier County Contract No. 09-5262 Independent Fee Estimate Mr. Tweedie: Please find enclosed AECOM's independent fee estimate for the project referenced above. We reviewed the Contract Documents for Runway 17-35 Rehabilitation at MKY provided by Collier County Airport Authority and calculated the independent fee estimate using best industry practices. 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, 4.4 Bunti Patel, PE Project Manager AECOM Technical Services, Inc. Enclosures: Independent Fee Estimate C: Thomas Vergo and Chris Curry(Collier County) Andy Kacer.Ron Cavalien and Lee Grant(AECOM) File:Chronological Order T:\Collier County AirportslIMM and MKY IFE's-2013\Corresp\08122013rt_MKY.doc Packet Page -2734- 9/10/2013 16.G.4. i og line _ . 1 §.0.HA., , z -4.:I s x 16. :e;' ;'-:`,";,5;;;9,1771.1:' ' e _ Rm 1: „. a Mp:S 2 !. S;. 1 •----- o1 a,Rig•v R Rni s'mvo �. &RP,s:P, I.a7tRSRAem9Fl.; ...g. g g8S : B rd l , IIIIIII1III1II jI 1 . S 12 111111111101111; k I 2 . il I _� I� iiiiiiiiiiii:iiii - N I§ r t , W iR&g Isle QSR s slss:» PI! 1-s':2221Xssx $ 1 . i. ss I 1 is• I $ E &RS'&»----- IIIIIE1- , �$.°.SS �_ 00000 i . gee M ix 3. ; - I �I I luillhIIIIlll90LI L I ' . i5 - M 4' :X` aass:a !!� I s§;§ss� s sa:slsssss s s'- ss ? to = iliilli.11ll:Ifni: I I , V ! V li= 1111111111111 11111 I I 1 I »aagl@IIaI1 @��I�IIIII R I� I j g»g o� = $i �0l11llialltl� 1l ! = 7 4g g LL 88-RR8��=- - �SSr. , 8.71.18innn5'1 WI +R', Wo 0. I. XBRrR 1i!5:!lIIHhII! t VV . _off : 3 tI a 2' RRSRRR RJR RR R' - I ' u ' y.. Nr.yter.3� .,z» _ - �� _ - -I i E =,$ ::: r. Sl» 3' 1 ;.' - .c Ini ._ K _ I' 1 U ! . ++ iii 8 cal VIII Ili !AigL.s; ?.s s I G _.sss �' ! m.saassaas�s s lslsis x , ; i ••g p c i. I n n1iiii x F g= • HLH @ 4E $I8 = s gFI8R � ; F �. eN fe4l I ' o E BF H LI a 8vz r.. S I' E i P fP ggvi-• ¢ II Z R l � P=�E o;F'P .: }8 1s1 �3' � p �;Xi a €F sF£€:,a f-I: LL o g .,1018 . 6gFgVgril. ;!;;., ,1 .� �.. ' �'Sg 5 -W 1,g aG� I o ;∎- -- ' i a a . L is„s F a l u . �E+ nl a F'P : % o €i g �gii u� x-S1:K' '4i2 9t Li/ 41 z°O i' .0821 o V.S s2 a i Md ° Et,L t 8 ,R g o 1: F:�. E - �.' $2;”k - Z Z* 'ET {3. �, qq 3q f` o n Si.'i6:ei F°;Yugii • aQyySaa YW =��ila4,Ttt222 .x^ Eli Fqe a _• $ g r c S�C,..w.yy, ;LItse ICE€ ypl. 6::: q 4 1,226 Eli o � a S' uoru==rcrcs82du°Lo° � `�IfS p.E^„^.m 7�'p_a'ixc�p a2C a ,gam 8 N nn H p Fw . O i C v . : 08 � ,-.s " G O U y l p Packet Page -2735- 9/10/2013 16.G.4. 1111111111 e'_: e ii Emu 'ii 1111 II i 11 �! ii I I ! ii 11 lilillili - � - : iiEiiIie� z7 itil coirer'pi Efforil rui ruioi u:iii:i- i iimoulioou n- ,i ::: i�i'i ,I: I :=11 'II gi ili 1 II 1 ,I,,a in 111 Ini ilin ill I MI Iii 1■ �;E i 111111111111111 i= 1 A.., II'iI 1 I I0�8 II i @II i= E HI I iiiili IUIIII!IOhII: il F:t!; iiiIIIiIiI1i 3 I 11211!*122 I iiiiiiI i I I 124 2 i �III� � � 1 ' 1 l I 1 1.1 7I i .1:11111 li P I3AASSSA AISi3 i ( 1., Y1 I 4. i , g I R f, f` 111 lc ; o I:'! i lb tj a' W Fd. u ri7 ig1 $ E _ ;:! .. o 1011 n JIL a ! 1111IIIilft�i 7 7. Packet Page-2736- 9/10/2013 16.G.4. TAB F COST/PROPOSAL FOR INDEPENDENT FEE ESTIMATE FOR CONSTRUCTION OVERSIGHT Packet Page -2737- 9/10/2013 16.G.4. AE 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 Marco Island Executive Airport (MKY) Runway 17-35 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 engineering services for the following engineering disciplines: Aerospace, Chemical, Amok 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 the Runway 17-35 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), 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 17-35 Rehabilitation Project and independently develop a fee to provide these services. C. SCOPE OF SERVICES CONSULTANT will perform the following services: 1. Review of contract drawings, specifications and scope of services prepared by the Ask Staffing and Cost Proposal Page 1 Packet Page -2738- 9/10/2013 16.G.4. AECOM consultant for Construction Phase Services for the Runway 17-35 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; B. 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; C. Resident Project Representative (RPR): o Report, in writing, whenever it is believed that work is unsatisfactory, faulty or defective; Staffing and Cost Proposal Page 2 Packet Page -2739- 9/10/2013 16.G.4. AsCOM 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; 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: A. 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 B. 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 CONTRACTORS red line and as-built survey. C.Assist the County with coordination of warranty work (not to exceed the completion date of the agreement). D.Transmit Project/Program close-out report to the Authority. 3. Estimate costs for sub-consultants to provide aerial imaging for FAA airspace analysis, 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. Staffing and Cost Proposal Page 3 Packet Page -2740- 9/10/2013 16.G.4. ACOM 5. 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 CONSULTANTs 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 CONSULTANT's services. 2. COUNTY will provide CONSULTANT with construction phase scope of services, construction cost estimate, and contract documents for the Runway 17-35 Rehabilitation Project at MKY. 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 $3,383 and will be billed on a Negotiated Lump Sum basis. Staffing and Cost Proposal Page 4 Packet Page -2741- 9/10/2013 16.G.4. A:COM 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 �i� -- raj nt,j".E. Ice Presid;nt Enclosure: Attachment No. 1 — Project Budget Cc: Ron Cavalieri, AECOM Andy Kace;, AECOFv Staffing and Cost Proposal Page 5 Packet Page -2742- 9/10/2013 16.G.4. e;ea Pu3 O w = CM L O U WO 4.161S € 47 y en u 2 C• d WO• , . w tj y pewe3 JogeZ-uoN < «««« «««« 1« M a 0) 1 . . . . O = 3 ■ • U ra fara m = co pawe3 Jog a W U a 040i.N41 MN 4,N H N M •``p e;e dwo o Ye 0 lua3Jed a a d V Nccc oc)oc c P *MM MANN M y m m n rt Y N pelo ri O cu 49 ......... N M 15 co aasuadx3 pan• ' ' ' CO «« N N N 0.003 1m M 00 to Q V m O * C'4 MM n n TS vi4wwwwwwa w ' CO ,0 M M M' N N N N r n CO CO sJnoH Imo M - m (o9s , L.L. lue}smey-up,• rr t9BS)uel3tuyoa ✓ w N OYO/JOtoadsul O O J01110 0.L '= N N N N N N e ( 6LLflJaaui6 i 1 To o 0 (015 W Jaaul5u3 Jolu Q w .-1-r •,• Ja6euew pa(oJ. C (996S) d Je5euej j pefOJd J C C r;. (9665 _— `" N U Jeout5u3)edlau!Jd w Q I U d'O c wg O = o v a,c l U O ° F 6-'0_ 7,i Q• 2 C O n N a v m R. . m ` t - W a C c m n p 7, .-L U .L u ui Q G N o G;512 " Gw eC¢O 0 UQ , E o V M Y a o a o u m i e U U a•t 10 W m U•9 m n a c m H E w u o x m (! c>. — N f a y m ; o c'Sq m m_c th = uJ a UUatL � 3 0 La : v ou00odUg a. = y u- 4 :s:s.eEo2 m onaa° pm v 1 2 u o 0 0 o a o o Q T. m •f,i g54 'k' EE c m m 3 c 0 =• a m o o p u. 0 E 2 m O 0 c,";,,;wwUa o U Q - .{N,IV N M,a N 0 N 0 H, N Packet Page-2743- 9/10/2013 16.G.4. ,...0004. .---' "P'''' . ..,..... - - . - .7 • 4... . i .„.....# , J./ iiiii 1 1,11‘‘‘ . -,' r , 1 , . , ,,,, ' At! Ili .IV , I. -4 .., 9 . 411 ^ --e 1,40; 4.....,,,,,........„ ^ ,, , , , .■ Pile / i 'I' 'l'ill i ' !I i 1 ' 4,iit,/ . ' 1 -V ',. ,..I,. , •1:,,, ' '' : • ". ,. /7 ili * ". ..'"e"‘.; t i • ..„,„.. '....„,,„, 11111, • k.-it ,. .,; Aik ... ...t,,,, .., Bid for Collier County Government, Collier County .......ovien MARCO ISLAND EXECUTIVE AIRPORT RUNWAY ........ ha copy CONSTRUCTION ...,....0'- Bifficii'ilg Since1897 County Bid No. 13-6123 Bid Submittal Deadline:August 9, 2013 at 2:30 pm 1 orai'"irr.€ 1 , .,:. . - , , . ' . , l' , . ' ' , 1 , ,901111k, -9 .. Naples Fort M , ers . Grand Rapids Punta GOira ,. , ... Packet Page -2744- - 9/10/2013 16.G.4. %woo()wen Ilisiaror A roes Over 30 Years of Building Quality &Trust in Southwest Florida Fort-Myers 1 -112- • Grzoci Purak Garca • W W vv , ow en - a rn c 5 - kirnba 4-2 Packet Page -2745- - 9/10/2013 16.G.4. ,ostk CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Marco island Executive Airport Runway 17-35 BID NO. 13-6123 Full Name of Bidder 0-A-K Florida, Inc dba Owen-Ames-Kmbairi pornoany Main Business Address 11941 Fairway Lakes Drive, Fort Myers. FL 33,(41,3 Place of BusinessFiorida_ Telebnone No, 239-561-4141 Fax No 23I:ii-561-41.41 State Contractors License# CGC60615 State of Florida Certificate of Authority Document Number F74005 Federai Tax identification. Ndmeier 5 -2190305 DUNS# _ii276cry384 CCR# Cage Code 5-85J3 To: BOARD OF COUNTY COMMISSIONERS OF COLLiFR COUNT'y' FLORIrtii, hereinafter called the Owner) The undersigned, es Bider declares that the only person 0.7 parties intO this Die principals are those named herein, that ttis Ed is submlittee without ocilustpri person, firm or corporation: that :t has carefully examined the iodation of the proroseH Work, thie proposed form of Agreement and al! other Contract Documents and Eon . and the Contract. Drawings and Specifications, Bled.er proposes, and agrees if this Bid is accepted Bidder wI execdte the:Ai,weement le:cid-nee n the Bidding Documents. to provide all necessary machinery, Iodic adoefettls sno means of construction. lnuidding utiny and transportation services necessary to do aIthu and furnisn aH the inatel iai and equipment specified or referTect to M. the Coritmcit DOninT717t:: the marmer end IT Me rierem p7es:rtec: one according to trio requireimants ttle trete:in set fUrriiSh trlE Contractor:a Bones arid Insurance ;•;,deciflod c tri:n Conditions of the ConrFacr, and to cc ail other thirtils required' of the Contra Ct07 by triE iDantrF: Documents. and that it will take fiull payment the sums set forth in tire ictiowing Bo l'llicnideula Unit prices shall be provided in no more than two decimal points, amt in thn c8sE: fur-the, decimal points are inadvertently provided. roundins to two tiotinta: rf3CtrfltE: spnedated co Purchasing stat. NOTE: if you choose to bid, please submit an ORIGINAL and ONE COPY o you:: biL pages. Packet Page-2746- ___� __ _ ____ ____ _ 9/10/2013 16.��.z1. REHABILITATION OF 1NWAY 17-as MARCO ISLAND EXECUTIVE mmpmn'' PAL BID SCHEDULE JUNE.2013 -- i-- ----- ---- ---- MEM ND. ITEM DESCRIPTION .1 '''''-' QUANTITY " UNIT PRICE ,._ , . F.,•12.z...5.4 !R,Em01i4..;,.f,>F CAB"...Z.Ti,CONUJ'1 S a MISC,Uri,111,IG faQI.,...1Clia.•t•."'" , o Packet Page -2747- ,._,. . ,....... . .. , - - ......_ 9/10/2013 16.G.4. REHABit,ITATION Or RUNWAY 17-35 MARCO ISLAND EXECUTIVE AIRPORT .45; MAL.BID SCHEDULE JUNE,=13 ITEM No. ifEm DESCRIPTION I UNITS LSIMAttu Li*"IT rfact, 1 11/141L-Ari(LINT ; C.:84.1011-f ' ! PER fr-8.141' , L-861 ME,IIUM INTEN 3i1`,"FLF--V.V.T.Il RUNWAY EDO E:LIGHT I:I...8X.:'...P.CLI..f)IliC L 125 5.1 '. " - -" ' ' ' ,,,Li. ‘ I OL ATIUN TRAN.310quir.9 DAL:5 mOJNIE.D ON r..i.:vo L,;;357a SA-5,17 CAN,IN TUR ' -" , . . u' ,,,%,;-661C MEDIUM IN:L'61:5H'''.;LLEVA13 il_INIATA': I.-I:5-5.2 -„";.:(:32,..IDIN,C 1.301,6,70,',I;;-7-,ANSPORAR:R,DASE MOuf;TED ON NEW...-857B BA23-CAN, I L_Ac• 133 ; S1..1";,"„v" ",.;,'" 47 IN TIJP,T I _„_. ,.. IN:FAN,„,,53:n; ED UM';'"7.7. .54-ry 5CMI-F......I5H R LINWAY F.-...C7-.--CIF.,I„.c,HT iL1457.17i7ci,;.T.Tuil:.,7-- ----- — ,...1:5-5.3 I ISOLATION T itANS5 oRmat,MOuNTED ON NEW L-8868 SASE CAN IN NEW A.Sw i.A.LT I it-412,8 I I I 32.254 12 ', 5.. , I ' .,S,( ",`111 I.1:75 S 4 i I1,V i.,38763 AS CAN;wr--;;3;;4' 7EEL COVER I,NI 1 1.317.17 " 11,-Z ; '.,-. 'E''''H'' ;Ls, L-5811 MEDIAS INIEN.SiTY ELL vATED'AXIWAY EILGE-LICiHT ILL".;.:.Iri;: Dr;;;:, , .6„,„,,,,,,,, 5 b '* ."";^:,-/',2,..' 5" II:In:AT:ow TRANR;r:1,FiktER SAS:MC urn r.n.c;;;,;r.:E■3%.,-5;&73 PAS 7. :AN V,:11 JR.- 1 '‘ SCATC E X-5.,T I N I I:i L-ii7,4.1 :LItiiiiiEr 1 5--!CLEVAI EC T A X A N A Y E D C;7,,L T ! I I L-1.21,8 8 /Fir LIRE,;NCL,L3-DIND LsOLATIoNTRANSTORMCP, FLA-r4r,l', Rt41.5.ICI O'.."-:N 3,-..,:.;L-68",I4 ,.. ,--,e,(„II '` ' ;7-5 i S.A56.CAN I `N ',Mil- , 1 .W...IVIi.:-S1 IDi-V,1-".-AFIrI5..,-.68481"Aliiii.I'llti-Iii....■L I',..a:41'i.-,,,D GuLLALLLGE.F.;Lii•J ANC 1.,.;;,..`,1,7 L:A7, L-17 , " ` I - - I . . BASE BL)RUNWAY'I 746 id EKABLLITATIOIS'TOTAL: :'3.3R0,2,;IIII-trI ._ . .< . , . - , - • • - ,,, . , .. . . .. ,_ IA-100-1 I MOBIL2A l'ION. I L E " ' 31::31316:513:: 51:5 455,7:..": '; 1-!..,.I I C:21-1.C:RI E PAME Ng .".. q-IAI C„C -; H•FT:;"PAVF,fi,, itNAT.7-.;V.SUA' I,,`I , ', 71 ..1..,"--I.,5 1 RFIVDVAI Or LOnAL;71,-,3--,Z 5 ir-TER NC..r-DINI",,,rciu3;ATIrAl 1 7-1,71:F.,3 I RE.LIOV,%I.CIF RO"',Al N":"..SEA:ca,&I,OLL;N:;11,3LY;NG PA.V.L.Thtl-N7 P..7:7A.:^-f HEMOVJL 1W"MN11.3''''ON 5I'ECI,r-4.1"LI;O11.E !NUL' r.„-IN.-.A r;A`4"8:,10A1" , L. P.71"-S.1 timEHOCN BASF couRsi- r.; ';rt cNr; ---, I,,,101-8.1 ...i."1-1.;WINCL-5 51.1 :.I.E:72,L;LII1LI... 2'c„fir. ' 4 .11, ; rr,17'', -- 1 ,,,I1:NWA V N TAXIWAvf-A.'NT.IN--;64.7. 1--i-YrP'.7 -''''' ' !3!-. I Ir.:. i', ,67.3-5.2. I5LACK t.."LtIL r;.,L;PAIN.- R-61 ",. (NO E EIAJDE.,/ , , „, , , '...1-.. 13A3;?•:-:.%7 CP,O0v;N:-..-.; -,T .1C.,J!!! i S 3:,,-, HAIN-LINK.;:E WC E 13-' I. 3 5.-;;;;:;- . 11 ---F-,t2 5 3 ,VLIAI KPAY GAT17.2 ' 1,11, ---- ... - 04-EL.' IZODDIrLt S...1 C.4...^.., ; L..,0,...,„.1 „.L.4114e,"s•rr!,-,,,,r r,,,!■,,f I'.. .■,t1rNI'Thr,.....Mr1.17.7 r r 7-If 7)=.....e-r.-WI'Vr5 ir-Orr.,=C11.-.._t'rgl.°7""""''''' l'`,T7 7'—7"'"77., 1 sIrs,,,,,,,,,,,,2-, 'I' -;;":;`':'-‘-----I ---- 1-9-3C1V--,e..&•KbE'roV.'ateiAl'etsriYeti'iii4if'i':11176,4.4 .41 :li"fwei.".: 5-7' L-103-5.1 . ---------"``'(ir-cF..9ii53'-i.,(6,86r4ii€'-'0,4=70:::".F'74UIPZ-z.1"-°. ,-Ivu-,,c• - , , ------=.---,--- ---- ----- ::-." .- 7....,1"):57.•=-;', -.'i-- f.2:::., '-----'' -- ..`.14Z"7-3i?..,41,..54,ii"E Cr8 .7.:74C"-,e'F'S, •..11Y- 1-7x-'44-1"-i-, I Li _i -;',''."4-",,V,7•7,7305,„;:rmL;;rt r--,1*.-,,r..--.---- '--'''''' ' '- ---,,,---.----- L 1 I?8-6•1, "--'"---------L":".•,'---i,"'I.:;`,..!.i7%F."--r.?“-, ,".,....";74:ItRt..:-..,-.'"7"-I,...,..,--,-ri-..' /--.7.,.....41.:-,eu.:ul, irr-tte.....-17:-....1 ' 4-- - '---- .......1 '‘.15,5- „I _r.-7p, LIN';',T■ON ,..,„ ' 18=c,.........,,..."..T.mr.7.v..q,n,-....7,z I"..,--.•-•t`.. 1...:-ttttr.--11t.t."`4..,..=-77-7.,,,t ....-, '--".", -" _,..„,..: t------ - - .7,,II,..1-1 1 L.:tt,",r, '.,' .... .-",,t.-, --,-.7"' iv,, ..21....`..:......... '',-r•Pi!,42-,10;-VAtli'A."::-. 117:13"f.."_-"-L.A7?!-,V--,---14"-4-1-,"-,4-Acci,_■ .,,,, -- -„..... ,T1------,..,, . - .._._-_. 'ID -&,,EC3:1"-I'LL:AL..N.14371c41 CAT..",..-867-L" .C-':-I' I.. - ',",'-',,',....7".". ;,": 1,;22-1 ' ' ' ' `-' " "'" -" '' " '' " ""'- ` ' ' ' - ' - -- ;,,,."-:-Ii.,:,,e I __ 13,1,37.3,33c,..:3z, ""-- ' - " -' - -.,•4-", VAV 3-;:;17.- L,7: 7T:lf,;',..3 ';-;?;;;33-friT;;;„ ;'': ; 7.,lIrt,..'''''' 111:IlkLIZATII:-.:-.1 .'2 ' :..,,'I'D,".i, -".--,,-,-• D if, t ' ,"...71..,:".:6":LIT-,- __ ■ I-'15.1.:: ,i--v.r:.:,,,:Apy-...;'.3;:1,3;""Y I."..W, : r""--1:6.'.,-:' I-EMI''06.-A6I-r•SI.„T.L'r li./I-i:I:',..'.."I'I- -7 16u-5.8 7,-MPORARI.,-„,,,,PA =-5 __ ., ___ '850 5" -Fi 1"1,1AP 4'41 1 H I-.L L ER FAEI,L I% .. ....... _ 1,. ... _ .,,,.:Z.,....:__;:'_ '''...?',.._' „, . ,l; -1, .„1......1L 71,7, . I : 1,8,J1-.:'.•I SLLLI NO _ _ i T-8I7.7.2-8.1 Z.PRIC.U.:Nc. 3:5.3 ;M,2LC;ilt.,C ,F„::;;;;;;,-;;7„;; % ; 31-2::...13, ._____ _„,......____... ,- -._„ ',ALTERNATIVE 2-EAST FILL F.rirtA„...."'T TOTAL S5,-ITAM7-U . 7-.......„....1.....„L....-. . . ..'.„L'..L....:„.„.7.7_.77:77:7.7I.757::..1-'T...,V.'''7: Loalk Packet Page-2748- ,..... ....,__ _ __ _ - - 9/10/2013 16 G 4 . . . REHAEN ITATIDN or RUNYVAT 17-55 MARCO ISLAND EXECUTIVE AIRPORT FINA.. SID SCHEDULE JUNE,2013 _ 7--- — t4 s Es'nuATEr, I um E.14.4,..„ 'OTAI.AMOLMT ITEM l'40 ITEM DESCRE'710N UNITS a OLIAN11TY 1 - 1 ps-ri rrs-F4 N 1 OD 1 I re.)61-ZA.PCN 1 4,1 , E2,722 t....7 ''._'.`,.....•.',"2 q .—_ ........ _. .. P-151-4.3 'cir-.A-orici a 1w...ell ils AGI'LL,' 5 ,4 5',I, - r 1524 OHHOW EXCAVATM :, 2::,;./ri,..., si 4 7; .1:1!ifj 5)7— P'50 5.2 '1ar91KARY su..I a I 43I,I rFtAa,- a ' 1 a4.:,' SC 47,a1 - , - {:-- CIIAI'VIIIV-I 7Cti-CE , .....,, T,901 5 1 Bi-ELING— 1 ACHF 5, 5 S',..4':i° :3;5241.5`, ■ --,,,, T-9C1E1-5 1 ;MIR.-.)ate; 4crcs = -s, 7' ...*-- '- Ar,,,TERNATFiE3 TERMINAL CLEARING GRUB t.FILL TOTAL — V515,79451 IBA-SE BID III/NWAY 17-25REHARILITAITON TOTAL 53,35-1.2111.5,- .ALTERNATNE I APRON REHABILITATION 1 OTAL .,1,`,1.` , ALTERNATIVE 2-FAST FIE I.,A GRAOS TOTAL Issr,537.54 !ALTERNATIVE B TERMINAL CLEARING,GRIM&PILL TOTA: ':.-AV,,Iii4 Ki —,. iTIOTAL Rio as 41 5C • Packet Page -2749- . - 9/10/2013 16.G.4. 40*. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturera ard materials outlined in this Bid specifications. Exceptions :wner.1 equals are acceptable] may be requested by completing the Material Manufacturer Exception List below, it ar, exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shalt furnish the manufacturer named. IF, the specification. Acceptance of this form does not constitute acceptance o matcrial proposed on this list. Complete and slop section A OR B. Section A (Acceptance of all manufactures and materials in Btr.1 t.-tpecitications) On behalf of my firm, I confirm that we will use al, marutaclucers and eteij , as specifically outlined in the Bid specifications. ecninary: 0-A-K Florida-Inc dpa,Owe -44‘AttcHes-KirriPall Corner Signature: stf„, - 441141. Section B (Exception requested to Bid specifications manufacture's and maTeria;s, EXCEPTION MATERIAL EXCEPTION MANUFACTURE 1. NONE — „ neces,sal:;. 0-A-K PiontInc. Oven-Ames-Kin-cal __ gria!, 7e , David J. Dale.: P:csident AMIlitts Packet Page -2750- ---- 9/10/2013 16.G.4. 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 the Subcontractors for the ma y..11 categories listed herein are "qualified" (as defined in Ordinance 57-25 ann. Section 15 of Instructions to Bidders) and meet all legal requinemants applicable to ant necessitated by the Contract Documents, including, but not limited to proper licenses. certifications, registrations and insurance coverage. The Owner reserves the right disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in bid offer. Further, the Owner may direct the Successful Bidder to removeireolace Subcontractor, at no additional cost to Owner, which is found to be non-comoEant wit: this requirement either before or after the issuance of the Award of Contrao1 hv (Attach additional sheets as needed . Further, the undersigned acknowledgeE enn agrees that promptly afte- toe Award of Contract, and in accordance requirements of the Contract Documents, the Successful Bidder shall identif,/ a Subcontractors it intends to use on the Project. The undersigned further agrees the n all Subcontractors subsequently identified for any portion of work on this Project. FITL;;;:i oe qualifFed as noted above. Major CatOgOCY Of: Subcontractor ana Addres. Work, 1. Electrica 2, Mechanical 3. Rumbing . Site Wore 5. identify other ,„.4f , subcontractors that repret;en', mare than 10c/i3 i of price or that affect tho cril;cai path of the SChetilii2 _ I Cf_,fr ,.; Signat-,..2re Da4e1 ,1 Date, P!osidont ii25 rr I nd 5vs.;c7J1•,-,T, Packet Page -2751- — 9/1 0/201 3 1 6.G.4. Aloyo„ STATEMENT OF EXPERIENCE OF BIDDER • The Bidder is required to state below what work of similar magnitude completed wLn the last five years is a judge of its experience, skill and business si:anding and of itE: ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project. and Location RefPn-nr. 1. Runway 4/22. Taxiway E& RSA.1 R0fAimprovements AID Infrastruoture, Inc. Venice Municipal Airport Venice. FL Mohsen Monarninath, Runway 5-23 Threshold Improvements Naples Alteprt Autnurity Napes Municipal Airport Naples, FL Ted Soliday 3. General Avratiori Terminal Apron & Fiellpad Lee County Port Authotv Page Field GA Airport- Fort Myers, FL Scott Sheets ...„. 4. Runway 6-24 .and Taxiway "A' Rentabilltatio7 Lee County Pcirt Authority A** SW FL. Intl;Alreort Fon myerF. Fi Emily :Jndertli Corkscrew Reed Safety Improvements Lee Count., Corkscrew Road Estero. FL Sarah Clark 6, Danley Metre Pwv 1 Chices Entrance imerFeqticri Chico's .A..S. — 11215 Metro Pa vzv. Fort Myers. FL Aden-. H"mzi:i. Company:_ Boridalliti7z*it;:3-2.Aii-E-5-rines-KirriCiaii a/71 P y • SignaUre: Javid J, Ise, 17'resident L.LYL C." Packet Page -2752- _ _ 9/10/2013 16.G.4. TRENCH SAFETY ACT Bidder ackraewedges that included in the various item of the bid and in the otdx k;,., Pr c aria costs for complying with th Honda Trench Safety Act (9O-9+5, Laws of Florida', effective o.tabpr 1,291 The Bidder further identifies the cost to be summarized below; Trench Safety Units of L;nit Measure Measure. entity Cos . ;, (Descriationl f LP', Y) - SircWe Sloping 939 TOTAL. ai ui L. to,complete the above may result in the Bid :being oeciarod nor, .°.soo.i,iv . C)-A-kt rtra r, 5' iries-Kirnb , Company 13-6123 a r,:rt Packet Page-2753- , _ • - 9/10/2013 16 G 4 ,.. „.„ ....„............„.___ „,... . _. . . . . ,..1-..,.. Cdt ier 4-,2434...rav Atimms.vati,esvict9;DivLwr immigration Law Affidavit Certification Solicitation: 13-6123 Thi5 Affidavi1 is required and should be signed notatizOd by an authorized prir,.CpP,.., of the firm: anO iiiiinTtab with formal invitations to Bid(ITB's) and Request for Proposals(REP)submittals. Further, Vendors I Eidides are requdi ts enroll in the E-Verify grogram,and provide acceptable evidence of they enrollment, at'..the time of the',Lib6pn th the vendoralbidderis proposal. Acceptable evidence consists, of a copy ot the proceily crompieteif FiiVorifi: C.:timpani:- Profile page or a copy of the fully executed E-Verify Memorandum cf Understanding for the compativ. Failure to include this Affidavit„and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor J Bidder's proposal as non-responsive. Collier County vlii not intentionally award County contracts to iviy vendor who iiimeveiriy empioys workers, censtitutine e violation of the employment provision contained in 8 U.S.C. Secticiii 132:i all.i. Ser,:iticiri l2.74Aii.e of the imrNgretiori and Nationality Act CINA" . Collier County may consider the employment by any vendor of unauthorized aliens a vioiatior; o'.. Sasck.n. 27i: i' ,:: ce, Inc INA, Snob Violation by die recipient of the Empoyrnont PtC.ViSion5 COF:tainC:ci in Socrion 27th', (iii': Git.i,. . Nyi„ 5i--i1 be grounds tor unilateral tern of the contact by Collier County. Vendor attests that they are'Ely compliant with ail: applicable immigration laws rispecitioally l.f.:i Inc -1-92.ii imirliciration and subsequent Amendments)) end agrees to campy wntn the piovsirrs of the Merrioraniritim or Litirisrsliari,dinp: iv:it'', E ver,fy and to provde proof of enrollment in The Employment Eligibility Verifcatior Systetr (E-venfiyi, opci'atod hi,,,- De.oartrient of Hcmeiand Security in partnership with tne Sociai Security Adminiz:tration at Inc time al sub'iii:iW:,7! Cf-tie Vendor's i P;eder's proposal. 0-A-K Florida: Inc doa Owen-Ames-Kin-ball Company Company Name ____ Print Name David J. Dale - :-.. Titi., President _ -----75 i ..„--. ".„---,- signature // -<- ,-./2"---`4------- ,...„ ot, 0..L-,... ,,, state of F LO R MA 7 County of LEE ni--) instrument was signed and acknowledged before me this '", ' nay ot- 1-s•,,e--- -,,_ _ , T20hel f3o,,rte)ring David i:. Dae who har.:::40 :Lc ,, _ 7.3;clentiti,,m1kx: (Pent o: TyDe Narde.1 17ype ot idon.ffC2 .7-;r:-Ci NLIrlb. ":, •,=,''... ..,,,,ZC.;■16,....2.....„ '=-,+..-- ,.."•,72:1",::<Z',... k,c;tq.7V Pi4b17:Signs!:u r,...:,. ' . '"■(- rr,,-ro;, '-' t cf Notary PcLiiii: — iii:-.,..i.t:iii:. . . .. — . . .._ ., _,.. . .. .7.0." ..... . %CMi T.v'r.;0 I 7■111.1:L:S;Ai 1 Nixrdzr.,:.-72r,11:X. TrIC S!PriCe of this Affisavit CiLia'n:Mteat,:, as oviconceo oy tne !=:,A,r)-71, a'ridavi, i-eqwred flei,E,F,. ;k-t ii : :..,P,... . ,.;,,..L::...,.1,,,:. '.. tics affidavit b: interroomonos hCreinatter mace. Assfibk Packet Page -2754- 9/10/2013 16 G 4 Cot:ter Comity Ltv"Z.C.C. CoLLIER COUNTY SOLICITATIONS SUBSTITUTE W—9 Request for Taxpayer identification Number and Certification In .accorGancs i1h the internal Revenue Service, regulations, Collier County is required to oblicet teilowinc information ter tax reporting purposes from tidividuats and COMBSrliCS who do business with the Citunty social security numbers if used by he inclividual or company for tax- reporting purposes). Horide Statute 19,071(5) requird that the county notify you in Arhting of tile reason for collecting this information, ixhish w i used for no other purpose then herein stated. Please scrripiete all information that appfies tc you-, bua!liesL: return with your quote or proacsa:, 1. General Information (provide all infCriration) lexpaver Name OA-K Florida, Inc dba Owen-Ames-Kimbal1 —ornpayt) las shown,cn income rflx re.wrn? Bustness Name difforcrii frum Ei Wien"-name) AAcross 1194:1 -airway I akes Drive c F0.7't Myers State F Zin 33913: elephone 239-55141 rpx 239-561-1996 rni dicialeiTobakfl,corri Ordar information Refnit Payment information Address Ctity State City FAX FAX Embd 2. Company Status(chk orgy ona) rid iv:d.u—d'I-.1 Sole--1;17c7:p- — „Partnamat — ti:adera:et:biome taxi-vxempt LimItuzi Jebil Iv Co untie lsttercal Revenue Sri::e guide;Ales IRO 501 (b) Enter the tax claeisifIriaticin "-Viirrroarimfii Taxpayer Identification Number rr trie tr,Pr;rnag PiirrIC.75e-q OnV F col:hal ox tderitrticatibm Number 5 -21960;3 who 0:0.art eve a TIN T reird provide a eccitii.ltbedi:rity to.;:y 1. Sinn and Date Fornii r1 rt ';`;17,':' '! rtatu1 e David J.Lriate. PreEtidellt ' N•Lrikc:r „ Packet Page -2755- _ 9/10/2013 16.G.4. Upon notification that its Bid has been awarded, the Successful Bidder will execute the iL,greernerit form attached to the Bidding Documents within ten (ID) calendar days and deliver the SurPThi Bond 4111* or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner it the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence; Owner will suffer financial loss if the Successful Bfradar faits to execute and deliver to Owner the required Agreement, Insurance Certificates and Bones 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 Successfui Bidde7 in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bends as required hereundei. The Successful Bidder hereby expressly waives and relinquishes any right which tt May have to seek to characterize the above noted liquidated damages as a penalty woict the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time c bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, an Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at trig, site within 5 calendar days from the commencement date stipulated in the written Notice tu Procs„--,ec unless the Proect Manager, in writing, subsequently notifies the Contractor of a motifrote hater commencement date. The undersigned further agrees to substantially compreto li work scverec by this Bid within one hundred sixty five (165) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to ha fuliy carwitted in the point of final acceptance by the Owner within thirty (30) consecutive patentor days atter Substantial Completion, computed by excluding commencement date and inducing the last day of Atalk,„ such period. Respectful Submitted: State of FLORIDA County of LEE - - David J, Dale cc rig duly sv,10:71': deposes and says that the Bidder on the above Bid is organized as indicated en: trG1, statements herein made are made on behalf of such Bidder and that ti-it; ceponerth at.zuntrize,t it make them. David J. Dale ‘a. sp, deposes ant saw examined and carefutiyi prepared its Bid limn the Biddino DOCUM:Wi.S. including th Contract Drawings and Specifications and has checked the same in date balete s. on ' "o t tria the statements contained herein arc trne end roz=2,':siz5;;e, ",0 C+7 Packet Page -2756- , ...„, _ ---- • 9/10/2013 16.G.4. (a) Corporation The Bidder is a corporation 'organized and existing under the laws of the. SWte Fiorida which operates under the !agar narr 0-A-K Florida, inc dba Owen-Ames-Kimball Company , and the full names of ts officers are rs follows: President David J. Dale Secretary_Steven G. Richards _ Treasurer John LaBarge Manager N/A i-Th — ---------1S—attthefizeri—to—st r"-C701-Tstareib77-tni:i• ad= _..._77,_a-aefttiad-copy-of-4,414444,-46-hefete---atchae-4etfi-k&-ettHits I a stseratertza„if_=„applioarc)--------n (b) Co-Pa rtne The Bidder is a co-partnership consisting of individual partners whose full ilames are ns to ow . The co-paFnershib does business under the legal name of! The Biddel is an individual whose tuli name is al-16 F - aceratina under a truce namc, tiad trade name is 1-4_6;23 ma: LS'prt Packet Page -2757- 9/10/2013 16.G.4. Complete for information contained in (a) Corporation, (b) C•o-Partnership o (o.:i ir,divicirlai from oitibt,.. previous page. DATED 8-9-13 O-AK Florid a loc dba Owen--.4.mes-Kimbali COrIFIZ;311,,,' Legal entity BY: David J. Date, President . .„. . .tilithp,ss Name of-Bicirtar-- Tvpady ••-' y , / / _ ,,,,-- .,' .---,,, 1-- 67--Y-11-4-Y1 .. , - ---- *-,,, ' I , Witness ',.., //Signature ,:•i. _ • - _ , _.: ___ Title. STATE OF Florida COUNTY OF Le Et The foff-abion ostrurrent was ackhowledged before me this 9th ,day cif 1-i'ttittust . ;;::0`l,,, Affik, — 7'-t::',:'ZI.■&' \,,, , cop:mint-tn. 4.-_,:7.' corporation. He/she is Personally ,3npvirn to me C T has pjth '1.--=3,f,', a identification and die .. (did not)take an oath. 7-- My Commission E't,:i.i -,7 i - ma (Sfanature of NotottL,,,,i NAME . „ ,... . ..„.....„„'....._-„..... .,ss.,,,.....„,....„,....,_...-.__.,,:_-:,.. ..e.: ,,,--- l'isodb.1%? PrIrv,..erl'J ' -...„,. (AFFIX OFFICAL SEAL'',i -Notary Publio, State of (...ommiso.ion Packet Page -2758- „ 9/10/2013 16.G.4. BID BOND KNOW ALL MEN BY THESE PRESENTS, that kive (herein after relied the Princioati and AS1.7.'riCE .• (herein calied the Surety), a corporation chartered and existing under the State of with its principal offices in the city of and authorized to do business in the State of are nalc chi:I I:Jr:ally bound elite the thereinafter called the Owner), in the tuli and just sum of 7.t!rzvnt «1.T=t ItaarS 7A, good and lawful money of the United States of America, to he paid upon demand of the Owner, to which payment well and truly to be made, the Erincipa and the Surety hint themselves, their heirs, and executors, administrators, and assigns jointly and EO and firmly by these presents, Whereas, the Principal is about to submit; or has submitted to the OiAiner, ir o to furnishing alt labor, mate„hats, equipment and incidentals necessary to furrilst,, and fully complete the Work on the Project known as Marco Island Executive Airport Runway 17-.3.5 Bid No.. 136123 NOW, THEREFORE, if the Owner shalt accept the Bid of the PRINCIPAL an,: tile PRINCIPAL shah enter into the required Agreement with. the Owner and within ter bays after toe date u a written Notice. of Award in .accordance c the terms of s.thcr O.Tt dive such bond or bonds in an amount of 100%the total Contract Amount as san-cified the Bidding Documents or Contract Documents with good and sufficient surirtv fe: the faithful perform.ance of the Agreement and for the prompt payment of labor, materiais cod supplies furnished in the prosecution thereof or in the event of the taiiure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall nay to the OBLISPT: the fixed sum of noted above as liquidated damages, one to O penalty,. as piovidez,-.`, in the Bidding Documents, then this obligation sneE be .O o drie dtherwiae to re.7112;IT? in full force and effect. IN TESTIMONY ihereof,Inc Principal and Surety nave cat.;seri 7iese bresehts duly signed and sealed this day of , . /264 „„... VeO t./• 14 one on000r a I 7777, . Countersigned 40. „ Packet Page -2759- --- 9/10/2013 16.G.4. Locai Resident Producing Agent for 4%* L'arzcz „;:t•,-;-;•, Packet Page -2760- , _ ...._ 9/10/2013 16.G.4. lt/AP..li;iilt.ii It'll:i,-taltoltit Cil 4,--itit,FY IS IN,IAL.4.7t'/Vri--.:-„,e,„7'THE P1.7!'i.:•ORI::::1-',", ___ POWER OF A 1'1 ORNEY TRAVELERSE,ztrttlittgItm.CastJalt:t()impart:, S4.Ittiet .ntry insnitiatict i.'ette,.,ttii; Fttivid)Jai!,Cuateti4A:,i11-..attet,Cmiftig.itt3 IK.,t,tit,t-3 C.:;.,tAtait!, tt, i.;,,,t-t.1,,, Fidelity and Guaranty licti.urarittv Clidt-rvi rite:tit',lac. Trie.virr'.Cie.,11.a6)and•Surily Ctiiiip21k1.til A.T.114,11,:■1 St.ltaal Fine allti?44 rine,Irtsurustoe,(...:(11tapull:p. Uatio-el State,Fitiviiir:tort(;tuirtint,t.(.7.DcArmit,,, St.l'a ul GuJrr..itaza irtsttrAttcr:Cottlitarts 904 01,'-' Attc,rnt-,"-Ill ti, 11172';B1:fiLESE PRESENTS "1 i',.:.3.. r'....... .:r '....:.,:;..L,...:.,:....,-:;...:)!,-,T,,,,C,': S. ::";1.:1`.7,,;,,,:,,j:,:i;:,,,:,!,i,,,,,,...:::::.z•,,,, ,,,,.A;,:a.:...2.:-,•,.!::, i,,„ '•:-.,. ,,,, -, :,,,,-.., 1.;,...,a,,,,,:ny a:::;....:AT:=0:t.:1,..:.c.,3 tr,fl'.,..'n77,;i`,..Ilrif:„.:1.,111,',.."7 dIr 1:r,,,,•r,t :;,.S■a7.1.,,.:k:N't':•17.':' ,tr,73!i',1:71.7111%;.-:,.7;'.......it,.....,,. -,-'..,:.4-All;;;;;;., 1;7,,',%:::.,1;,,,„_:„.;„;,.. ,,,,,„ Iza,,,,,,is c. uait7!.,arid linteny t'ttittitatiy ti:An/et:inn ain ninti/aLlittitt.duty otyaai2..titi atider the la...'-oi of Lilr'.:SL,I.C:.,..r c,tor:::,...t.ic-t,'....al.,'1....'.:■1:‘,1 S4;kr"S'.E.I.:-;;;;.';ac,d:',w5,.....1,..,..: • .1,:u7malton L',....Ily c•IF;;A:,!zttd,..;,,n.,,,,..;;1.9c,12,,,. .,,•-if.11.1:SI.:41.C.a NILrylarb±.th..lt F,cititty Lrli(.5A:::,.1V":,in.,..IrNIC.0 CnMP.N.,,i'.5 i',.".;::::"?%.,;;;;L:'::::,L..,...1",(Tp,:.:*,,,,..2 '...,:',C ;,:,,■•i,,,7:'.2.7g,StLte LI Invs-,:,a::::.::.*.tti i't;:::.1:::.. :,:v..:'.,I.:-441;it::'.), ir..Y.:-.14„:...-,;- : :-...-,-;',k.:;',..-.-.,..,11:::... 1:.: ,:ut.-.;'ct.H1';',...',.....,:.--,,, ..:4;..-..n......L1- ...,!:.1...::. :.•..'.,,,;','",„: "...": ',,,,:..":`: '''','. ',',' . i ' ,r.r;',,,„;i ,,::::',..',:l•r::::.;, Z,7..',.:ta:,':-''C'.„*.T,',"..,r,',,".1;,;.....--.. ■'`'''''.;';,-■'■,,,,,`',,,'..f.,''1):',...:a'-',-,'`.:,.,',•:-.:,'':2,,,,,,ril',;''' ?,1l,i 71:i,,,,7''',Icr.:Cictod.Aliur,Vail Vt;yl.....Et ic Var..NV,,t,.Niax Vasa W•!.'1.-,..,1:.1.:!...vi:::, 131.p, N':::.:.:.(2.Rothcr:m!"....E. D',,r,.-,L, .,„ , f : ::t1,..:T;In:•:-:::.•••,,,,....pz.,:•.T.,...';•,..,:-•;•••,:,..••'* ..r,:11-,.,:•Ir.:,„•,.'„,.;,;.;• •,...,••:.,,;::,,,,,:::17,141.„--,•::.,I- ,:;!;,•„,::::.,...,„,t.": .,2,,.,,..&t,2 d,,,:l,:`,"l.z..:,,i,,:,::::. -,;:',..,,:',L.,,,,,,.:.°...:;.„:; :' ::.:.''',.., " " ::'J;;-.' : -,;7.i.,-. ',:::E:?..%..•:',.`''',Ti■,r, .,..71 L.:`,V,"1,1,,,,rr,::,::::!, 0::l',',;-::;:41 L':-th'ci:;,,..,, :i,,.', :.•'.;I:',Z. ii:J...:.-1-:',:...-,,,k.:.: ,..:ii:-...y.,:,,.....-,-, ,..! ".....,...',..";.....f.d,-..: ....: ,---:::, :.,,....„:,,,...!..,r,,, ',„.,,,, •,:•.-...fri.,,,, , .,i ..,,::.1:-:.,-:•.",,,4r,..;ca,c:..•,tir-,:,c..":"E.:,=a..1.,..tt.mi.:r.,,J....• ar..d m,.k.•:-.^,..4.2:..;I:z.r......•;•;c1.:::,.z4•,::.,;;;.",r.r,-.13 .:r. z.,..•.:v ziz7.••.,,••,m,.:....rr.:,,,,,.••••:,,z,••,i.•:•,,,,..,•-•,,, „.,,. .',,,• 1 I. 1 „ t '. .., . IN',',,,,CINE.SS.Vkiik...1t1;,.017,.y.,17.0,-;,•41..”',,i,.....:•- ,, ,•.%'.:.;;',,,,` 1,'`,i'•,q!"'"'"''''''''' ''' ''''''''''''''''' .,...(:.,.. k a CIPST,,i1 I On Czsisattt Corttp.art, .t,i.Pau',M,A-curt , "., l'ialiti anal Guaranty 1nsat'anct,C.:lilt-vitality Itnt,-,,itt„,t"ii.taai:t nttil.`.,,1-1,-,, '.... Fiik"..;[y l'UzI.1(,..wa.fir:.ilit, ir..,..:..i.t ittli,:.'1 ild-tr,-.7114..1-...,I::.;•c,', '1, L'i,"•,..i,, (...103.rAn, ::',":',.:SUr.,N.':. .::, Si,ittml Fire Rita Nt•arim.it:kat-Ann,(7?1.111.;MI,:, Un`..`lt;I StMit,.;.:Fr:A:1,', z,irl,;., St.,Paul(t,uarti i ail insttrattet CummAtt? f• i ••6..';'1,1"4.5.., ,-;•..7,°*.',,,.. —. .,. , 1/,••;..,'''7. , 1.„;., -,-...4„,-"'"7"`i,;;,.`",,. itf,`,,^• ..i. . . ,, ,. ., . ''''' ,.,_„.,,,,,.„ ,. ..—, ,..., .. ::, •-•'-',-;\ ^','.1e- '4",4:..‘: .,. "/IFIN.....,„..12, :,' ' ''','.;',, l':,-C".=.',".,::•+,% '.'" . ''". r;.-,'' '':.:.;,, ,i, ',,*,,-., .:- i. ".,,.1 -.17,,,!4,1 ;',"- /95-,. .'k ,';;.:747,....--7 ,,,.: ..-. :.: f, -- ..:: .i,',--77' ' . ''" "'"': " ' '..,-^t,..',>,--- -'-t1'l \;',.,,,,.....,..„.;6' ? \;,,,,,:.=-..Lie: 7./ '‘''','''''''...'"4* "2"-:4'576'1!: 'i' '''',"i'' ''''''' -/t''' 11/4„,„..„.;,,,,,,;,-"..,'-_,„..,',.:IT; •'',, . '../,':', ) 't..'itt etty„, t , 1 ,.. t,, _._.....,./st4,-/e,t-t--,,,,t-, t C..,,, n,l linitt.init itt I , / .._. ■ i :' aft4A .: . la NVitro,!....-s Vh'iltreOr.,,,h..":.'...::Z...,,cC1:::.r.„1.1 r.,..■;',.1,:al,;;.i.i..41:a.::j. -{1014' , \ ---- — r• * -4. ,..:7.,.pitr, i,' it;, ,!..11,.'::::::zt.1,,::::.. * iatittlA *. *ftlEVI*' 5..94 4:141-1.1 Pwld in L!..'i..,..A. °".................... ..... ,...1.1•••••■■•.•••••.. . i Packet Page-2761- . 9/10/2013 16.G.4. WARM,'4,7i:742,;:•':. .;•Vrn' 77.74zir.:E1-7 riEs A :;s.c.7.1-25!.ed akiatonly F277:r t i L.1:d 1.1.„:„, Faul I'm:and Aft*, ;;;$ ••••••;;1;;>:: :ggs, 10;,:;$ :;;;;:.$;;; I,;, 1;1;$,;;;;C.b.';;;;;;;;;;;;. .7Y : c: :.;;;; preg•;;;"' A •••••Er• rat Al flA tvl!trz ;;;; ,A11.0 Eff:CC.17.er tilt;DV:An]of 1.)."Js,<„!:-..tois awy ,-,ppr,r•nr,-:!arr.:1 fEtv,r,kt Ay, FL'kI'UER it.ESOLNU). ; • ' 1 Al VIA. ;;;=CV...g.:t..1;V ...!;rg....;:)..r.r..;;;;;; thz.lAVA. . A.is FURTliElt ItESOLVED, :,...i.orzio.a7 cif a IA:, f.;haa M vai,d;1;24 bizd,,,tig urcnlyie Con;parj. when§ ,,,q1grird irry PirAldetit as•:y ;111.1)Ex.r.;;,'1141.Lt:Vice gay 5.etaar vxr. t Ft;!;;,1;;11:,:rt.; S::;;;;;;:;.! tr:r AAAAAAV ;;•!•••- ;•;; ••,;•.•j 0..••;•.;•••••••..: FLIITHEIZ RESOLVED; thc CI" Prci.,:aa::: any Evaansa: AL an^.- rr, A Li;f.„•"‘.....,LViiL' LV••••••(:1•'•.="•.• A ;;;;$$;;;$;;;;; $;;;;;;.$ ;;;$ ; . VIVA. ■;....b1;f4:;....1;;;.."V.;61g rg'IT, •,‘• ,;,;:;$!;;5;$,$$$.i--;;;,$,$;;;; '..:; iTZ`n y •••g;;;'; 1.;;;;•5uriV,••,5.;;V; • . ;;.:;:LA;V I' =',„:::;":411; ana ; ; ; . AL and ilvggglg;:gr•-;,;;;-•;:p•;.•.;; v, f:41 I 1 "111411-* . . • ;;,■;;.; ;;;;;;;;;;r1Vii$.; •," ...• I. $.; t‘0/11111",, Ar';';;,• .NEY THE Packet Page -2762- . 9/10/2013 16.G.4. Local Resident Producing Agent for 13 23 Packet Page -2763- . • — 9/10/2013 16.G.4. BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a oid/proposal under this solicitation, except for those items iistec the offeror beicw or on a separate and clearly identified attachment to This bidipropesa:, the offeror certifies that steel and each manutacturee product, produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel and Manufactured Prddudtd ;:or Construction Contracts) and that components of unknown origin are noOsicicged have been produced or manufactured outside the United States. Offerors shall refer to Buy American provisions included tri Sui*Crienfa; General Provisions' Exhibit J. PRODUCT: COUNTRY OF ORIGIN: Adook,„ 0-A-K.Florida. irc clba Ovveri-krnes-Kinii mact ri (Date) (i\laino_of BiOryet),, David J. Dale By: President 12/6123- NId AO*, Packet Page -2764- „ - 9/10/2013 16.G.4. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 1, Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, vieitere appropriate. to state in the bid whether it has participated in any previous contract Or Subcontract subject to the equal opportunity clause; and if so, whether it has filed with the joih,t-, Repot-an Committee, the Director, an agency, or the former President's Committee on E.-dual Employment Opportunity all reports due under the applicable filing requirements. in any case in which a bidder or prospective prime contractor or proposes subcontracitdi- has participated in a previous contract subject to the Executive Orders 1092E, 11114, or 11246 and has not filed a report due under the applicable filing requirements no contract or subcontract shall be awarded unless such contractor submits a renun covering the delinquent period or such other period specified bii! Director, OFCC. 2. To effectuate these requirements, the Bidder shall complete and sign the flown statements by checking the appropriate boxes. f a. The Bidder IV has D has not participated in a previous contract subject tc.: the equal opportunity clause prescribed by "Executive Order 11)92E, Executivr:a Order 11246, or Executive Order 11114. • The Bidder iiri; has has not submitted ail ocrpoliancE. reoi-ind connection with any such contract due under the applicable requirements; and that representations indicating submission of reauiri,,c compliance report signed by proposed subcontractors will be obtained prf,, award of subcontracts, • tree Bidder has participated in a previous contract tiubject opportunity' clause and has not submitted compilandii:i report:, sue applicable filing requirements, the Bidder shall submit a comaiiance tebbr_ Standard Form 100, "Employee information Report EEC-1- of contract Datr,,on . . i_egz.5:, Name oi Persp:;. r . By: David J, Dale, Presidert:T. •:2-GI22.- Is!ailJ A',*(Kt, Packet Page -2765- ------- 9/10/2013 16.G.4. 4.04, President. , Am*, Atat Packet Page -2766- ---- 9/10/2013 16.G.4. CERTIFICATION REGARDING DEBARIVIENT AND SUSPENSION EXCLUSION The bidder/proposer certifies, by submission of this proposal or acceptance of this eentra bf. that neither it nor its principals are presently debarred or suspended by any Faiderai department or agency from participation in this transaction, The biOdei agfeeb th comply with Title 2 CFR Pad 1200 and The 2 CFR Pad 180, Subpart 0 administering each lower tier subcontract that exceeds 525.000 as F '',7=overd transaction , The successful bidder by administering each lower tier subcontract that °needs 32;3,00C: covered transaction" must verify each lower tier participant of a "covered tarisactio7' under the project is not presently debarred or otherwise disqualified from participation this federally assisted project. The successful bidder shall accomplish this by: Checking the System for Award Management at ,,,vebeite: ii. Collecting certification statement similar to paragraph a, iii. inserting a clause or condition in the covered transaction with the ;ewer tie: contract If the FAA later determines that an individual failed to tell a higher tier the,7 they weye or disqualified at the time they entered the covered transaction with that neision. FAA may pursue any available remedy, including suspension and dement 0-A-K Florida, Inc dba Owen-Ames-Kimball Company 'Company Ski David Dai-, r; hat'ffe Ttie Dat 17,-G123 rsitlult it,10 ad Packet Page -2767- , „„ - 9/10/2013 16.G.4. "ow DISADVANTAGED BUSINESS ENTERPRISES ASSURANCE To meet the requirements of the U.S. Department of Transportation Regulations Pan 23 all bidders will provide evidence of the methods they have usec, to meet the disadvantaged owned and controlled business goal as published in the Collier County Airport Authority Disadvantaged Business Enterprise Pan end 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 staling tne percentages of disadvantaged businesses they intend to employ on this PrCj3r.:,":, The bidder shall also 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: A.; This firm assures that it will utilize no less than 4 % Disadvantaged Business Enterprise (DBE) participation for this project. O-AK Honda Inc dba Owen-Ames-Kimball :ijp-iinani: - Name of Bir_iger. Davie J. DaiPneidcnt iSntiture and 6-9-16 1.3-6!2:3;Oa=amui 5j 001.1%, Packet Page-2768- • 9/10/2013 16.G.4. SCHEDULE OF DUE PARTICIPATION Name of Bidder: Project No: PrajeCtif114-nar-IL--Cie#,V/ 9//XVI/ Total Bid Amount: ff NAME OF DBE TYPEOF WORK ; SUBCONTRACT SUBCONTRACTOR ADDRESS ; SUBCONTRACTED VALUE • , V; — _ $ .6zipzer I •&74,-,iiiie 6 • 4, _„ • . , DBE PARTECI RATION TOTAL VALUE $ 9 - Cid7 The attainment of DBE participation goals for this contract wili be measured ii percentage of the total dollar value of the contract. The undersigned will enter into a formal agreement with the DEIT'i Subdrnitr;otor,-, identified herein for work listed in this schedule conditioned upon ex-,c.ution of contract with Collier County, Name of Bidder 0-A-K Florida, Inc dhe Ower Con-Dar ,„...flgriwoure. Tits- ,povid 3. Do e. PrrF. nnn Sworn to and subscribed before me, this Yth day o ALIC: St 2013 1:mitzalitwco n'Li,x~-2T.r Packet Page -2769- _ 9/10/2013 16.G.4. Signature of Notary • - PrgiZ.;:: . Printed Na rne. of Notary My Commission Expires: Aolok 15'srt Packet Page -2770- „_ • 9/10/2013 16.G.4. CONTRACTORS CERTIFICATION FOR NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any o his establishments and that she or he does not permit his employees to puric.)vm their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she .f.:Y he will not maintain or permit his employees to perform their services at any iocatian under his control where segregated facilities are maintained. The federaily- assisted construction contractor agrees that a breach of this certification violation of the Equal Opportunity Clause in this contract. As used in this certification, the term 'segregated facilities” means any %waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeolocks, locker rooms and other storage and creasing areas, paritir lots, drinking fountains, recreation or entertainment areas, transportation a housing facilities provided for employees which are segregated exosr directives or are, in fact, segregated on the basis of race, cob :, reliaion, natio14: origin because of habit, local custom, or any other reason. The feteraily-aseilateri construction contractor agrees that (except where she or he has obtained identicoi certifications from proposes subcontractors prior to the award of subcontratai exceedino $10,000 which are not exempt from the provisions of Opportunity Clause and That she or he will retain Such crertifc.:atiorrs hi.s Certification — the information above is true and complete to the .Des t. knowledge and belief, David J. Dale. President (Name and Title of Signer (Pease type) IN bP,NAL SEWICE EMPLOYE17. :\AUtvii 717- Note: The penalty for making 'raise statements in offers is prescribed r IEJ 1001 tVian'.. LA:4 ivZi xe:.1?..ive Cnr,stcut;L:::, Packet Page -2771- ------ 9/10/2013 16.G.4. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER 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 folloV4rtZ items as the necessary action ocrirted, 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 recurred drawings, gram fauns, descriptive literature etc, ha,„en aeon 5, Any delivery information required is included. 6. immigration Affidavit completed and the companys E-Vehfy profile babe ot memorandum of underelandin,; '. pertiUcate of Autnority to Conduct Business w State of Fiends 8, it required, the amount of Bid bond :Ins been checked, and the Bic,i 07...)!`; or t'EIS77,1-:- check has been included. 9. Buy American Certificate has been signed and included, 10. Equal Employment Opportunity Certification has been signed',and inourieid 11. Certification regarding Debarment, Suspension, theligibilay, and Vote been signed and inciude *tow 12, Bid Opoortunhy List has been siored and inciuded. Disaovantaged Bus:nese Enterprise Assurance hs peen sidne-..- per,:z :!, paiticioation indicated. 14. Schedule of DBE pantination has been completed:, signet and lnc!uciec. 15. Letter to intent to perform as a DBE contractor has been prepared by DEE subcontractor. signed and included (if participation is ciaime&!. 16. Obi:tractor a Certification 17' Any addenda n2ve been siarisi::: end incitiz-:°: • I EL The maii;rd envd'icpe has bean aPPle:iSCd Purc.:12,E;ing Direptpr oliter Corty Government Purchasing Department 3327 Tarn,dmi Trai! S NapIPS FL 3411% The ma i;i:77, crt,iplaap must tie d triarpd Bid Number 13-512:, Protect-Nany.„- Opening Da-LE. 819.120U1t, 29. Ina. Bid wi'd be mated or cleDiereci IT7 timo to be rcceiveid rip ,arc:rant Ito open:nd dare and Irre oInwae Bid cztnno‘. be consido!-0:.,, ALL COURIER-DELIVERED BIDS rk4UST HAVE THE BID NUMBER AM* Packet Page -2772- 9/10/2013 16.G.4. Goireb-ler' County Email: scottjohnsongcolliergov.nel Teiephone: (239) 252-8995 Administrative Senilices Dion FAX: (239) 252-6585 Purr-nasrg ADDENDUM 1 Memorandum . . Date: juiy 22, 2D13 From: Scott D. Johnson Interim Acquisition Manager To: Interested Bidders Subject: Addendum# 1 Soiioltation#and Title 13-6123 Marco island Executive Airpoh Runway Construction The fallowing clarifications are issued as an addendum identifying tne foiiowing chance far The referenced solicitation he to the: contract Construction Hid: Eeplacu Bid Sehcadic with attached otnendcc Bid Schedule. Contract Time: Revised cur ract (inic is rdviscd to I 64 calendar days for substana1 base bid and all alternate's ure awarded and calendar days for final compietton See attached amended Sn-ecial Provision No. 1 for Mile alicrwanec dae - efeniaiu and for liquidated damages associaititi with-,^.:4I'L!h phaSC:Cif construction. Technical Specifietatium' 1ieie!t :: X.-1(Y Asphalt inicit.:yer Rnciorgeniern Delete Item P-605 joint Sealing iher Exhibit M—Plans the foliowing sheets will:the attached slIceis; Quantities and index of Drawings ..,,,,der,cim,TNTI.p;aft. Packet Page-2773- _ 9/10/2013 16.G.4. c-uo.5 - Phasing irrchl &C-102 Existing Condition &Demolition Plans (1)& 2; C-201. C-202, C-203 & C-204- lvpiral Seeianns (1i (2)t 3) & 4 • Ciradinn Pian C-412- Drainage, Plan(2) ATTACHMENT: Bid Schedule Special Provision No. 1 Nan Sheets: C-002 -Quantities and Index of Drawings C-005-Phasing Plan C-i Di -Existing Condition-Demolition Plan (1) C-102-Existing Condition-Demolition Plan (2) C-201 -Typical Sections (1) C-202-Typical Sections (2) C-203-Typical Sections (3') C-204-Typical Sections(4) C-312-Grading Plan a C-412-Drainage Plan (2) if you require aaditional information niease post a question on the Online Bidcirtg site ar contec--,. me using the above contact information. Please sion below and return a coal ofthts,Adbendum with your submittal for abovf rstorn; solicitati ,• A0101% Packet Page -2774- 9/10/2013 16.G.4. ColPH-ler County Email: scottlennsongcoiliergov,rie'. Teleonoriei (239) 252-8995 matistratNe SeivIds DN'ision FAX (239) 252-6588 Ptitutasing ADDENDUM .2 Memorandum Date: July 22. 2013, From Scot a Johnson nterim Acquisition Manager To: interested Bidders Subject: Addendum#2 Solicitation and Title 13-6123 Marco island Executrire Airport Runway Construction The following clarifications are issued as an addendum identifying the folicw.mci chanpe: for the referenced sohoitation: This Addendum No. 02 is issued to chtutite the allowable worc bou7s, tcchrik.al sreciikration installation of Airpurn L LLi Systemic and eibunge h quamtly for heant Sprigeirq:. artfiC7 Alttimate 42, The changes to the co tract include: Constructioe Bid: Reolace Bid Schedule with attached amended Bid Schi.“..duit. Exhibit H-:General 'Terms and Conditione ..,:kmenri - Sent:C/11:e, to pro., ut, ibk conTrz;ri,,!. L;Lf: won: iron) tuu to 7:0 btu. ilxibriday V, dr': is itneted iron: !':( pul to 7:0o LL,,,T, or i;::: front substatnial completion tIl final cordisietiOn Wit: be IznI:y.:a. , prrt Manday through Friday. Work is no permitted on Sualdays and the following holidays: .New Years Day, fyiemorUil of Jul: Labor Dry, Thanksnivitig Day,Christmas Dry. Pr4tar;:Jurnlecr,;.0,E Packet Page -2775- 9/10/2013 16.G.4. oft, Exhibit J—Technical Specifications RepIacc Item L-125 - Installation of Airport Lightinc, Systeius with attached rcvi:; technical specification Exhibit M—Plans Replace E-201 —Lighting and Electrical Notts with anached revised she : ATTACHMENT: Bid Schedule: MK-41- Runway 17-35 Rehab Addendum No.2 Bid Schedule Technical Specification: L-125 installation of Airport Lighting Systems Plan Sheets: E-201 Lighting and Electrical Notes if you reouire additional information please post a question on the Onime 3idthr site or contact me using the above contact information. c: Please sign below anctreinin a ocipyptlhis Addendum with your submittal for the above referencet solicitation. - Nmecftrrn f Aiestik Packet Page -2776- -- 9/10/2013 16 G 4 . . . Co. ler (7--ouvity Email scod)onnsonQcolliergovme, Telephone: (239) 252-8996 imrca Setvices Dwioi FAX: ;239) 252-6586 ADDENDUM 3 Memorandum Date: August 6, 2D13 rom: Scott D. Johnson interim Acqu)sition Mamas' To: interested Bidders Subject; Addendum#3 13-6123 Marco :island Executive Airport Runway Cons:ruct:o.7. Th is addendum is issued to provide Bid Opportunity List Form Please sign below and return a copy of tt4is Addendum with your submittal fo7 the above reran solicitaton .2752 (Name- HTM;' Packet Page -2777- - 9/10/2013 16.G.4. LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR • . V Fo: Name of General Contractor Proposing) PROJECT NAME NO.: PVri, Cci Tne undersidned rtends to perform work in connection with tine arrive rirnicc- inddual a DBE partnership an MBE Check on (Cineci-i one" The undersigned he-71'3y declares ald affirms that the firm is a D.sati.,..-eritece Business Enterprise ("DBE) as defined in the contract dccurne.rits aria Ina: docuinert to this fact will De provided upon reqpest Tne firm has cut-eri: D5E/MBP-ANSE certification from the followino ageric.ies" 04/4ts. C(Lt The undersigrieci s pre..paied tc porforrri tho folinViirMQ described wnn in bomitic;.ini. with the above projeci,: (Specit\ n detai. work 'terns cia ris trierec.f At the follown:o nrcr o j?'2PEA)b°f."7 4,1-2 trar'' percent c'ri.:j of the ddliar value cf subist"'itrac'. lurine' sublet arony av,arded trti ;her DBE f.-771!F Th'2 ur ursgnc agrees to enter into a contractet n. 7-'-rirn-: -..t-2;•,", work if you are awarbed the rn-lrrie nn-ltrrElf. Teieihr:ine Packet Page -2778- 9/10/2013 16.G.4. Name of OBE Subcontractor: 1,)ict'''", Firm Address: C;(—):::-; 4 K4.4,4. . 4;„ . . By; , . . , Signature NEETIeTyped Titie ‘1.512.3 Warcz. I'munz:, r-zzurrzAzza', C,zz,zz'zzzzzzr Packet Page -2779- 9/10/2013 16.G.4. LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR TO: 0 Prit_ (Name of General Contractor Proposing) PROJECT NAME NO.: ‘-/ Co/j)izetzl-ityj The undersigned intends to perform work in connection with the above proir.ct as: inidvidual 1...) corporation a DBE partnership loint an MBE venture (Check one) (Check one) 1 he undersigned herby declares and affirms that the firm is a Disadvantage Business Enterprise(DBE)as defined in the contract documents and that document to this fact will be provided upon request. The firm has current DBE/MBE:MBE certification from the following agencies: Am* The undersigned is prepared to perform the followin g.described work in 'connect:tor with Inc above project,: e-10-05 o ( ., (Stedify in detail, work items or parts thereof to be performed) /LT . 77)4,6' ,r—f--/ 47_ _ At the following price: $ /5;0 e,(d) g6-1Q,L494r4 7:4-740,4' ,,percent(r'iri)of ine dollar value of this subcontract will he) further sublet and/or awarded to other then DBE firms. The undersigned agrees to enter into a contracted with you to r..yenerrn the above work, if you are awarded trn prime contract - _ Date: II • eteptione 3-8122 Manz, Packet Page -2780- 9/10/2013 16.G.4. Name of DBE Subc3ntrartr_if: d"•"f? ••+. Fltro Address:414-p,-) _vg- By Si!' tu fl War:16 Typed Title l3LS•12.3 Mr=i$3;:A Exe-.:::.E,ve A'7 zrI ,TAT, I Packet Page -2781- „ 9/10/2013 16.G.4. con licen nos cocuvorr HASA cormIgro DADKORDUO•aittivbeigatnerli-UDIAIA-ArloATENDS50.ODA AC# 6126863 STATE OF FLORIDA DEPARTMENT OF pusIxxsn• AND PROFESSIONAL RECULATIrT CONSTRUCTION INDUSTRY LICENSING BOARD DATE DATCK WUNDER . ! q35114/20:2 :118184694 CGCOFOGlE The GENERAL CONTRACTOR Va=ed below IS CRRTDFIED Under the provisicns of Chapter 49 Expiraen date: AUG 31, 2014 . DALL, DAVID JON OWEN-AMES-KIMBALL COMPANY 11941 FATRWAY'LARES DE. FORT MYERS FL .71.--31j13 , . RICK SCOTT COVEENZ,F. _ . TORS DOCklaSENT OAS COLOWDIXVOUACKIND•ViCROPROTTING+ftitineptith#044 AC,14, r‘- P STATE OF FLORIDA DEpxT/TmENT 0.7..•Buzi/41.3.sn AND IIKCFESSIDNAL PEG IJTI CONOTEUCTION INDUSTRY LT :N:',TINC BOARD SEQ 7, a-- -DATE EINICHNIMEIER - _ CC-3114/2012 11814694 - Th9 KCCFINT2 CONTRLCIDE Na:n92.7_ hulow IS CERTIFIED U3 tic. pr C Chapt9,r,489 FS, E%pition date: AU,D 31, 21)14 — :• DALE, DAVID OWEN-AMES-KIMBALL COMPANY 7:941 FAIRWAY LAKES DR. !..!YERS FL 3'3E13 SCOTT t.7.077-7.,KNZ",R Hendry Cotiniv Cont cur' I:,„:„ Ccrffic.j, CGC060615 3 I. 2i:,1`,2-, %col 0 Vite %WOO *11.11...1)AnleS <4110k, if I 'It e 01,40101a Packet Page -2782- 9/10/2013 16.G.4. . " LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2012 -2013 Tax Cvi%tvr ACCOUNT NUMBER: 0.8D6112 ACCOUNT EXPIRES SEPTEMBER 30. `",:..).1Z: I CFITIFMO Lc vItion IlL l'AIRWAV LAKE..5 D13 FT MYESS A., LiALE P4 i LL-co FO' „ Pi■12.7, 1400 ti """vr°11'AITI eS %Tr,ff.nib a Packet Page-2783-