Loading...
Agenda 09/25/2012 Item #14A1 9/25/2012 Item 14.A.1 . EXECUTIVE SUMMARY Recommendation to approve the Selection Committee rankings for RFP 12-5885 for Engineering Consulting Services for the Design,Permitting and Bid of Immokalee Regional Airport and Marco Island Executive Airport Runway Rehabilitation and direct staff to bring a negotiated contract to the Board for subsequent approval. OBJECTIVE: To approve staff selection committee rankings for the referenced project and approval to negotiate a contract with the top ranked firm. CONSIDERATIONS: The scope of work is to prepare design plans and specifications and bid documents, permit, and bid the restoration of Runway 9-27 at the Immokalee Regional Airport and Runway 17-35 and aircraft aprons at the Marco Island Executive Airport. These design services will include the evaluation of alternatives for any improvements necessary for completion of the project including but not limited to an analysis of the pavement rehabilitation options and the taxiway system at the Immokalee Regional Airport and pavement rehabilitation options for the existing runway and apron systems at the Marco Island Executive Airport. The design services will include upgrades to the airfield lighting systems, drainage improvements, grading and fill improvements to the runway safety/object free areas, and the installation of emergency standby generator power at each airport. Through the award a contract and scope of services,the Consultant is assumed to be an expert in the field of airport airfield rehabilitation with the experience of numerous Federal Aviation Administration(FAA) and Florida Department of Transportation(FDOT)funded projects of similar nature and,as such, is solely responsible for designing a safe and efficient project in compliance with all regulations and requirements. The RFP was issued in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act and was publicly advertised on May 22, 2012 . Email notices were sent to 1,002 firms with four(4) vendors downloading the solicitation. Four (4) responses were received by the due date of June 14, 2012. A publicly noticed Selection Committee meeting was held on June 27, 2012. After review and discussion, and by consensus of the members, the responding firms were shortlisted based on their qualifications in the order as follows: 1. Hole Montes,Inc. 2. Kimley-Horn and Associates,Inc. 3. The LPA Group Incorporated 4. Hanson Professional Services Inc. Following approval of the staff selection committee rankings, Staff will bring a negotiated contract back to the Board for approval at a subsequent meeting. FISCAL IMPACT: The Source of funds is from Federal Aviation Administration (FAA) Airport Improvement Program(AIP) grants, and local match money(General Fund)within the Airport Grant and Grant Match Funds(498 and 499),Project 33227 and 33228. A request to fund LEGAL CONSIDERATIONS: The County Attorney has reviewed this item which is legally sufficient and requires a majority vote for approval. -JAK Packet Page -1842- 9/25/2012 Item 14.A.1 . GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: Recommendation to approve the Selection Committee firm rankings for RFP 12-5885 for Engineering Consulting Services for the Design, Permitting and Bid of Immokalee Regional Airport and Marco Island Executive Airport Runway Rehabilitation and direct staff to bring a negotiated contract to the Board for subsequent approval. In the event that agreement cannot be reached with the top- ranked firm,the Board authorizes negotiation in accordance with Florida Statute 287.055. PREPARED BY: Chris Curry, Executive Director,Airport Authority Packet Page-1843- 9/25/2012 Item 14.A.1 . COLLIER COUNTY Board of County Commissioners Item Number: 14.A.1. Item Summary: Recommendation to approve the Selection Committee rankings for RFP 12-5885 for Engineering Consulting Services for the Design, Permitting and Bid of Immokalee Regional Airport and Marco Island Executive Airport Runway Rehabilitation and direct staff to bring a negotiated contract to the Board for subsequent approval. Meeting Date: 9/25/2012 Prepared By Name: BrueggemanDebra Title: Operations Coordinator,Airport Authority 9/13/2012 10:30:56 AM Submitted by Title: Executive Director-Airport Authority,Airport Authority Name: Curry Chris 9/13/2012 10:30:58 AM Approved By Name: DeLeonDiana Title: Contracts Technician,Purchasing Date: 9/13/2012 12:16:19 PM Name: Curry Chris Title: Executive Director-Airport Authority,Airport Authority Date: 9/13/2012 4:26:53 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/18/2012 9:33:00 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/18/2012 12:26:47 PM Packet Page-1844- 9/25/2012 Item 14.A.1 . Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/18/2012 3:47:15 PM Name: KlatzkowJeff Title: County Attorney Date: 9/18/2012 4:12:13 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management&Budget Date: 9/18/2012 4:38:16 PM Name: KlatzkowJeff Title: County Attorney Date: 9/18/2012 4:43:23 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/18/2012 5:27:06 PM Name: OchsLeo Title: County Manager Date: 9/19/2012 1:22:42 PM Packet Page-1845- : 9/25/2012 Item 14.A.l . ƒ -1i = 2 0 q } % I> ) I- ƒ z . I D 2 0 ! co n o ƒ £ } 2 X (V ° �ƒ 2 ƒ-0 k = ° 0k § CD CD U0 ' n / _ al \ § o - 0 - / m . z co E CD CD 0 = \ a) o c CD . % 0 $ ƒ o � C.4 -% ° 2� »d ■ CD 0 - 0) O § E -4 N3 -I § O. 9 A I-, k C i — \ o 0 @ . m o 0 2 ¢ ■ § V ° o o � 0- o D 7 7 0 0 ca a) § � § � 3 co iv a d CD = C tv e R m Pj 11 C, ■ S o o R o o . E 2 o 0 0 0 - 0 0 0 0 = g 0 = Packet Page-1846 9/25/2012 Item 14.A.1 . Grant Funded REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Co filer County Adrrinistrative Services Division Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation #12-5885 — Design/Construction Engineering Services of IMM and MKY Runway Rehabilitation/Reconstruction Lyn M. Wood, Procurement Strategist Telephone: 239-252-2667 Fax: 239-252-6593 Email: Iynwood @colliergov.net This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. .Ot't_rF4 Puchawg Department.3327 Tamiami Trail East•Naples,Ronda 34112-4901•;rww.calIiergay.nevpurchasing CCNA(Revision 3/1/2012) Packet Page -1847- I i 9/25/2012 Item 14.A.1 . Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 OVERVIEW 5 TASK 1-CONSTRUCTION ADMINISTRATION 5 EXHIBIT II: GENERAL RFP INSTRUCTIONS 11 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 15 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 19 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 27 ATTACHMENT 2:VENDOR CHECK LIST 28 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 29 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 30 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 32 ATTACHMENT 6:VENDOR SUBSTITUTE W—9 33 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 34 ATTACHMENT 8:REFERENCE QUESTIONNAIRE 36 EXHIBIT"A"-GRANTING AGENCY DOCUMENTS 37 FEDERAL AVIATION ADMINISTRATIVE PROVISIONS-CFDA 20.206 EXHIBIT"B"-GRANTING AGENCY FORMS 38 BID OPPORTUNITY LIST 39 BID OPPORTUNITY LIST CONTINUED 40 DBE PARTICIPATION STATEMENT 41 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS 42 EXHIBIT"C"—2011 MKY FDOT AIRFIELD PAVEMENT SURVEY ...............43 .............................. EXHIBIT"D"—2011 IMM FDOT AIRFIELD PAVEMENT SURVEY 44 RFP CCNA Template 03012012 RFP CCNATempiate 2 Packet Page-1848- 9/25/2012 Item 14.A.1 . Co ier County Adminisiradive Services Division Purchasing Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide design/construction engineering services of IMM and MKY runway rehabilitation/reconstruction will be received until 3:00 P.M., Naples local time, on June 14, 2012 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 12-5885 — Design/Construction Engineering Services of IMM and MKY Runway Rehabilitation/Reconstruction A non-mandatory pre-proposal conference will be held on May 29, 2012, commencing promptly at 11:00 a.m., and will be held in the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 If this pre-proposal conference is denoted at "mandatory", prospective proposers must be present in order to submit a proposal response. All statements shall be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on DATE. RFP CCNA Template_03012012 RFP_CCNATemplate 3 Packet Page-1849- 9/25/2012 Item 14.A.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Airport Authority (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Brief Description of Purchase The Collier County Airport Authority is interested in acquiring professional design and construction phase engineering services for airfield pavement rehabilitation and reconstruction related projects at the Immokalee Regional Airport and Marco Island Executive Airport. This is expected to be a two (2) to four (4) year design and construction program due to annual funding constraints and intense seasonal traffic activity and is dependant upon the level of grant funding available through FAA and FDOT. See attached Exhibit "A", Granting Agency Documents and Exhibit "B", Granting Agency Forms, incorporated herein by reference. Background I. The Marco Island airport is served by one 5,000 ft. x 100 ft. runway which has not been resurfaced since original construction in the mid 1970's. The runway and major portions of the North/Northwest aircraft parking apron are showing signs of excessive age and wearing and has extensive cracking and requires on-going maintenance to prevent further deterioration. A pavement condition report issued in May of 2011, attached hereto as Exhibit "C" and incorporated herein by reference, through the State of Florida Department of Transportation Aviation Office under the statewide pavement management program rated the majority of the existing runway and apron surfaces as being in very poor condition with an overall pavement condition index (PCI) of forty (40). For the continued safe operation of the airport by all aircraft including the many heavy jet and turbo-prop aircraft which purchase fuel and help generate much of the revenue needed to support airport authority operations, it is essential to restore this pavement. The project will also include required runway safety area, (RSA) improvements in compliance with FAA standards as well as drainage and airfield lighting/signage improvements. II. The Immokalee Regional Airport is a large General Aviation Airport that has two (2) active runways (5000 ft x 150 ft) and three (3) taxiways that allow for the safe passage of aircraft. The runways and two of the three taxiways are in poor to critical condition as rated in the most recent Pavement Inspection Report that was completed through the Florida Department of Transportation in 2011, attached hereto as Exhibit "D", and incorporated herein by reference. All the pavement sections at the Immokalee Regional Airport require continuous maintenance in order to allow for the operations of aircraft and prevent the pavement from continuing to deteriorate to the point of failure. To allow for the continued operations of aircraft at the airport, pavement restoration is necessary. Project will also RFP CCNA Template_03012012 RFP_CCNATemplate 4 Packet Page-1850- 9/25/2012 Item 14.A.1 . include necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavement removal/additions. The Collier County Airport Authority intends to pursue FAA and FDOT grant funding for pavement design within the current year and rehabilitation/reconstruction within the following funding year. Granting agency documents are attached hereto as Exhibits "A" and "B", and incorporated herein by reference. Detailed Scope of Work Design Phase services shall include, but not be limited to all civil, structural, and electrical engineering typically required for airfield pavement projects on active airports in accordance to FAA requirements and in accordance to FAA Advisory Circulars 150/5300-13, 16, 17 & 18 as well as all supporting services such as surveying (including AGIS) and geotechnical services. During the Design Phase, the consultant is expected to prepare design alternatives with analysis of cost/benefit for rehabilitation vs. reconstruction of runway pavement surfaces as well as preparation of cost analysis of maintaining existing full width vs. standard width (including relocation of runway lighting) for the B-II category runways to be rehabilitation/reconstructed. Cost analysis should include one hundred feet (100') (existing) and seventy-five feet (75') width requirements for Marco Island Executive Airport and sixty feet (60'), seventy-five feet (75'), and one hundred fifty feet (150') existing width requirements for the Immokalee Regional Airport. The consultant should be prepared to assist with grant preparation and may or may not be requested to perform administration for FAA and FDOT grant programs. Design Phase services will be negotiated first and if Construction Phase services are required, they will be negotiated prior to construction beginning. Construction Phase services may include: Overview The Consultant may be required coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County's design Professionals and Contractors. The Consultant shall provide the overall construction administration and possibly 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, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. Task 1- Construction Administration • Coordination with FAA/FDOT/County and other agencies • FAA safety plans • Coordinate and attend pre-construction conferences with each NE and applicable County representative • Overall Contract Management RFP CCNA Template_03012012 RFP_CCNATemplate 5 Packet Page-1851- 9/25/2012 Item 14.A.1 . • Coordinate and attend construction progress meetings • FAA Grant Management (Quarterly Construction Reports) to include ensuring compliance with all grant terms, conditions, and assurances. • DBE monitoring and compliance • 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 • Review of contractor's schedule • Provide contractor with schedule comments • Processing of Progress Payments • Verify that the work has progressed to the point indicated • Verify that the work is in substantial accordance with the contract documents • Verify that the contractor is entitled to the payment in the recommended amount • Verify that the NE has properly Certified the Request for Payment • Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien have and the Bonding Company's Consent of Payment are included • Recommend payment Task 2 - Construction Inspection • Construction Observation Services • 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 • Resident Project Representative 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 RFP CCNA Template_03012012 RFP_CCNATemplate 6 Packet Page-1852- 9/25/2012 Item 14.A.1 . o Coordinate the sampling and testing of materials to be performed by independent Amok testing laboratories o Monitor that record drawing mark-ups are properly maintained • Asphalt Plant Inspection Task 3 - Miscellaneous • Confirm project completion with appropriate agencies • Coordinate and attend Substantial Completion Walk through • Assist the NE with development of a "punch list" of items needing completion prior to Final Acceptance • Confirm that punch list items are completed • Coordinate a final review of finished items • Provide recommendation of acceptance of the project • 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 • Assist the County with coordination of warranty work (not to exceed the completion date of the agreement) • Transmit all Project/Program related files to the County • Substantial completion • Project closeout • Testing Quality Control o Asphalt pavement field testing o Asphalt pavement plant testing Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs only and should last from a two (2) to four(4) year period. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Amok RFP CCNA Template_03012012 REP_CCNATemplate 7 Packet Page-1853- 9/25/2012 Item 14.A.1. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. 1. Tab I: Project Approach. (30 points, 10 pages maximum; note: Only 2 of the 10 pages can be in 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the prescribed limit. The proposer shall include a description of how the design of the project will be approached. It will include options to be considered and the issues to be resolved. It will specifically address project permitting and methods to be used to minimize the project footprint and will demonstrate the consultant's innovation in providing cost effective solutions meeting the project objectives. 2. Tab II: Schedule and Quality Control. (25 points, 4 pages maximum; note: Only 1 page of the 4 pages can be in a 11 X 17 format) The proposal will be assessed -1 point for each additional page over the prescribed limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this project on a fast track schedule. The schedule will show the Design Team that is proposed for assignment to this project. It will provide the names of key team members, so that it ties to the expertise listed under TAB IV, and the strength of the Design Team can be analyzed. The schedule will follow the outline in the Statement of Work, demonstrating the consultant's ability to secure all required permits at the time of 100% plan submittal one year from being given Notice to Proceed. 3. Tab III: Experience of the Firm. (25 points, 5 pages maximum) The proposal will be assessed -1 point for each additional page over the prescribed limit. The Proposer shall have a minimum of five (5) years acceptable Design experience with airport runway projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) similar project references for correction facility projects only with contacts, title, telephone numbers, and mailing addresses. The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for correctional facility projects within the past five (5) years. The Proposer shall furnish a list of references, contacts and titles, telephone numbers, name of agency, and mailing addresses. Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. RFP CCNA Template_03012012 RFP_CCNATemplate 8 Packet Page -1854- 9/25/2012 Item 14.A.1 . List Current Correctional Facility Projects in the Format Identified Below Project Number of Project Original Final Project Change Start Date End Date Description Budget Cost 9 Arders 4. Tab IV: Proposed Staff Experience and Availability. (20 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the prescribed limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the proposal shall remain on the Consultant's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. Of particular interest to the selection committee will be prior experience with correctional facilities projects and experience in securing permits for projects of a similar nature in Collier County. The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. (Does not count in the total number of pages.) 5. Tab V: References— 5 Completed and Returned (10 points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms (See Attachment 8) from clients whose projects are of a similar nature to this solicitation as a part of their proposal. 6. Tab VI: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of RFP CCNA Template_03012012 RFP_CCNATemplate 9 Packet Page-1855- 9/25/2012 Item 14.A.1. the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, Required Form Submittals • Attachment 2: Vendor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page or Memorandum of Understanding • Attachment 6: Vendor Substitute 9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire RFP CCNA Template_03012012 RFP_CCNATemplate 10 Packet Page-1856- 9/25/2012 Item 14.A.1. Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E-Procurement website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. Alow- 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. RFP CCNA Template_03012012 RFP_CCNATemplate 11 Packet Page -1857- 9/25/2012 Item 14.A.1 . 6. Delivery of Proposals All proposals are to be delivered before 3:00 p.m., Naples local time, on or before June 14, 2012 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Lyn M. Wood, Procurement Strategist The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing/General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled "Master," and five (5) paper copies with one copy of the proposal on a CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2006-268 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Purchasing Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, RFP CCNA Template 03012012 RFP CCNATemplate 12 Packet Page-1858- 9/25/2012 Item 14.A.1. Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings shall be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager, will review, evaluate , and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 9. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 10. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Alow RFP CCNA Template_03012012 RFP_CCNATemplate 13 Packet Page-1859- 9/25/2012 Item 14.A.1. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan 30 Experience and Capacity of the Firm 30 Specialized Expertise of Team Members 30 Customer and Reference Listing 10 TOTAL 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Vendor, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. RFP CCNA Template_03012012 RFP_CCNATemplate 14 Packet Page-1860- 9/25/2012 Item 14.A.1 . Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior to actual receipt of the goods by the 2. Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and/or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and/or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and/or with each car load of equipment. The 3. Inspection COUNTY reserves the right to refuse or All goods and/or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and/or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non-conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the 'Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates RFP CCNA Template_03012012 RFP_CCNATemplate 15 Packet Page -1861- 9/25/2012 Item 14.A.1 . 5. Time Is Of the Essence and transportation shall conform to all Time for delivery of goods or performance of applicable laws, including but not limited to services under this Purchase Order is of the the Occupational Health and Safety Act, the essence. Failure of VENDOR to meet Federal Transportation Act and the Fair delivery schedules or deliver within a Labor Standards Act, as well as any law or reasonable time, as interpreted by the regulation noted on the face of the Purchase COUNTY in its sole judgment, shall entitle Order. the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to 9. Advertising reimburse the COUNTY for any expenses No VENDOR providing goods and services incurred in enforcing its rights. VENDOR to the COUNTY shall advertise the fact that further agrees that undiscovered delivery of it has contracted with the COUNTY for nonconforming goods and/or services is not goods and/or services, or appropriate or a waiver of the COUNTY'S right to insist make use of the COUNTY'S name or other upon further compliance with all identifying marks or property without the specifications. prior written consent of the COUNTY'S Purchasing Department. 6. Changes The COUNTY may at any time and by 10. Indemnification written notice make changes to drawings VENDOR-shall indemnify and hold harmless and specifications, shipping instructions, the COUNTY from any and all claims, quantities and delivery schedules within the including claims of negligence, costs and general scope of this Purchase Order. expenses, including but not limited to Should any such change increase or attorneys' fees, arising from, caused by or decrease the cost of, or the time required for related to the injury or death of any person performance of the Purchase Order, an (including but not limited to employees and equitable adjustment in the price and/or agents of VENDOR in the performance of delivery schedule will be negotiated by the their duties or otherwise), or damage to COUNTY and VENDOR. Notwithstanding property (including property of the COUNTY the foregoing, VENDOR has an affirmative or other persons), which arise out of or are obligation to give notice if the changes will incident to the goods and/or services to be decrease costs. Any claims for adjustment provided hereunder. by VENDOR must be made within thirty (30) days from the date the change is ordered or 11. Warranty of Non-Infringement within such additional period of time as may VENDOR represents and warrants that all be agreed upon by the parties. goods sold or services performed under this Purchase Order are: a) in compliance with 7. Warranties applicable laws; b) do not infringe any VENDOR expressly warrants that the goods patent, trademark, copyright or trade secret; and/or services covered by this Purchase and c) do not constitute unfair competition. Order will conform to the specifications, drawings, samples or other descriptions VENDOR shall indemnify and hold harmless furnished or specified by the COUNTY, and the COUNTY from and against any and all will be of satisfactory material and quality claims, including claims of negligence, costs production, free from defects and sufficient and expense, including but not limited to for the purpose intended. Goods shall be attorneys' fees, which arise from any claim, delivered free from any security interest or suit or proceeding alleging that the other lien, encumbrance or claim of any third COUNTY'S use of the goods and/or party. These warranties shall survive services provided under this Purchase Order inspection, acceptance, passage of title and are inconsistent with VENDOR'S payment by the COUNTY. representations and warranties in section 11 (a). 8. Statutory Conformity Goods and services provided pursuant to If any claim which arises from VENDOR'S this Purchase Order, and their production breach of section 11 (a) has occurred, or is RFP CCNA Template_03012012 RFP_CCNATemplate 16 Packet Page-1862- 9/25/2012 Item 14.A.1 . likely to occur, VENDOR may, at the and acts of nature. When VENDOR has COUNTY'S option, procure for the COUNTY knowledge of any actual or potential force the right to continue using the goods or majeure or other conditions which will delay services, or replace or modify the goods or or threatens to delay timely performance of services so that they become non-infringing, this Purchase Order, VENDOR shall (without any material degradation in immediately give notice thereof, including all performance, quality, functionality or relevant information with respects to what additional cost to the COUNTY). steps VENDOR is taking to complete delivery of the goods and/or services to the 12. Insurance Requirements COUNTY. The VENDOR, at its sole expense, shall provide commercial insurance of such type 15. Assignment and with such terms and limits as may be VENDOR may not assign this Purchase reasonably associated with the Purchase Order, nor any money due or to become due Order. Providing and maintaining adequate without the prior written consent of the insurance coverage is a material obligation COUNTY. Any assignment made without of the VENDOR. All insurance policies shall such consent shall be deemed void. be executed through insurers authorized or eligible to write policies in the State of 16. Taxes Florida. Goods and services procured subject to this Purchase Order are exempt from Florida 13. Compliance with Laws sales and use tax on real property, transient In fulfilling the terms of this Purchase Order, rental property rented, tangible personal VENDOR agrees that it will comply with all purchased or rented, or services purchased federal, state, and local laws, rules, codes, (Florida Statutes, Chapter 212), and from and ordinances that are applicable to the federal excise tax. conduct of its business. By way of non- exhaustive example, this shall include the 17. Annual Appropriations Amok American with Disabilities Act and all The COUNTY'S performance and obligation prohibitions against discrimination on the to pay under this Purchase Order shall be basis of race, religion, sex creed, national contingent upon an annual appropriation of origin, handicap, marital status, or veterans' funds. status. Further, VENDOR acknowledges and without exception or stipulation shall be 18. Termination fully responsible for complying with the This Purchase Order may be terminated at provisions of the Immigration Reform and any time by the COUNTY upon 30 days Control Act of 1986 as located at 8 U.S.C. prior written notice to the VENDOR. This 1324, et seq. and regulations relating Purchase Order may be terminated thereto, as either may be amended. Failure immediately by the COUNTY for breach by by the awarded firm(s) to comply with the VENDOR of the terms and conditions of this laws referenced herein shall constitute a Purchase Order, provided that COUNTY has breach of the award agreement and the provided VENDOR with notice of such County shall have the discretion to breach and VENDOR has failed to cure unilaterally terminate said agreement within 10 days of receipt of such notice. immediately. Any breach of this provision may be regarded by the COUNTY as a 19. General material and substantial breach of the a) This Purchase Order shall be governed contract arising from this Purchase Order. by the laws of the State of Florida. The venue for any action brought to 14. Force Majeure specifically enforce any of the terms and Neither the COUNTY nor VENDOR shall be conditions of this Purchase Order shall responsible for any delay or failure in be the Twentieth Judicial Circuit in and performance resulting from any cause for Collier County, Florida beyond their control, including, but without b) Failure of the COUNTY to act limitation to war, strikes, civil disturbances immediately in response to a breach of RFP CCNA Template_03012012 RFP CCNATemplate 17 Packet Page-1863- 9/25/2012 Item 14.A.1 . this Purchase Order by VENDOR shall accordance with Florida Statute Chapter not constitute a waiver of breach. 112.061, Per Diem and Travel Waiver of the COUNTY by any default Expenses for Public Officers, employees by VENDOR hereunder shall not be and authorized persons. deemed a waiver of any subsequent e) In the event of any conflict between or default by VENDOR. among the terms of any Contract c) All notices under this Purchase Order Documents related to this Purchase shall be sent to the respective Order, the terms of the Contract addresses on the face page by certified Documents shall take precedence over mail, return receipt requested, by the terms of the Purchase Order. To the overnight courier service, or by personal extent any terms and /or conditions of delivery and will be deemed effective this Purchase Order duplicate or overlap upon receipt. Postage, delivery and the Terms and Conditions of the other charges shall be paid by the Contract Documents, the provisions of sender. A party may change its address the Terms and/or Conditions that are for notice by written notice complying most favorable to the County and/or with the requirements of this section. provide the greatest protection to the d) The Vendor agrees to reimbursement of County shall govern. any travel expenses that may be associated with this Purchase Order in RFP CCNA Template_03012012 RFP_CCNATemplate 18 Packet Page-1864- Exhibit IV: Additional Terms and Conditions for RFF 9/25/2012 Item 14.A.1. 1. Insurance and Bonding Requirements orniok The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. RFP CCNA Template 03012012 RFP_CCNATemplate 19 Packet Page-1865- Should at any time the Vendor not maintain the insurance coverage(s) requir 9/25/2012 Item 14.A.1 . terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for fifty-five percent (55%) or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 7. Site Inspection If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers shall visit the site(s) with the County project manager to become familiar with local conditions that may in any manner affect RFP CCNA Template_03012012 RFP_CCNATemplate 20 Packet Page-1866- performance of the Work. This site visit shall be documented in writing by the l 9/25/2012 Item 14.A.1. by the County project manager; this documentation shall be submitted with the proposal.y The proposal will be deemed non-responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent .0.44, site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerkcollierclerk.com JAW Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Vendor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager, RFP CCNA Template_03012012 RFP_CCNATemplate 21 Packet Page-1867- Payments will be made for articles and/or services furnished, delivered, ands 9/25/2012 Item 14.A.1 . approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County RFP CCNA Template_03012012 RFP_CCNATemplate 22 Packet Page-1868- If you have questions regarding 9/25/2012 Item 14.A.1 . y q g g professional licenses contact the Contractor Li Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 11. Survivability Purchase Orders: The Consultant/ContractorNendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 12-5885 — Design of IMM and MKY Runway Rehabilitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 12. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org/search.htmi). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. RFP CCNA Template_03012012 RFP_CCNATemplate 23 Packet Page-1869- 9/25/2012 Item 14.A.1 . 17. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. RFP CCNA Template_03012012 RFP_CCNATemplate 24 Packet Page-1870- 21. Conflict of Interest 9/25/2012 Item 14.A.1 . Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with Ask RFP CCNA Template_03012012 RFP CCNATemplate 25 Packet Page -1871- the provisions contained within this affidavit. Failure by the awarded firm(s 9/25/2012 Item 14.A.1 . referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. RFP CCNA Template_03012012 RFP_CCNATemplate 26 Packet Page-1872- 9/25/2012 Item 14.A.1. Cotter County Actns Purchasing Attachment 1: Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation 12-5885— Design/Construction of IMM and MKY Runway Rehabilitation/Reconstruction for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ovioto ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP CCNA Template 03012012 RFP_CCNATemplate 27 Packet Page-1873- 9/25/2012 Item 14.A.1. Co ter Coanty Adnistralive Services Division Pur iasjn Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Lyn M. Wood, Procurement Strategist CCNA Solicitation: 12-5885 — Design/Construction of IMM and MKY Runway Rehabilitation/Reconstruction ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP CCNA Template_03012012 RFP_CCNATemplate 28 Packet Page-1874- 9/25/2012 Item 14.A.1 . i€ r- County Adnisnistratiae Services Division Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this day of 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification • Notary Public My Commission Expires RFP CCNA Template_03012012 RFP_CCNATemplate 29 Packet Page -1875- 9/25/2012 Item 14.A.1 . Cofer Coat, Administrative Services won Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 12-5885 — Design of IMM and MKY Runway Rehabilitation Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by CCNA Solicitation: 12-5885 —Design of IMM and MKY Runway Rehabilitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 2012 in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: RFP CCNA Template_03012012 RFP_CCNATemplate 30 Packet Page-1876- Additional Contact Information 9/25/2012 Item 14.A.1 . Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: RFP CCNA Template_03012012 RFP_CCNATemplate 31 Packet Page-1877- 9/25/2012 Item 14.A.1 . Coffer Comity AdrivnistrahveSFwice Division Purchasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 12-5885—Design/Construction of IMM and MKY Runway Rehabilitation/Reconstruction This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (!TB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. RFP CCNA Template_03012012 RFP_CCNATemplate 32 Packet Page-1878- 9/25/2012 Item 14.A.1 . cot -County Actnnistrative services Division Purchasing Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number RFP CCNA Template_03012012 RFP_CCNATemplate 33 Packet Page -1879- 9/25/2012 Item 14.A.1 . Clitr County Administrative tic Division Purchasing Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type ' Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate RFP CCNA Template_03012012 RFP CCNATemplate 34 Packet Page-1880- 9/25/2012 Item 14.A.1 . ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number Alow RFP CCNA Template 03012012 RFP_CCNATempiate 35 • Packet Page-1881- 9/25/2012 Item 14.A.1 . Col t»r County Administrative Services Division ?urchasing Attachment 8: Reference Questionnaire Solicitation: 12-5885—Design/Construction Engineering Services of IMM and MKY Runway Rehabiitation/ Reconstruction Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Change Orders - Dollars Added : Change Orders - Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future(customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By RFP CCNA Template_03012012 RFP_CCNATemplate 36 Packet Page-1882- 9/25/2012 Item 14.A.1. Exhibit"A" Granting Agency Documents Federal Aviation Administrative Provisions-CFDA 20.106 RFP CCNA Template_03012012 RFP_CCNATemplate 37 Packet Page -1883- 9/25/2012 Item 14.A.1 . Exhibit_A. Federal Aviation Administration Provisions CFDA 20.106 CIVIL RIGHTS ACT OF 1964, TITLE VI — provisions of this contract, the sponsor shall impose such CONTRACTOR CONTRACTUAL REQUIREMENTS contract sanctions as it or the FAA may determine to be appropriate,including,but not limited to: (Required in all subcontracts) a. Withholding of payments to the contractor under the During the performance of this contract, the contractor, for contract until the contractor complies,and/or itself, its assignees and successors in interest (hereinafter referred to as the "contractor")agrees as follows: b. Cancellation, termination, or suspension of the contract,in whole or in part. 1.1 Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination 1.6 Incorporation of Provisions. The contractor shall in federally assisted programs of the Department of include the provisions of paragraphs 1 through 5 in every Transportation (hereinafter, "DOT") Title 49, Code of subcontract, including procurements of materials and leases Federal Regulations, Part 21, as they may be amended from of equipment, unless exempt by the Regulations or time to time (hereinafter referred to as the Regulations), directives issued pursuant thereto. The contractor shall take which are herein incorporated by reference and made a part such action with respect to any subcontract or procurement of this contract. as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for 1.2 Nondiscrimination. The contractor, with regard to the noncompliance. Provided, however, that in the event a work performed by it during the contract, shall not contractor becomes involved in, or is threatened with, discriminate on the grounds of race,color,or national origin litigation with a subcontractor or supplier as a result of such in the selection and retention of subcontractors, including direction, the contractor may request the Sponsor to enter procurements of materials and leases of equipment. The into such litigation to protect the interests of the sponsor contractor shall not participate either directly or indirectly and, in addition, the contractor may request the United in the discrimination prohibited by section 21.5 of the States to enter into such litigation to protect the interests of Regulations, including employment practices when the the United States. contract covers a program set forth in Appendix B of the Regulations. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - GENERAL CIVIL RIGHTS 1.3 Solicitations for Subcontracts, Including PROVISIONS Procurements of Materials and Equipment. In all The contractor assures that it will comply with pertinent solicitations either by competitive bidding or negotiation statutes,Executive orders and such rules as are promulgated made by the contractor for work to be performed under a to assure that no person shall, on the grounds of race, creed, subcontract, including procurements of materials or leases color, national origin, sex, age, or handicap be excluded of equipment, each potential subcontractor or supplier shall from participating in any activity conducted with or be notified by the contractor of the contractor's obligations benefiting from Federal assistance. This provision obligates under this contract and the Regulations relative to the tenant/concessionaire/lessee or its transferee for the nondiscrimination on the grounds of race, color, or national period during which Federal assistance is extended to the origin. airport a program, except where Federal assistance is to provide, or is in the form of personal property or real 1.4 Information and Reports. The contractor shall property or interest therein or structures or improvements provide all information and reports required by the thereon. In these cases the provision obligates the party or Regulations or directives issued pursuant thereto and shall any transferee for the longer of the following periods: (a) permit access to its books, records, accounts, other sources the period during which the property is used by the airport of information, and its facilities as may be determined by sponsor or any transferee for a purpose for which Federal the Sponsor or the Federal Aviation Administration (FAA) assistance is extended, or for another purpose involving the to be pertinent to ascertain compliance with such provision of similar services or benefits or (b) the period Regulations, orders, and instructions. Where any during which the airport sponsor or any transferee retains information required of a contractor is in the exclusive ownership or possession of the property. In the case of possession of another who fails or refuses to furnish this contractors,this provision binds the contractors from the bid information,the contractor shall so certify to the sponsor or solicitation period through the completion of the contract. the FAA, as appropriate, and shall set forth what efforts it This provision is in addition to that required of Title VI of has made to obtain the information. the Civil Rights Act of 1964. 1.5 Sanctions for Noncompliance. In the event of the DISADVANTAGED BUSINESS ENTERPRISES contractor's noncompliance with the nondiscrimination Packet Page -1884- 9/25/2012 Item 14.A.1 . Exhibit A Federal Aviation Administration Provisions CFDA 20.106 The requirements of 49 CFR Part 26, Regulations of the grant and the amendment or modification of any U.S. Department of Transportation, apply to this contract. Federal grant. It is the policy of the Collier County Airport Authority to practice nondiscrimination based on race, color, sex, or (2) If any funds other than Federal appropriated funds national origin in the award or performance of this contract. have been paid or will be paid to any person for All firms qualifying under this solicitation are encouraged influencing or attempting to influence an officer or to submit bids/proposals. Award of this contract will be employee of any agency, a Member of Congress, an conditioned upon satisfying the requirements of this bid officer or employee of Congress, or an employee of a specification. These requirements apply to all Member of Congress in connection with any Federal bidders/offerors, including those who qualify as a grant, the contractor shall complete and submit Disadvantaged Business Enterprise (DBE) vendor. The Standard Form-LLL, "Disclosure of Lobby Activities," Collier County Airport Authority has a race-neutral (non- in accordance with its instructions. mandatory) DBE goal of 3% percent. The bidder/offeror shall make good faith efforts to meet the contract goal for ACCESS TO RECORDS AND REPORTS DBE participation in the performance of this contract, as The Contractor shall maintain an acceptable cost defined in Appendix A,49 CFR Part 26. accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and The bidder/offeror will be required to submit the following the Comptroller General of the United States or any of information: their duly authorized representatives access to any books, documents, papers, and records of the (1) Proposer's/Bidder's List contractor which are directly pertinent to the specific (2) DBE Participation Statement contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to Contract Assurance 026.13) - The contractor or maintain all books, records and reports required under subcontractor shall not discriminate on the basis of race, this contract for a period of not less than three years color, national origin, or sex in the performance of this after final payment is made and all pending matters contract. The contractor shall carry out applicable are closed. requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the BREACH OF CONTRACT TERMS contractor to carry out these requirements is a material Any violation or breach of terms of this contract on the part breach of this contract, which may result in the termination of the contractor or their subcontractors may result in the of this contract or such other remedy, as the recipient deems suspension or termination of this contract or such other appropriate. action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations Prompt Payment(§26.29)-The prime contractor agrees to imposed by the Contract Documents and the rights and pay each subcontractor under this prime contract for remedies available thereunder shall be in addition to and not satisfactory performance of its contract no later than 30 a limitation of any duties, obligations, rights and remedies days from the receipt of each payment the prime contractor otherwise imposed or available by law. receives from the COUNTY. The prime contractor agrees further to return retainage payments to each subcontractor RIGHTS TO INVENTIONS within 30 days after the subcontractor's work is All rights to inventions and materials generated under this satisfactorily completed. Any delay or postponement of contract are subject to regulations issued by the FAA and payment from the above referenced time frame may occur the Sponsor of the Federal grant under which this contract is only for good cause following written approval of the executed. COUNTY. This clause applies to both DBE and non-DBE subcontractors. TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer LOBBYING AND INFLUENCING FEDERAL and/or execution of a contract,certifies that it: EMPLOYEES(Required in all subcontracts) (1) No Federal appropriated funds shall be paid, by or on a. is not owned or controlled by one or more citizens behalf of the contractor, to any person for influencing of a foreign country included in the list of countries that or attempting to influence an officer or employee of discriminate against U.S. firms published by the Office any agency, a Member of Congress, an officer or of the United States Trade Representative (USTR); employee of Congress, or an employee of a Member of Amok Congress in connection with the making of any Federal b. has not knowingly entered into any contract or subcontract for this project with a person that is a Packet Page-1885- 9/25/2012 Item 14.A.1 . Exhibit Federal Aviation Administration Provisions CFDA 20.106 citizen or national of a foreign country on said list, or is TERMINATION OF CONTRACT owned or controlled directly or indirectly by one or a. The Sponsor may, by written notice, terminate this more citizens or nationals of a foreign country on said contract in whole or in part at any time, either for the list; Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services c. has not procured any product nor subcontracted for shall be immediately discontinued(unless the notice directs the supply of any product for use on the project that is otherwise) and all materials as may have been accumulated produced in a foreign country on said list. in performing this contract, whether completed or in progress,delivered to the Sponsor. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR b. If the termination is for the convenience of the Sponsor, 30.17, no contract shall be awarded to a contractor or an equitable adjustment in the contract price shall be made, subcontractor who is unable to certify to the above. If the but no amount shall be allowed for anticipated profit on contractor knowingly procures or subcontracts for the unperformed services. supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation c. If the termination is due to failure to fulfill the Administration may direct through the Sponsor cancellation contractor's obligations, the Sponsor may take over the of the contract at no cost to the Government. work and prosecute the same to completion by contract or otherwise. In such case,the contractor shall be liable to the Further, the contractor agrees that, if awarded a contract Sponsor for any additional cost occasioned to the Sponsor resulting from this solicitation, it will incorporate this thereby. provision for certification without modification in each contract and in all lower tier subcontracts. The contractor d. If, after notice of termination for failure to fulfill contract may rely on the certification of a prospective subcontractor obligations, it is determined that the contractor had not so unless it has knowledge that the certification is erroneous. failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, The contractor shall provide immediate written notice to the adjustment in the contract price shall be made as provided sponsor if the contractor learns that its certification or that in paragraph 2 of this clause. of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The rights and remedies of the sponsor provided in this The subcontractor agrees to provide written notice to the clause are in addition to any other rights and remedies contractor if at any time it learns that its certification was provided by law or under this contract. erroneous by reason of changed circumstances. CERTIFICATION REGARDING DEBAREMENT, This certification is a material representation of fact upon SUSPENSION, INELIGIBILITY AND VOLUNTARY which reliance was placed when making the award. If it is EXCLUSION later determined that the contractor or subcontractor The bidder/offeror certifies, by submission of this proposal knowingly rendered an erroneous certification, the Federal or acceptance of this contract, that neither it nor its Aviation Administration may direct through the Sponsor principals is presently debarred, suspended, proposed for cancellation of the contract or subcontract for default at no debarment,declared ineligible,or voluntarily excluded from cost to the Government. participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that Nothing contained in the foregoing shall be construed to it will include this clause without modification in all lower require establishment of a system of records in order to tier transactions, solicitations, proposals, contracts, and render, in good faith, the certification required by this subcontracts. Where the bidder/offeror/contractor or any provision. The knowledge and information of a contractor lower tier participant is unable to certify to this statement, it is not required to exceed that which is normally possessed shall attach an explanation to this solicitation/proposal. by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Packet Page-1886- 9/25/2012 Item 14.A.1 . Exhibit"B" Granting Agency Forms Bid Opportunity List DBE Participation Statement Certification for Disclosure of Lobbying Activities on Federal-Aid Contracts RFP CCNA Template_03012012 RFP_CCNATempiate 38 Packet Page-1887- 9/25/2012 Item 14.A.1 . Aker County Acfmtnistrethie sere Dyson Purchasing Bid Opportunity List FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: Address/Phone Number: Procurement Number/Advertisement Number: 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: Between $5-$10 million 7. ❑ Subcontractor ❑Between $10-$15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ❑Between $5-$10 million 7. ❑ Subcontractor ❑Between $10-$15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ❑Between $5-$10 million 7. ❑ Subcontractor ❑Between $10-$15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: RFP CCNA Template 03012012 RFP_CCNATemplate 39 Packet Page-1888- 9/25/2012 Item 14.A.1 . Cofer County mrdstrattve Seroiws b vision Purchasing Bid Opportunity List Continued 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ❑Between $5-$10 million 7. ❑ Subcontractor ❑Between $10-$15 million ❑ Subconsultant [More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ['Between $5-$10 million 7. ❑ Subcontractor ['Between $10-$15 million ❑ Subconsultant ['More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ❑Between $5-$10 million 7. ❑ Subcontractor OBetween $10-$15 million ❑ Subconsultant OMore than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑Between $1 -$5 million 4. Address: ❑Between $5 -$10 million 7. ❑ Subcontractor ['Between $10-$15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: soft, RFP CCNA Template_03012012 RFP_CCNATemplate 40 Packet Page-1889- 9/25/2012 Item 14.A.1 . <�.a�ier Ccncrity AdnicniaativeServicesDivision Purchasing DBE Participation Statement PRIME VENDOR/CONTRACTOR INFORMATION 5.PRIME CONTRACTOR'S NAME 6.FEID NUMBER-PRIME CONTRACTOR) 7. CONTRACT DOLLAR AMOUNT 9. IS THE PRIME A FLORIDA- CERTIFIED YES❑ i 10. IS THE WORK OF THIS CONTRACT DISADVANTAGED BUSINESS ENTERPRISE NO ❑ CONSTRUCTION❑OR CONSULTANT❑OTHER? (DBE)? 11. CHANGE ORDER(Y/N)? IF YES,CHANGE ORDER NUMBER IF PRIME HAS SUBCONTRACTOR(S)OR SUPPLIER(S)WHO IS A DBE,COMPLETE SECTION#12. 12.ANTICIPATED DBE SUBCONTRACTORS(BELOW): PERCENT OF DBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK/SPECIALTY DOLLAR AMOUNT CONTRACT • DOLLARS A B. C D E 11A TOTAL DOLLARS TO 11B TOTAL PERCENT OF DBE'S CONTRACT $0.00 0.00% SECTION TO BIB-COMPLETED BIB:.PRIM.ENENDQtwcotj:T C 13. NAME OF SUBMITTER 14. DATE 15.TITLE OF SUBMITTER 16. EMAIL ADDRESS OF PRIME CONTRACTOR/SUBMITTER 17. FAX NUMBER 18. PHONE NUMBER NOTE:THIS INFORMATION IS USED TO TRACK AND REPORT ANTICIPATED DBE PARTICIPATION IN ALL GRANT FUNDED CONTRACTS. THE ANTICIPATED DBE AMOUNT IS VOLUNTARY AND WILL NOT BECOME A PART OF THE CONTRACTUAL TERMS. THIS FORM MUST BE SUBMITTED AT THE PRE-CONSTRUCTION. >y. ION;' . CO L ! ® a Y C L tiNTY AIRPORT AUTHORITY 19. PROJECT NUMBER 20.DATE 21. GRANT NUMBER 3. COLLIER 1. FUNDING SOURCE 2. AGREEMENT AMOUNT CONTRACT # 4.AIRPORT (IFB/RFP or PO) RFP CCNA Template_03012012 RFP_CCNATemplate 41 Packet Page-1890- 9/25/2012 Item 14.A.1 . Cotter Cout y Adrrinistrairve sery ices Avisicr, Purchasing CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100(b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or Ask entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subcontractors shall certify and disclose accordingly. Name of Consultant: By: Date: Authorized Signature: Title: RFP CCNA Template_03012012 RFP_CCNATemplate 42 Packet Page-1891- 1, 1 9/25/2012 Item 14.A.1 . �Q" OF FL0RO i 9 STATE OF FLORIDA -T, iii, DEPARTMENT OF TRANSPORTATION,,E)._ � o� AVIATION OFFICE 4.T OF TFiAye Statewide Airfield Pavement Management Program Marco Island Executive Airport— MKY (General Aviation) Naples, Florida (District 1) r -5 �. " ,x I $i ,: May 2011 Packet Page-1892- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 TABLE OF CONTENTS No Now SECTION PAGE NO. Executive Summary iii 1. Introduction 1 2. Network Definition and Pavement Inventory 10 3. Pavement Condition 14 4. Pavement Condition Prediction 20 5. Maintenance Policies and costs 21 6. Pavement Rehabilitation Needs Analysis 27 7. Maintenance and Rehabilitation Plan 31 8. Visual Aids 33 9. Recommendations 34 LIST OF FIGURES Figure 1-1: Pavement Life Cycle 4 Figure 1-2: PCI Rating Scale 6 Figure 2-1: Pavement Area by Surface Type 12 Figure 3-1: Network PCI Distribution by Rating Category 16 Figure 3-la: Condition Rating Summary 16 Figure 3-2: Percentage of Pavement Area within Each PCI Range by Pavement Use 17 Figure 4-1: Predicted PCI by Pavement Use 20 Figure 6-1: Budget Scenario Analysis 30 LIST OF TABLES: Table I: Condition Summary by Branch iii Table II: Condition Summary by Pavement Use iv Table III: Condition Summary by Pavement Rank iv Table IV: Immediate Major M&R Needs iv Table V: 10-Year M&R Costs under Unlimited Funding Scenario v Table 1-1: Sampling Rate for FDOT Condition Surveys 5 Table 2-1: Construction Since Last Inspection &Anticipated Construction Activity 11 Table 2-2: Pavement Area by Pavement Use 11 Table 2-3: Branch and Section Inventory 13 Table 3-1: Pavement Distresses for Asphalt Concrete Surfaces 14 Table 3-2: Pavement Distresses for Portland Cement Concrete Surfaces 15 Table 3-3: Condition by Pavement Use 17 Table 5-1: Routine Maintenance Activities for Airfield Pavements 22 Table 5-2: Critical PCI for General Aviation Airports 23 Table 5-3: FDOT Minimum Service Level PCI for General Aviation Airports 23 Table 5-4: M&R Activities for General Aviation Airports 24 Table 5-5: Maintenance Unit Costs for FDOT 25 Table 5-6: M&R Activities and Unit Costs by Condition for General Aviation Airports26 Table 6-1: Summary of Immediate Major M&R Needs Option No 1 27 Packet Page -1893- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 TABLE OF CONTENTS SECTION PAGE NO. Table 6-2: Summary of Immediate Major M&R Needs Option No. 2 28 Table 6-3: Summary of Year 1 Maintenance Activities 29 Table 7-1: M&R Costs under Unlimited Funding Scenario 31 APPENDICES Appendix A Network Definition Map System Inventory Map Pavement Inventory Table Work History Report Appendix B 2011 Condition Map Pavement Condition Index Table Appendix C Branch Condition Report Section Condition Report Appendix D Pavement Condition Prediction Table Predicted PCI by Pavement Use Graph Appendix E Year 1 Maintenance Activities Table Appendix F Major M&R Plan by Year under Unlimited Funding Scenario Table Appendix G 10-Year M&R Map Appendix H Photographs Appendix I PCI Re-inspection Report ii Packet Page -1894- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 EXECUTIVE SUMMARY In 2010, the Florida Department of Transportation (FDOT)Aviation Office selected a Consultant team consisting of Kimley-Horn and Associates and their Subconsultants, MACTEC Engineering and Consulting and All About Pavements, Inc., to provide services in support of FDOT in the continuing evaluation and updating of the existing Statewide Airfield Pavement Management Program(SAPMP)to be completed over fiscal years 2011 and 2012. The tasks required to achieve this objective at Marco Island Executive Airport included: ➢ Obtain recent construction history from the Airport to update the Pavement Inventory CADD drawings from the previous SAPMP update, ➢ Perform a visual Pavement Condition Index (PCI) survey of the airfield pavements at the Airport, ➢ Update the MicroPAVER database to analyze the PCI field data and determine the current condition of the airfield pavements, ➢ Predict the future deterioration of the pavements, ➢ Develop a 10-year M&R plan to address the pavement needs at Marco Island Executive Airport, and ➢ Provide the estimated costs associated with the suggested immediate and future M&R activities During March 2011, the PCI survey was performed at Marco Island Executive Airport. The of the survey indicate that, based on a numerical scale of 0 to 100, the overall area- weighted average PCI of the airfield pavements in 2011 is 40, representing a Very Poor overall network condition. Table I below summarizes the overall condition summary by network branch. Table I: Condition Summary by Branch Area Condition FDOT MicroPAVER Action Branch Name Weighted Rating Minimum Minimum Required PCI Service Level PCI North Apron 56 Fair 60 65 X NW Apron 67 Fair 60 65 Apron Turnaround RW 35 45 Poor 60 65 X Runway 17-35 31 Very Poor 75 65 X Connector Taxiway 21 Serious 65 65 X Tables II and III below illustrate the area-weighted PCI computed individually for each pavement use and rank, respectively. Packet Page -1895- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table II: Condition Summary by Pavement Use Use Average Area- Use Rating Weighted PCI Runway 31 Very Poor Taxiway 21 Serious Apron 57 Fair All(Weighted) 40 Very Poor Table III: Condition Summary by Pavement Rank Rank* Average Area- Condition Rating Weighted PCI Primary 40 Very Poor All(Weighted) 40 Very Poor *The pavement rank for the airport pavement network is listed on Table 2-3. The immediate M&R needs, or needs that have been programmed to be completed in the first year of the 10-year M&R plan based on an unlimited budget at Marco Island Executive Airport, include: North Apron, Northwest Apron, Apron Turnaround RW 35, Runway 17-35, and Taxiway Connector. The extent of the distresses located throughout the apron pavements listed above justify mill and overlay rehabilitation activity. The runway and taxiway connector pavement distresses justify full pavement reconstruction. The immediate needs are summarized in Table IV below. Table IV: Immediate Major M&R Needs Section Surface Section Major M&R PCI PCI After Branch Name ID Type Area(ft2) Costs* &R M&R Activity M&R North Apron 4205 AC 211,940 $1,333,102.70 47 Mill and Overlay 100 NW Apron 4105 AC 29,220 $183,793.81 47 Mill and Overlay 100 Apron Turnaround RW 35 5105 AC 30,355 $190,932.97 45 Mill and Overlay 100 Runway 17-35 6105 AC 100,000 $1,288,700.37 31 Reconstruction 100 Runway 17-35 6110 AC 300,000 $4,086,001.33 29 Reconstruction 100 Runway 17-35 6115 AC 100,000 $995,500.25 35 Reconstruction 100 Connector Taxiway 105 PCC 7,880 $107,325.63 20 Reconstruction 100 Total $8,185,357.06 36 100 * Costs are adjusted for inflation. iv Packet Page -1896- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 A forecast of Major M&R needs for a 10-year period, starting from 2011, was developed using an unlimited budget. The analysis identified ongoing maintenance needs and major M&R during that interval. The results of this analysis are provided in Table V below. Table V: 10-Year M&R Costs under Unlimited Funding Scenario Year Preventative Major M&R Total Year Cost 2011 $566.78 $8,185,357.06 $8,185,923.84 2012 $679.30 $0.00 $679.30 2013 $1,872.95 $0.00 $1,872.95 2014 $2,950.33 $0.00 $2,950.33 2015 $4,283.56 $0.00 $4,283.56 2016 $5,714.21 $0.00 $5,714.21 2017 $7,846.50 $0.00 $7,846.50 2018 $9,921.25 $0.00 $9,921.25 2019 $30,360.44 $0.00 $30,360.44 2020 $41,840.20 $0.00 $41,840.20 Total $106,035.52 $8,185,357.06 $8,291,392.58 Note: Costs are adjusted for inflation. Aroks The implementation of the 10-Year major M&R plan is expected to provide an improvement in the overall condition of the airfield pavement, where the area-weighted PCI would increase from 40 in 2011 to 86 in 2020. Appendix F lists the major M&R for the 10-Year program. Appendix G graphically depicts the activity. It is important to note that although preventative and some major M&R activities would have to be conducted over several years, the area-weighted PCI value for all Marco Island Executive Airport pavements in 2020 may remain near 86. The airport manager should realize that what is most important is that the pavement repair work (preventative and major M&R) that has been identified for Marco Island Executive Airport is conducted at some point in the 10-year plan. V Packet Page -1897- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 1. INTRODUCTION The State of Florida has more than 100 public airports that are vital to the Florida economy as well as the economy of the United States. There are millions of square yards of pavement for the runways, taxiways, aprons and other areas of these airports that support aircraft operations. The timely and proper maintenance and rehabilitation (M&R) of these pavements allows the airports to operate efficiently, economically and without excessive down time. In order to support the planning, scheduling, and design of the M&R activities based on pavement evaluation and pavement management performance trends, the Florida Department of Transportation (FDOT) Aviation Office implemented the Statewide Airfield Pavement Management Program(SAPMP) in 1992. In 2010, the FDOT Aviation Office selected a Consultant team consisting of Kimley-Horn and Associates and their Subconsultants, MACTEC Engineering and Consulting and All About Pavements, Inc., to provide services in support of FDOT in the continuing evaluation and updating of the existing SAPMP to be completed over fiscal years 2011 and 2012. This report discusses the work performed, a summary of the findings, results, and recommendations for M&R planning associated with the update to the SAPMP. It also describes the procedures used to ensure that the appropriate engineering and scientific standards of care, quality, budget, and schedule requirements are implemented during the performance of the SAPMP. 1.1 Purpose This Florida Airport Pavement Evaluation Report is intended to: • Describe, briefly, the SAPMP and the roles and responsibilities of the program's participants; • Provide background information on pavement management principles, objectives, and benefits to this airport; • Outline the procedures used to collect, evaluate and report pavement inspection results at this airport; • Present the findings from the pavement inspection; • Analyze and discuss the needs for Maintenance and Rehabilitation (M&R) activities and associated costs for this airport. 1.2 FDOT Statewide Airfield Pavement Management Program In 1992, the FDOT implemented the SAPMP to improve the knowledge of pavement conditions at public airports in the State system, identify maintenance needs at individual airports, automate information management, and establish standards to address future needs. The 1992 SAPMP provided valuable information for establishing and performing pavement M&R. In 1992/1993, and 1998/1999, the FDOT Aviation Office participated in the development of a proprietary software pavement management system and developed and populated a pavement management database that provided valuable information for establishing M&R policies, estimating M&R costs, and developing recommendations for performing routine pavement maintenance. This system, AIRPAV, was implemented, and initial condition surveys were 1 Packet Page-1898- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 performed in 1992 and 1993. The SAPMP was updated with additional surveys in 1998 and 1999. In 2004, the FDOT Aviation Office undertook a project to update the pavement management system software utilized for the SAPMP. This project involved a review of the AIRPAV software and other available pavement management system software. As a result of this review, MicroPAVER was selected as the software for the update project. Data from the 1998/1999 condition surveys were converted to the MicroPAVER system, and the inventory of the pavement systems and drawings of the pavements were updated to reflect maintenance, rehabilitation, and construction activities since 1998/1999. The pavements were inspected between 2006 and 2008, and an updated M&R program was developed based on the new condition of the airfield pavements. As part of the update, procedures for the inspection and collection of pavement data were developed, and a website (www.floridaairportpavement.com) was created for the input of data under secure procedures. Currently, airports using the AIP Grant Program are required by the Federal Aviation Administration (FAA) to develop a pavement maintenance program (FAA/AC 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements") using trained personnel to perform a detailed inspection of airfield pavements. The inspections are required to be performed at least once a year or every 3 years if pavement inspection is characterized in the form of a Pavement Condition Index (PCI) survey (such as ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys", (2004 edition)). The 2004 edition was utilized in lieu of the 2010 edition to maintain database integrity and benefit of pavement performance curves from the previous inspections. In 2010, the FDOT Aviation Office selected a team consisting of the Consultant and their Subconsultants to provided services in support of FDOT in the continuing evaluation and updating of the existing SAPMP to be completed over fiscal years 2011 and 2012. 1.3 Organization 1.3.1 Aviation Office Program Manager Role The Aviation Office Airport Engineering Manager serves as the Aviation Office Program Manager(AO-PM) monitoring the work of the Consultant. The AO-PM has review and approval authority for each program task and also manages the day-to-day details of the SAPMP and the updates. 1.3.2 Consultant Role The Consultant (Kimley-Horn and Associates, Inc.) and their Subconsultants (MACTEC Engineering and Consulting and All About Pavements, Inc.)provide technical and administrative assistance to the AO-PM during the execution of this program, which involves the continuing evaluation of airport pavements and updating of the SAPMP based upon procedures outlined in FAA Advisory Circular 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements" and ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys" (2004). Aeleftk 2 Packet Page-1899- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 1.3.3 Airport Role The airports are the ultimate client for each of the field inspections and reports. Individual airports will be provided final deliverables prepared by the Consultant that have been reviewed and approved by the AO-PM. The airport should provide a current Airport Layout Plan(ALP)to the Consultant and, if they participated in the previous SAPMP update, indicate any construction activity that has been performed since the previous inspections. 1.4 Pavement Types and Pavement Management 1.4.1 Pavement basics A pavement is a prepared surface designed to provide a continuous smooth ride at a certain speed and to support an estimated amount of traffic for a certain number of years. Pavements are constructed of a combination of subgrade soils, subbases, bases and surfacing. There are mainly two types of pavements; • Flexible pavement, composed of an asphalt concrete (AC) surface, and • Rigid pavement composed of a Portland Cement Concrete (PCC) surface. Both pavement types use a combination of layered materials and thicknesses in order to support the traffic loads and protect the underlying natural subgrade soil. Flexible pavements (AC) dissipate the load from layer to layer until the load magnitude is small enough to be supported by the subgrade soil. In rigid pavements (PCC), the Portland Cement Concrete supports most of the load, and the base or subbase layer is mainly constructed to provide a smooth and continuous platform for the construction of the concrete surface. A small percentage of the airport pavements in Florida are composed of asphalt concrete surface over Portland Cement Concrete (APC). This pavement type is known as "composite"pavement. Due to the different nature of the pavement types and their materials, flexible and rigid pavements have different distresses and failure mechanisms. Understanding the mechanics and failure modes of both pavement types will assist engineers in making adequate and long lasting repairs or rehabilitation to the pavement structures. 1.4.2 Pavement Management System Concept The SAPMP utilized a Pavement Management System (PMS) to develop the M&R recommendations discussed in this report. A PMS is a tool to assist engineers, planners and managing agencies in making decisions when planning pavement M&R. The management of pavements involves scheduling pavement maintenance and rehabilitation before pavements deteriorate to a condition where reconstruction (the most expensive alternative) is the only solution. Figure 1-1 below, taken from FAA/AC 5380-7A "Airport Pavement Management Program", illustrates how a pavement generally deteriorates and the relative cost of rehabilitation at various times throughout its life. Note that during the first 75 percent of a pavement's life, it performs relatively well. After that, however, it begins to deteriorate rapidly. The number of years a pavement stays in "good" condition depends on how well it is maintained. As the illustration demonstrates, the cost of maintaining the pavement above a critical condition before rapid deterioration occurs is much less compared to maintaining pavements after substantial deterioration has occurred. 3 Packet Page -1900- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 emow Figure 1-1: Pavement Life Cycle GOOD SATISFACTORY $1.00 FOR FAIR- REHABILIATION HERE POOR SIGNIFICANT DROP VERY POOR- IN CONDITION WILL COST $7.00 TO$10.00* HERE SERIOUS- SMALL%OF PAVEMENT LIFE FAILED TIME Source:FAA/AC 150/5380-7A `Airport Pavement Management Program" *Modified to reflect current construction costs. kc Pavements deteriorate at an accelerated rate with increasing traffic and limited M&R resources. Planned maintenance and rehabilitation, essentially preventing pavements from reaching deteriorated conditions, helps managers/owners/agencies maximize the use of their budgets and prolong the life of the pavements. A PMS provides a tool to schedule and plan maintenance and rehabilitation based on engineering information and existing and predicted conditions of pavements. There are several components or elements that are essential to a PMS. The first steps in the implementation of a PMS are to know and clearly identify what needs to be managed, the limits of the managing agency's responsibilities and the condition of the existing pavements. Once the cause and the extent of pavement problems are known, the appropriate maintenance and/or rehabilitation can be planned. By using local unit costs and expected yearly budgets, a multi- year M&R plan can be determined. 1.4.3 Pavement Inspection Methodology for the SAPMP Pavement condition assessment is one of the primary decision variables in any airport PMS. Pavement condition assessments generally include visual surveys in accordance with ASTM D 5340, "Standard Test Method for Airport Pavement Condition Index Surveys" and structural evaluation. Pavement condition surveys assess the functional condition of the pavement surface. Typically, most problems within a pavement structure will eventually reflect to the pavement surface. The structural condition and relative support of the pavement layers can be assessed utilizing non-destructive deflection testing (NDT) as well as other in-depth engineering evaluation or sampling and testing methods. 4 Packet Page-1901- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 For the Statewide Aviation Pavement Management Program update, only visual surveys were performed. Further structural and geotechnical testing should be conducted to determine the appropriate rehabilitation methods during the design process. In preparation of the PCI surveys, the airfield pavements are divided into sample units as established in FAA AC 150/5380-6B and ASTM D 5340. Further discussion of how the airport pavements are divided and subdivided into units by construction and use can be found in Section 2 "Network Definition and Pavement Inventory"of this report. Sample unit sizes are approximately 5000 ± 2000 square feet for AC-surfaced pavements and 20 ± 8 slabs for PCC-surfaced pavements. Prior to conducting the field inspections, the sampling plan was developed based on previous sampling and modified based on the available knowledge of Branches, Sections, use patterns, construction types and history. The sampling rate used for the FDOT Statewide Airfield Pavement Management Program is provided in Table 1-1 below. Table 1-1: Sampling Rate for FDOT Condition Surveys AC Pavements PCC Pavements n n N Runway I Others N Runway Others 1-4 1 1 1-3 1 1 5-10 2 1 4-6 2 1 11-15 3 2 7-10 3 2 16-30 5 3 11-15 4 2 31-40 7 4 16-20 5 3 41-50 8 5 21-30 7 3 >51 20%but<20 10%but<10 31-40 8 4 41-50 10 5 >51 20%but<20 10%but<10 Where N= total number of sample units in Section n =number of sample units to inspect The sample units to inspect are determined by a systematic random sampling technique. This means that the locations are determined such that they are distributed evenly throughout the Section. In the case when nonrepresentive distresses are observed in the field, additional sample units were added. The distress quantities and severity levels from the sample units are used to compute the PCI value for each Section. PCI values range from 0 to 100. As Figure 1-2 below indicates, MicroPAVER provides a rating scale that relates PCI to pavement condition. A PCI between 0 and 10 is considered `Failed' pavement, and a PCI between 86 and 100 is considered `Good' pavement,with five other conditions for PCI values between 11 and 85. 5 Packet Page-1902- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Figure 1-2: PCI Rating Scale PCI Condition Rating 86— 100 Good 71 —85 Satisfactory 56—70 Fair 41 -55 Poor 26—40 Very Poor 11 —25 Serious , V 0— 10 Failed 1.5 Definitions Aviation Office - The Aviation Office is charged with responsibility for promoting the safe development of aviation to serve the people of the State of Florida. The Aviation Office Program Manager(AO-PM) has review and approval authority for each program task of the SAPMP. Base Course - Base Course is a layer of manufactured material, usually crushed rock (aggregate) or stabilized material (asphalt or concrete or Florida Limerock), immediately beneath the surface course of a pavement,which provides support to the surface course. Branch - A Branch designates pavements that have common usage and functionality, such as an entire runway, taxiway, or apron. Branch ID - A short form identification for the pavement Branch. In this report, Branch includes the common designation for the item e.g. RW 18-36. Category - The Category classifies the airport according to the type and volume of aircraft traffic, as follows: • GA—for general aviation or community airports; • RL—for regional relievers or small hubs; • PR—for primary(certified under Part 139 requirements). Critical PCI - The PCI value considered to be the threshold for M&R decisions. PCI above the Critical generate economical activities expected to preserve and prolong acceptable condition. M&R for PCI values less than Critical make sense only for reasons of safety or to maintain a pavement in operable condition. A pavement section is expected to deteriorate very quickly once it reaches the Critical PCI and the unit cost of repair increases significantly. Distress Type - A distress type is a defined visible defect in pavement evidenced by cracking, vertical displacement or deterioration of material. In PCI technology, 16 distinct distress types for asphalt surfaced and 15 for Portland Cement Concrete surfaced pavements have been described and rated according to the impact their presence has on pavement condition. 6 Packet Page-1903- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Florida DOT (FDOT) - Florida Department of Transportation was represented in this project by the Office of Aviation. Global M&R- Global M&R is defined as activities applied to entire pavement Sections with the primary objective of slowing the rate of deterioration. These activities are primary for asphalt surfaced pavements, e.g. surface treatments. Localized M&R (Maintenance and Repair) - Localized M&R is a temporizing activity performed on existing pavement to extend its serviceability and/or to improve rideability. Localized M&R can be applied either as a safety (stop-gap) measure or preventive measure. Common localized maintenance methods include crack sealing,joint sealing, and patching. Major M&R (e.g. Rehabilitation) - Activities performed over the entire area of a pavement Section that are intended to restore and/or maintain serviceability. This includes asphalt overlays, milling and replacing asphalt pavement, reconstruction with asphalt, reconstruction with Portland Cement Concrete (PCC)pavements, and PCC overlays. MicroPAVER - A commercially available software subsidized by FAA and agencies in the US Department of Defense developed to support engineered management of pavement assets using a condition based approach. This software has the functionality such that, if properly implemented, maintained, and operated, it meets the pavement management program requirements described by the FAA in Advisory Circular 150/5380-7A. Minimum Condition Level - A threshold PCI value established by FDOT to represent the targeted minimum pavement condition that is desirable in the Florida Airport System. These values were established with consideration of pavement function and airport type. For instance, runways have higher minimum condition levels than aprons, and Primary airports have higher minimum condition levels than General Aviation airports. Network Definition - A Network Definition is a Computer-Aided Drafting & Design (CADD) drawing which shows the airport pavement outline with Branch and Section boundaries. This drawing also includes the PCI sample units and is used to identify those sample units to be surveyed, i.e. the sampling plan. The Network Definition for the airport is in Appendix A along with a table of inventory data. Pavement Condition Index (PCI) - The Pavement Condition Index is a number which represents the condition of a pavement segment at a specific point in time. It is based on visual identification and measurement of specific distress types commonly found in pavement which has been in service for a period of time. The definitions and procedures for determining the PCI are found in ASTM D 5340,published by ASTM International. Pavement Evaluation - A systematic approach undertaken by trained and experienced personnel intended for determination of the condition, serviceability, and best corrective action for pavement. Techniques to standardize pavement evaluation include the Pavement Condition Index procedures. Pavement Management System (PMS) - A Pavement Management System is a broad function that uses pavement evaluation and pavement performance trends as a basis for planning, programming, financing, and maintaining a pavement system. 7 Packet Page-1904- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Pavement Surface Type - The surface of pavement is identified as one of four types: • AC—for asphalt surface pavements; • PCC—for Portland Cement Concrete pavements; • AAC — for asphalt surface pavements that have had an asphalt overlay at some point in their construction history; • APC — for composite pavements, which consist of asphalt over Portland Cement Concrete pavement. • PAC — for composite pavements, which consist of Portland Cement Concrete over asphalt pavement. Rank - Pavement rank in MicroPAVER determines the priority to be assigned to a pavement Section when developing an M&R plan. Pavement Sections are ranked as follows according to their use: • P — for Primary pavements, such as primary runways, primary taxiways, and primary aprons; • S — or Secondary pavements, such as secondary runways, secondary taxiways, and secondary aprons; • T—for Tertiary pavements such as "T"hangars and slightly used aprons. Reconstruction- Reconstruction includes removal of existing pavement, preparation of subgrade, and construction of new pavement with new or recycled materials. Reconstruction is indicated when distress types evident at the surface indicate failure in the pavement structure or subgrade of a type, and to an extent, not correctable by less extensive construction. Rehabilitation - Rehabilitation represents construction using existing pavement for a foundation. Rehabilitation most commonly consists of an overlay of existing pavement with a new asphalt or concrete surface. Recently, technology has expanded the options to include recycling of existing pavement and incorporating engineering fabrics or thin layers of elasticized materials to retard reflection of distress types through the new surface. Sample Unit - Uniformly sized portions of a Section as defined in ASTM D 5340. Sample units are a means to reduce the total amount of pavement actually surveyed using statistics to select and survey enough area to provide a representative measure of Section PCI. Sample Unit sizes are 5,000 ± 2,000 square feet for AC-surfaced pavements and 20 ± 8 slabs for PCC-surfaced pavements. Section - Sections subdivide Branches into portions of similar pavement. Sections are prescribed by pavement structure, age, condition, and use. Sections are identified on the airport Network Definition. They are the smallest unit used for determining M&R requirements based on condition. Section ID - A short form identification for the pavement Section that maintains the original AirPAV identification where 100 series through 3000 series Sections are taxiways, 4000 and 5000 series Sections are aprons (the 5000 series represent run-up aprons and turnarounds), and 6000 series Sections are runways. Statewide Airfield Pavement Management Program (SAPMP) — The Statewide Airfield Pavement Management Program is a program implemented in 1992 by the Florida Department Aglow of Transportation to plan, schedule, and design the maintenance and rehabilitation activities 8 Packet Page-1905- I � 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 necessary for the airfield pavement on Florida's public airports to allow the airports to operate efficiently, economically, and without excessive down time. System Inventory - A System Inventory is a Computer-Aided Drafting & Design (CADD) drawing which shows the airport pavement outline and identifies airfield construction activities since the last inspection. The System Inventory for the airport is included in Appendix A. Use - In MicroPAVER, Use is the term for the function of the pavement area. This is either Runway, Taxiway, or Apron for purposes of the FDOT Statewide Aviation Pavement Management System. 9 Packet Page-1906- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 2. NETWORK DEFINITION AND PAVEMENT INVENTORY Marco Island Executive Airport (MKY) consists of a single runway; RW 17-35, which is 100-ft wide by 5,000-ft long. Construction is planned to begin within the month of April for a parallel taxiway which will run along the west side of RW 17-35. Currently the airport has multiple hangar facilities and tie-down spaces located throughout the apron, which was recently expanded in 2010. With exception to the one Portland Cement Concrete ramp connector, all of the pavement throughout the airport is constructed of Asphalt Concrete. It is important to note that the aforementioned runway data in addition to the remaining airfield pavement facilities geometric dimensions may vary slightly from the geometry used in the condition and M&R analysis based on field measurements. Marco Island Executive Airport is publicly owned and operated by Collier County. This airport is designated as a General Aviation airport and is located in District 1 of the Florida Department of Transportation. 2.1 Network Definition The pavements within the network are defined in MicroPAVER in terms of manageable units that help to organize the data into similar groups. An organizational hierarchy is used to establish these units. 2.1.1 Branch Section Identification The airport pavement network is subdivided into separate Branches (runways, taxiways, or aprons) that have distinctly different uses. Branches are then further divided into Sections with similar pavement construction and performance that may share other common attributes. Sections are manageable units used to organize the data collection and are treated individually during the rehabilitation planning stage. A pavement rank, consisting of primary, secondary, and tertiary levels, is assigned to each Section based on their level and type of use. The pavement rankings that were designated for each Section in the previous SAPMP update were again used for this update. As discussed in Section 1.4.3 "Pavement Inspection Methodology for the SAPMP", the sections are sub-divided into sample units, which are the smallest subdivision in a pavement network, only for the purpose of conducting the pavement condition survey. 2.1.2 System Inventory and Network Definition Update The System Inventory and Network Definition drawings are used to identify changes in the network since the most recent update from the 2006/2008 inspections and also to plan the field inspection activities for the 2011 survey. Prior to the field inspection process, the System Inventory drawing was updated from the previous inspection with notes indicating recent construction projects on the various Sections of pavement throughout the airfield. This System Inventory drawing is used to update the Network Definition drawing. The Network Definition drawing shows the airport pavement outline with Branch and Section boundaries. This drawing also includes the PCI sample units and is used to identify those sample olook 10 Packet Page-1907- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 units to be surveyed, i.e. the sampling plan. The previous airport configuration and history was compared with the current airport configuration, and the existing network branch, section and sample unit designations were revised to match the current configuration. This drawing serves not only as a primary guide for the airfield inspectors but also as an important historical record. The updated System Inventory and Network Definition drawings for Marco Island Executive Airport are provided in Appendix A. Table 2-1 below lists the recent construction projects at the airport. Table 2-1: Construction Since Last Inspection & Anticipated Construction Activity Construction Location Work Type/Pavement Section Year 2010 North West Apron _ Expansion 2011 West side of Runway 17-35 New Full Length Parallel Taxiway 2.2 Pavement Inventory The detailed pavement inventory was updated to reflect the network definition update and field inspection results. The total airfield pavement area in 2011 at Marco Island Executive Airport is 844,755 square feet. The breakdown of pavement area for each pavement use is provided in Table 2-2. Table 2-2: Pavement Area by Pavement Use Use Area(ft2) % of Total Area Runway 500,000 59% Taxiway 7,880 1% Apron 336,875 40% All(Weighted) 844,755 100% Figure 2-1 presents the breakdown of the pavement area at Marco Island Executive Airport by surface type. 11 Packet Page-1908- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Figure 2-1: Pavement Area by Surface Type 1% itria •AC-Asphalt Concrete Pavement ®PCC-Portland Cement Concrete 99% Details of pavement Branch and Section information including Branch name (which indicates pavement use), Branch ID, Section ID, section area, rank, surface type, last construction date, number of samples inspected, and number of samples in each Section are given in Table 2-3 Afrow below. A more detailed Pavement Inventory Table may be found in Appendix A of this report. 12 Packet Page-1909- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 2-3: Branch and Section Inventory True Last Total Sample Branch Name Branch ID Section Area Section Surface Const. Samples Units in ID �ft2) Rank Type Date Inspected Section North Apron AP N 4205 211,940 P AC 1/1/1975 5 44 North Apron AP N 4210 41,600 P AC 1/1/2010 0 9 NW Apron AP NW 4105 29,220 P AC 1/1/1996 1 8 NW Apron AP NW 4110 23,760 P AC 1/1/1996 1 8 Apron Turnaround RW 35 AP TA RW35 5105 30,355 P AC 1/1/1976 2 6 Runway 17-35 RW 17-35 6105 100,000 P AC 1/1/1976 5 20 Runway 17-35 RW 17-35 6110 300,000 P AC 1/1/1976 15 60 Runway 17-35 RW 17-35 6115 100,000 P AC 1/1/1976 5 20 Connector Taxiway TW CONN 105 7,880 P PCC 1/1/1960 1 1 Note:If a new construction,then survey date=last construction date and PCI is set to 100 by MicroPAVER. Sections not surveyed due to reasons such as re-sectioning,no escort,not accessible at the time of survey. 13 Packet Page -1910- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 3. PAVEMENT CONDITION Pavement conditions were inspected in accordance with the methods outlined in FAA AC 150/5380-6B and ASTM D 5340-04 "Standard Practice for Airport Pavement Condition Index Surveys." These procedures define distress type, severity and quantity for sampling areas within each section to determine the Pavement Condition Index (PCI). 3.1 Inspection Methodology A PCI survey is performed by measuring the amount and severity of pavement distresses, which are caused by traffic load, climate, and other factors, observed within a sample unit. This data is imported into MicroPAVER, which calculates PCI values for the pavement sections. Tables 3-1 and 3-2 below list the pavement distress types and related causes for asphalt concrete (AC) and Portland Cement Concrete (PCC),respectively. Table 3-1: Pavement Distresses for Asphalt Concrete Surfaces Code Distress Mechanism 41 Alligator Cracking Load 42 Bleeding Construction Quality/Mix Design 43 Block Cracking Climate/Age 44 Corrugation Load/Construction Quality 45 Depression Subgrade Quality 46 Jet Blast Aircraft 47 Joint Reflection-Cracking Climate/Prior Pavement 48 Longitudinal/Transverse Cracking Climate/Age 49 Oil Spillage Aircraft/Vehicle 50 Patching Utility/Pavement Repair 51 Polished Aggregate Load 52 Weathering/Raveling Climate/Load 53 Rutting Load 54 Shoving Pavement Growth 55 Slippage Cracking Load/Pavement Bond 56 Swelling Climate/Subgrade Quality Source: U.S.Army CERL, FDOT Airfield Inspection Reference Manual ook 14 Packet Page -1911- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 3-2: Pavement Distresses for Portland Cement Concrete Surfaces Code Distress Mechanism 61 Blow-up Climate 62 Corner Break Load 63 Linear Cracking Load 64 Durability Cracking Climate 65 Joint Seal Damage Climate 66 Small Patch Pavement Repair 67 Large Patch/Utility Cut Utility/Pavement Repair 68 Popout Climate 69 Pumping Load 70 Scaling/Crazing Construction Quality 71 Faulting Subgrade Quality 72 Shattered Slab Load 73 Shrinkage Cracking Construction Quality/Load 74 Joint Spalling Load 75 Corner Spalling Load Source: U.S.Army CERL, FDOT Airfield Inspection Reference Manual Prior to conducting the inspections, Global Positioning System (GPS) coordinates were recorded using CADD at the centroid of each sample unit. The centroid is usually the geometric center of the area, but in cases where sample units are irregular in shape, this is the center of mass. These data are presented in a table on the updated Network Definition Map in Appendix A of this report. Pavement condition inspections at Marco Island Executive Airport were performed in March 2011. Data were recorded in the field in accordance with FAA Advisory Circular 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements" and ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys" (2004). After the completion of data collection, the data was imported into MicroPAVER, and PCI values were calculated for the pavement sections. 3.2 Pavement Condition Index Results According to the 2011 survey, the overall area-weighted PCI at Marco Island Executive Airport is 40,representing a Fair overall network condition. Overall the airport exhibited pavement distresses associated with climate and age distresses. Asphalt Concrete pavement distresses include; weathering, raveling, longitudinal and transverse cracking, and block cracking distresses of which are common of pavements of similar age. RW 17-35 exhibited low and medium severity longitudinal and transverse cracking along with medium severity weathering and raveling. Medium severity block cracking was also observed throughout the runway pavement section. Similar distresses were observed throughout the older pavement of the apron section, with low and medium severity block cracking in addition to 15 Packet Page -1912- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 medium severity weathering and raveling. The apron expansion was recently constructed in 2010 and was not inspected due to its new condition. This pavement section was assumed to have a PCI of 100. Appendix B contains a table and a Condition Map which depicts the PCI results by Section, and Appendix C contains a table of PCI results by Branch. Appendix I includes detailed distress data generated by MicroPAVER for each inspected sample unit. Figure 3-1 provides the PCI distribution by rating category for Marco Island Executive Airport. Figure 3-1: Network PCI Distribution by Rating Category Good 8% Serious 1% Poor 32% • o- Very Poor 59% Figure 3-la: Condition Rating Summary Total Area Condition Rating Percent (ft2) Good 65,360 8% Satisfactory 0 0% Fair 0 0% Poor 271,515 32% Very Poor 500,000 59% Serious 7,880 1% Failed 0 0% Approximately 8% of the network is in Good condition while 60% of the network is in Very Poor and Serious condition. Table 3-3 illustrates the area-weighted PCI computed individually for each pavement use. ookk 16 Packet Page-1913- ■ 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 3-3: Condition by Pavement Use Use Area-Weighted PCI Condition Rating Runway 31 Very Poor Taxiway 21 Serious Apron 57 Fair All(Weighted) 40 Very Poor Figure 3-2 presents the breakdown of PCI by range for each pavement use. Figure 3-2: Percentage of Pavement Area within Each PCI Range by Pavement Use (a) Runway 100% 100% 90% � T 80% t 70% 60% d 50% ro 40% o 30/o 0% 0% 0% 0% 0% 0% 10% �.. ¢ ., *� �m 0% as 1 ..!�� °1 •• "'Good:86-100 T Satisfactory:71-85 Fair: 56-70 Poor:41-55 ❑Very Poor:26-40 •Serious: 11-25 ❑Failed: 0-10 1 17 Packet Page -1914- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 (b) Taxiway 100% 100°r° /// 90% /// 80% 70% m 60% /„.,/,/,/,,,,;;;;//7 50% d 40% 30% 0% 0% 0% 0% 0% 20% 10% ate; Pavement Condition Rating 0% •Good:86-100 7 Satisfactory:71-85 —Fair: 56-70 a Poor:41-55 }❑Very Poor: 26-40 In Serious: 11-25 ❑Failed:0-10 18 Packet Page-1915- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 (c) Apron 81% 100% 0 90% 80% 70% / e w e. 60% d oV Ls 50% / ------............ L d 19% 40% 30% 0% 0% !::.1`,;i 0% 0% 0% 20% Mw P Pavement Condition Rating 0% 'k„ T Poor:41-55 '"` �®Good:86-100 —Satisfactory:71-85 Fair:56-70 ❑Very Poor: 26-40 •Serious: 11-25 ['Failed: 0-10 1 19 Packet Page-1916- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 5-4: M&R Activities for General Aviation Airports Activity PCI Range Maintenance Crack Sealing and Full-Depth Patching 80 and 90 Mill and Overlay(AC)or 40 to 79 Rehabilitation Concrete Pavement Restoration(PCC) Reconstruction 39 and less 5.2 Unit Costs FDOT cost databases for airports and highway pavement maintenance and rehabilitation were updated from the previous SAPMP study based on current construction cost trends in order to determine meaningful costs for the program. Table 5-5 presents the unit costs summary. 5.3 M&R Activities FDOT recognizes that although Mill and Overlay work is recommended for asphalt pavements within a PCI range from 40 to 79, it is conceivable that airports may not have adequate funding to perform this type of rehabilitation. Microsurfacing treatment is a maintenance/rehabilitation measure that can be used in lieu of asphalt pavement mill and overlay; however it should be understood that this measure is intended for short term pavement life extension. While the cost of microsurfacing is significantly lower than that of pavement mill and overlay, it is not intended to be a full rehabilitative measure for long term benefit. 24 Packet Page-1921- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 5-5: Maintenance Unit Costs for FDOT Code Name Cost Unit GR-LL Grinding(Localized for AC) $2.10 SqFt PA-AL Patching—AC Leveling $2.30 SqFt PA-AS Patching—AC Shallow $2.90 SqFt PA-PF Patching—PCC Full Depth $38.11 SqFt PA-PP Patching—PCC Partial Depth $19.06 SqFt SL-PC Slab Replacement—PCC $39.11 SqFt CS-PC Crack Sealing—PCC $4.24 Ft UN-PC Undersealing—PCC $3.40 Ft CS-AC Crack Sealing—AC $2.25 Ft GR-PP Grinding(Localized for PCC) $22.51 Ft JS-LC Joint Seal(Localized) $2.00 Ft SH-LE Shoulder Leveling $2.81 Ft JS-SI Joint Seal—Silicon $2.81 Ft PA-AD Patching—AC Deep $4.90 SqFt OL-AT Overlay—AC Thin $2.80 SqFt SS-CT Surface Seal—Coal Tar $0.40 SqFt SS-FS Surface Seal—Fog Seal $0.40 SqFt SS-RE Surface Seal—Rejuvenating $0.40 SqFt ST-SB Surface Treatment—Single Bitum. $0.30 SqFt ST-SS Surface Treatment—Slurry Seal $0.55 SqFt ST-ST Surface Treatment—Sand Tar $0.28 SqFt MI-AC Microsurfacing-AC $0.65 SqFt The improvement in condition due to maintenance actions applied to specific distresses is only performed when an inspection was performed recently and only in the first year of the M&R analysis. In subsequent years, MicroPAVER calculates M&R costs based on expected unit costs for pavements in a range of PCIs. That is, for low PCI, it is expected that the repair would be significant (e.g. reconstruction) and therefore very costly. Using available unit cost data, the Major M&R Cost by Condition table was set up as shown in Table 5-6. The cost assigned to each range of PCI is based on a Transportation Cost Report provided by Office of Planning Policy of FDOT where the unit costs of reconstruction and resurfacing of airfield pavements were included. These costs were then assigned to the appropriate PCI range to arrive at a cost per square foot necessary to restore pavements at that PCI level to new condition, i.e. a PCI of 100. 25 Packet Page-1922- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 5-6: M&R Activities and Unit Costs by Condition for General Aviation Airports Activity PCI Trigger Cost/SqFt Maintenance Crack Sealing and Full-Depth Patching 90 $0.06 80 $0.24 70 $3.00 Mill and Overlay(AC)or 60 $3.42 Concrete Pavement Restoration(PCC) 50 $6.29 Rehabilitation 40 $6.29 30 $13.62 Reconstruction 20 $13.62 A 3% inflation rate per year was applied to the unit costs during the M&R analysis. 26 Packet Page-1923- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 6. PAVEMENT REHABILITATION NEEDS ANALYSIS Maintenance and Rehabilitation (M&R) analyses were performed after the condition data were calculated and MicroPAVER was customized with the maintenance policies and cost settings described in the previous section. The objective of the M&R analysis is to observe the effect of different fiscal scenarios on the network condition, over a period of ten years, starting from 2011. The analysis was conducted using an unlimited budget. An unlimited budget allows all M&R needs to be identified along with the associated cost regardless of priority. Table 6-1 presents the M&R list of immediate needs for Major M&R, i.e. Year 1 of the forecast. The importance of this listing is that it points out the major activities triggered by the current condition of the pavements. Table 6-1: Summary of Immediate Major M&R Needs Option No. 1 Section Surface Section Major M&R PCI PCI After Branch Name ID Type Area(ft2) Costs* MAR M&R Activity M&R North Apron 4205 AC 211,940 $1,333,102.70 47 Mill and Overlay 100 NW Apron 4105 AC 29,220 $183,793.81 47 Mill and Overlay 100 Apron Turnaround RW 35 5105 AC 30,355 $190,932.97 45 Mill and Overlay 100 Runway 17-35 6105 AC 100,000 $1,288,700.37 31 Reconstruction 100 Runway 17-35 6110 AC 300,000 $4,086,001.33 29 Reconstruction 100 Runway 17-35 6115 AC 100,000 $995,500.25 35 Reconstruction 100 Connector Taxiway 105 PCC 7,880 $107,325.63 20 Reconstruction 100 Total $8,185,357.06 36 100 * Costs are adjusted for inflation. FDOT recognizes that the costs attributed to the aforementioned `Major Activity' of performing a pavement `Mill and Overlay' may conflict with budgetary constraints. Table 6-2 presents an alternative minor rehabilitative activity to the mid-range performing pavements. The alternative activity is performing a `Microsurfacing/Slurry Seal' to the pavement to retard the degradation of the facility until funding is available for a `Mill and Overlay' activity. 27 Packet Page-1924- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Table 6-2: Summary of Immediate Major M&R Needs Option No. 2 Branch Name Section Surface Section Major M&R PCI PCI After Before ID Type Area(ft2) Costs* M&R M&R Activity M&R North Apron 4205 AC 211,940 $137,761.00 47 Microsurfacing 100 NW Apron 4105 AC 29,220 $18,993.00 47 Microsurfacing 100 Apron Turnaround RW 35 5105 AC 30,355 $1 9,730.75 45 Microsurfacing 100 Runway 17-35 6105 AC 100,000 $1,288,700.37 31 Reconstruction 100 Runway 17-35 6110 AC 300,000 $4,086,001.33 29 Reconstruction 100 Runway 17-35 6115 AC 100,000 $995,500.25 35 Reconstruction 100 Connector Taxiway 105 PCC 7,880 $107,325.63 20 Reconstruction 100 Total $6,654,012.33 36 100 * Costs are adjusted for inflation. In addition to the immediate Major M&R needs, maintenance activities for pavement areas above critical PCI have been recommended by MicroPAVER for Year 1 and are shown in Table 6-3 below. The costs provided in Table 5-5 were used to calculate the costs associated with this work, which is intended to treat specific distress types. A more detailed table is provided in Appendix E. Ask ,tau 28 Packet Page-1925- ++ 00 00 o r- r U o 0 ta L b9 U O cat 4--. II = a A? E U 6°s E.*as 0 i O ci) 172 w 0 i U 0a Z a) d .0 y 0 • to 0. et ut ect 11) C L Mt U y O it Co)) W.) CV 6 L C 1.•1 CC O O Q � .- w•O a w • a y O > �" P4 E w a 6. . `O O Q d cd•a M Q 3 W 0 a C 0 W ° 4/ ° _° 3 Ti CL, eat A = CL, al) 7r U bq cC " GJ z c � o a a cu Z. at2 z 5 .� E N a., o 6. a0A N o E W E a) > 0 et � c� o o c N E N 4 R et 12 t N CO z > 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 Figure 6-1: Budget Scenario Analysis 100 90 - c 80 L 70 �i 60 nn 50 - OE—No M&R ft 40 30 U a 20 - 10 - 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 Year The following network level observations can be made from the figure above: • The PCI will deteriorate from 40 in 2011 to 28 in ten years if no M&R activities are performed. • The PCI will remain at or above 86 through the 10-year analysis period under the unlimited budget scenario. A 2020 PCI of 86 with this scenario is 58 PCI points higher than a "No M&R" scenario. The total cost for Major M&R over this 10-year period is about$8.2 million. AMON 30 Packet Page-1927- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 7. MAINTENANCE AND REHABILITATION PLAN The M&R analysis results include activities that likely exceed a typical annual budget level. These activities would need to be evaluated for feasibility and desirability based on the airport's future plans. In an effort to identify appropriate budget levels, the 10 year M&R analysis was evaluated to determine levels needed to address several specific areas: preventive maintenance, major activities for pavements in poor condition (Major M&R for PCIs less than Critical), and activities that would be desirable to preserve good pavement conditions where they exist (Major M&R for PCI greater than or equal to Critical). Table 7-1 provides the summary results under the critical PCI unlimited funding scenario. Table 7-1: M&R Costs under Unlimited Funding Scenario Year Preventative Major M&R Total Year Cost 2011 $566.78 $8,185,357.06 $8,185,923.84 2012 $679.30 $0.00 $679.30 2013 $1,872.95 $0.00 $1,872.95 2014 $2,950.33 $0.00 $2,950.33 2015 $4,283.56 $0.00 $4,283.56 2016 $5,714.21 $0.00 $5,714.21 2017 $7,846.50 $0.00 $7,846.50 2018 $9,921.25 $0.00 $9,921.25 2019 $30,360.44 $0.00 $30,360.44 2020 $41,840.20 $0.00 $41,840.20 Total $106,035.52 $8,185,357.06 $8,291,392.58 Note: Costs are adjusted for inflation. Approximately 100% of the total Major M&R cost is required in the first year (2011). According to the 2011 inspections, the following pavement sections were in immediate need of Major M&R Activity: • North Apron — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Northwest Apron — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Apron Turnaround RW 35 — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Runway 17-35 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Connector—Portland Cement Concrete reconstruction activity per the FAA P-501 Specification. 31 Packet Page-1928- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 The unlimited budget scenario provides the basis for estimating the total repair cost. Appendix F provides details of M&R plan by year under the unlimited funding scenario, and the map of the 10-year M&R plan is provided in Appendix G. It is important to understand that the SAPMP is a network level tool and the M&R costs provided in this report are only for planning purposes. aE 32 Packet Page-1929- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 8. VISUAL AIDS 8.1 System Inventory and Network Definition Drawings The System Inventory and Network Definition CADD drawings, which show the airport pavement outline with Branch and Section boundaries and identify changes in the network pavement since the last inspection and the sampling plan, respectively, are included in Appendix A of this report. 8.2 Condition Map A Condition Map that has been prepared based on data linked to the airport's shape file is included in Appendix B. The Condition Map graphically show the inventory and condition of the airport via color coding shown on the shape file. The coding provides a visual representation that illustrates the PCIs for each pavement section. 8.3 10-Year M&R Map A 10-Year M&R Map that shows the summary of the M&R plan is attached in Appendix G. 8.4 Photographs Selected digital photographs taken during the pavement inspection are provided in Appendix H to provide visual support to special pavement conditions or distress observed during the inspection of the airport. 33 Packet Page -1930- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 9. RECOMMENDATIONS Pavement condition inspections were performed at Marco Island Executive Airport, and a 10- year M&R plan was developed based on the unlimited funding scenario. The following recommendations were made based on the 2011 condition inspection and M&R analysis results: • North Apron — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Northwest Apron — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Apron Turnaround RW 35 — Asphalt Pavement mill and overlay activity per the FAA P-401 Specification. • Runway 17-35 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Connector—Portland Cement Concrete reconstruction activity per the FAA P-501 Specification. Further evaluation of these features is necessary in order to develop repair plans and timing for future budgets since these needs cannot be addressed with typical annual expenditures. s.. 34 Packet Page-1931- 9/25/2012 Item 14.A.1. APPENDIX A NETWORK DEFINITION MAP SYSTEM INVENTORY MAP PAVEMENT INVENTORY TABLE WORK HISTORY REPORT Packet Page-1932- is i1 i I 1, S g 1 18 Qi .55,,00 . 5. J_ 0 os ty 7�1� m w w s 1 m -d CA s, CA CA p 4!!i i!!i S F£F F F F F F F F F F F F F F F F F F F F£F F Cii f F £F C M N.... U k..M k M£?M.. ..M k k..k M..G! 9891 mg CA e x .....e e e e e e e . !e 8 8 "e e. e e e e e e. ,v, al mg VO *A 88ve.E,v8sg8a;. ���z8888se,,..,W tS e8S0; '�` I ee _• .0 / I' i l i i 8 i 8 i N Y i 8 i g S Mililiiipi $l 4,..a\-5. o - g e E e ie "xe a eY E= Ag t 11A '05 0 : i,g,g.-.:g.!-1.., l a i m B U ¢s"a� e Him '7' Lex ,ft ,SS 'e \ 'Vi O sx e:. 00111 . pp „214*' ;r Ni -, 3,= nN j ok F : 3 3 A s ®. ASS 0m m 'N "' o n" im 1Cl •zm= Vs g• o m ? Z ppp ..n... ,^ " 13 T.• '`f. ,,,c-,.2 ' - i 8:c ao o� o o g,;,z gm a —1 . . . . . . : : . .E | 2 A « \ \ k rD 1-L u.) �2 •% / ® »\ « \ \ \\ a § nn K!) .•�, a . \ ) ;;a 1 2« noe } 1", ;H/ . y ;m {( - m ;HI \/ rt §■m - ^ ; \; ] �;�! (I) cu 1 a. rt o0 00 o 0 0 O E .t N .0 r — E'0 CC o O 8 O O O O O O O y N N N N N N N N -44 = M ... M M M M M M M M M M M M M M M y �+ 6-� O D C O� O� O� O� Dco) .L. N a 0 A - U — — — — — — a, 11x. d Q ¢ ¢ Q d d Q U o E� °- can o = u R a a a a a a, a a a c4 rID it a.4 ens .-. °° c°v �°o ``n °o °o 00 o W O o ..r C, N M O O O 00 = H ~ N N O O O l Q U w N M a > O y U O I. _ CD O"O C: M M O� O) � O O O >, 5 C N E y_ > O 00 00 y0 0) Q CC " 00 0 -. O °' 0o >r 00 ° ° ^ °o °o °o ° y 00 M O O O . rn• .--i M .--i ,_r U 1 U P. «S b o CV PD A in O kn ° kn to O t o 0 0 0 0 C y ~" tr °' Z0 EI ti r Q U Q O ? V z z z z z Q Q; Q; Q G". a, 00000333 3 g i 00. a a a a z z z x g = WW ¢ ¢ ¢ ¢ ¢ = ¢ g 0• O 0." MI cA Z I I a) rA M in to z w Ki o o4 3 3 3 M M M z b aazz � NNNC � � RI ¢ ¢ ¢ ¢ 3333 rA x x cn o - Q I. 00. M ° g N zt � a) 3 C - ti 04 f. E W •• U w z 3 ° `n `n `n 3 N) d C1 O u C C cn cn cn F^ a) '' N = O O Q >~ t N N N L- C q _Alleik ice. O r. " C >, � R Cl: .4 .4 ¢ CI. o •3 3 3 o°. ei vS"i ❑ L". C Y U zzzz ¢ 040z0z � zc -0, D Work History Report 9/25/2012 Item 14.A.1. Date:06/15/2011 p 1 of 2 I Pavement Database: Network: MKY Branch:AP N (NORTH APRON) Section: 4205 Surface: AC S.D.: 01/01/1975 Use: APRON Rank P Length: 878.00 Ft Width: 232.00 Ft True Area:211.940.00 SaF Work Work Work;; ,- Thickness Major Date 'r Code Description ',° Cost (in) M&R ,:Comments 01/01/1975 IMPORTED BUILT '-'' True EST 1975 AC Network: MKY Branch:AP N (NORTH APRON) Section: 4210 Surface: AC L.C.D.: 01/01/2010 Use: APRON Rank P Length: 300.00 Ft Width: 135.00 Ft True Area: 41,600.00 SaF Work 5. Work Work's Thickness Major Date! .I Code ,Description g,• Cost �(in) M&R ° Comments 01/01/2010 INITIAL Initial Construction . $0 .- 0.00 True Network: MKY Branch:AP NW (NW APRON) Section: 4105 Surface: AC L.C.D.: 01/01/1996 Use: APRON Rank P Length: 131.00 Ft Width: 199.00 Ft True Area: 29.220.00 SaF Work ' Work - =Work, ,= Thickness Major Corriments Date! Code ` Description:° Cost (In) M&R 01/01/1996 IMPORTED BUILT'' >,,. True EST 1996 AC PAVEMENT Network: MKY Branch:AP NW (NW APRON) Section: 4110 Surface: AC L.C.D.: 01/01/1996 Use: APRON Rank P Length: 90.00 Ft Width: 199.00 Ft True Area: 23,760.00 ScF Work Work Work - ickness Major Comments Date Code Description Cost (in) M&R 01/01/1996 INITIAL Initial Construction , $0 :° 0.00 True Network: MKY Branch:AP TA RW35 (APRON TURNAROUND RW 35) Section: 5105 Surface: AC L.C.D.: 01/01/1976 Use: APRON Rank P Length: 176.00 Ft Width: 150.00 Ft True Area: 30.355.00 SaF Work- Work Work is kness Major Date;= Code Description Cost °' (in) M&R Comments 1/01/1976 IMPORTED BUILT 3.00 True 1976:3"AC ON 7"'SOIL-CEMENT Network: MKY Branch: RW 17-35 (RUNWAY 17-35) Section: 6105 Surface: AC L.C.D.: 01/01/1976 Use: RUNWAY Rank P Length: 1.000.00 Ft Width: 100.00 Ft True Area:100,000.00 SaF Work Work , Work:: Thickness Major Date'. Code , Description Cost (in) M&R Comments ; 01/01/1976° IMPORTED BUILT- 3.00 True 1976:3"AC ON 7"=SOIL-CEMENT Network: MKY Branch: RW 17-35 (RUNWAY 17-35) Section: 6110 Surface: AC L.C.D.: 01/01/1976 Use: RUNWAY Rank P Length: 3.000.00 Ft Width: 100.00 Ft True Area:300.000.00 SaF Work Work Work Thickness Major Date Code Description Cost in) - ! M&R 01/01/1976 IMPORTED BUILT ' 2.00 True 1976:2"AC ON 7"SOIL-CEMENT Network: MKY Branch: RW 17-35 (RUNWAY 17-35) Section: 6115 Surface: AC L.C.D.: 01/01/1976 Use: RUNWAY Rank P Length: 1,000.00 Ft Width: 100.00 Ft True Area:100.000.00 SaF Work Work Work Thickness Major Comments Date Code `" Description , Cost (in) M&R 01/01/1976 IMPORTED BUILT - _ 3.00 True 1976:3"AC ON 7"SOIL-CEMENT Network: MKY Branch: TW CONN (CONNECTOR TAXIWAY) Section: 105 Surface: PCC L.C.D.: 01/01/1960 Use: TAXIWAY Rank P Length: 100.00 Ft Width: 46.00 Ft True Area: 7,880.00 SaF Work Work Work Thickness Major Date Code Description Cost (in) M&R Comments 01/01/1960' IMPORTED BUILT '' True ST 1960 PCC Packet Page-1936- 9/25/2012 Item 14.A.1 . Date:06/15/2011 Work History Report 2 of 2 Pavement Database: Summary: Section Area Total Thickness Avg Thickness STD Work Description Count (SqFt) (in) (in) BUILT 7 779,395.00 2.75 .50 . Initial Construction 2 65,360.00 .00 .00 STD=Standard Deviation . Packet Page-1937- 9/25/2012 Item 14.A.1 . APPENDIX B 2011 CONDITION MAP PAVEMENT CONDITION INDEX TABLE Packet Page -1938- I I, 0 F F. CD at) VY rD W Z d• d.a°V° • 0 3 s s ▪r— a n 1 17 �▪omg o I I I it y gt jc Fps r C 4a o _ i 8 s o - O [ • om °te f. ° o o —s^ c IS. 60 O I. O O U, C C C ~ o0io S. 0 0 0 S. a a a o U > > > I.. o C.) 7 N M N M N y ✓ 2 Cr 00 00 C –, 0 VD y b 6) -. v C s Q in O --- --+ N v') t. In - . Gy at y CA 0 Ow . U U U U U U U U W "a rr < < < < < < < < pU„ > 0 0 Li = a) w p © x o 6 c. a a a a a a a a 'd CU C -0 'y C c.) o a, p o U ^ w O o o in O 00 00 O O I) �..i © N M O� O O O P L ' 414 m 00 - �H 0 N N N M O O O t� N U CI = Z O /�i O v-, O v, O © O G O O O O - C U C — G> [t' in \O ,i0 v;) .d O I C ON O Q C V Q Q Q ¢ = 3 3 3 a K ,‘,0 — H 2 W o. in a) en z z 3 3 M M M re! 01 Z z z Z x O U E . � ct ., 3. 0 M > d 3 a b co � � N NL w O o CO ° z z t - - s o , o go ro 0 3 3 3 c 6 .© ,. y4. Z z z z d P4 Z � CD D 9/25/2012 Item 14.A.1 . APPENDIX C BRANCH CONDITION REPORT SECTION CONDITION REPORT Packet Page-1941- Branch Condition Report 9/25/2012 Item 14.A.1. Date: 6 /15/2011 1 of 2 Pavement Database: NetworkID:MKY Number of Sum Section Avg Section True Area PCI Weighted Branch ID Use Average Sections Length Width (SqFt) Standard , Average, (Ft) (Ft) PCB Deviation PCB AP N(NORTH APRON) 2 1,178.00 183.50 253,540.00 APRON 73.50 26.50 55.70. AP NW(NW APRON) 2 221.00 199.00 52,980.00 APRON 69.50 22.50 67.18 AP TA RW35(APRON 1 176.00 150.00 30,355.00 APRON , 4 5.00 0.00 45.00 TURNAROUND RW 35) `�' RW 17-35(RUNWAY 17-35) 3 5,000.00 100.00 500,000.00 RUNWAY 31.67 2.49 30.60 TW CONN(CONNECTOR 1 100.00 46.00 7,880.00 TAXIWAY 21.00 0.00 21.00 TAXIWAY) Packet Page -1942- 9/25/2012 Item 14.A.1 . Date: 6 /15/2011 Branch Condition Report 2 of 2 Pavement Database: Number Total Arithmetic Average Weighted Use of Area Average PCI Average Category PCI STD. PCI Sections (SqFt) APRON 5 336,875.00 66.20 24.47 56.54 RUNWAY 3 500,000.00 31.67 2.49 30.60 TAXIWAY 1 7,880.00 21.00 0.00 21.00 All 9 844,755.00 49.67 26.19 40.85 STD=Standard Deviation a Packet Page-1943- 9/25/2012 Item 14.A.1. Date: 6 /15/2011 Section Condition Report 1 of 2 Pavement Database: NetworkiD:MKY Last= Age Branch ID Section ID trtlt Last Surface; Use Rank Lanes True Area .� • PCI Corti; I inspection: At Date (SgFt) Date Inspection ., AP N(NORTH APRON) 4205 01/01/1975 AC APRON P 0 211,940.00 03/3112011 36 47,00 AP N(NORTH APRON) 4210 0i/01/2010�r AC APRON P 0 41,600.00 01/01/2010 0 :° 100.00 AP NW(NW APRON) 4105 01/0111996 AC APRON P 0 29,220.00 03131/2011 ] 15 47.00;. AP NW(NW APRON) 4110 01/01/1996'' AC APRON P 0 23,760.00 03/31/2011 15 92.00 TA RW35(APRON 5105 01/01/1976 ! AC APRON P 0 30,355.00 03/31/2011 35 t 45.00 -TURNAROUND-RW-35) RW 17-35(RUNWAY 17-35) 6105 01/01/1976 AC RUNWAY P 0 100,000.00 03/31/2011 35 31.00. RW 17-35(RUNWAY 17-35) 6110 01/01/1976 AC RUNWAY P 0 300,000.00 03/31/2011 35 29.00 RW 17-35(RUNWAY 17-35) 6115 01/01/1976 AC RUNWAY P 0 100,000.00 03/31/2011 35 35.00 TW CONN(CONNECTOR 105 01/01/1960 PCC TAXIWAY P 0 7,880.00 03/31/2011 51 21.00 TAXIWAY) Packet Page -1944- 9/25/2012 Item 14.A.1 . Date: 6 /15/2011 Section Condition Report 2 of 2 Pavement Database: Asivig Arithmetic PCI Weighted Average Standard Average Average Total Number PCI Deviation PCI Age Age At Area of Category Inspection (SqFt) Sections 0-02 0.00 41,600.00 1 100.00 0.00 100.00 11-15 15.00 52,980.00 2 69.50 22.50 67.18 31-35 35.00 530,355.00 4 35.00 6.16 31.42 36-40 36.00 211,940.00 1 47.00 0.00 47.00 over 40 51.00 7,880.00 1 21.00 0.00 21.00 All 28.56 844,755.00 9 49.67 26.19 40.85 Oer Packet Page -1945- 9/25/2012 Item 14.A.1. APPENDIX D PAVEMENT CONDITION PREDICTION TABLE PREDICTED PCI BY PAVEMENT USE GRAPH Packet Page -1946- O N V) CT N N. O O r 00 M N M .r - N N CT — r) 0 V7 O C T NM O O M 00 M 00 M -i N N 00 0 00 0 00 et O 00 'Cr N O M 00 M 00 M N N N N - 00 CT 00 M 0 N O 0 V) O M 00 M 00 M N N N N z ' _ _ CC O M O\ M 00 M N N N N L O w 1/y - N 0 Cn V) M CT O (, O 1- CT 00 M N N N — 0. N C.) O 1' Co, 71. 00 ' 00 N N OM N CLI L ali Cc) — 7 kr) d' 01 N 00 0, N v') = O d' 01 00 1- N N M — O (^I 4• 4 •r N - V') \C) V) O M CT N- M 00 = O Tt CT 7 01 1- N N M O N U y.+ p = s. n , 00 r- N V) --, c:7, V) O cis,E O CT -1- M N M N N CI _ Ai O i 7 — - C �t M N M N R CA. A U 'C CD 0 O V) O )n O V) V% O V) ,,, = o 0 0 0 0 u - N N y m- 7 7 7 v) \D ,D �O • 4. C W 0 r Z — 3 o � s zz33 "' `" "' u z z x O w as ¢ o ',L- > co ✓ zi o ry al M N� I N• � x O 44 ea c 3 IV E 0 s i0-� kn in 'n •x 1 V Zs N u C C M M c• E, — • o eke a, c. 0 0 _. - - - $ M ¢ ¢ a 51" F" C c� n s .c ¢ ¢ 0 3 3 3 0 0 3 3 = 0¢, Z z z z ¢ x x x D I Cl) y cC V v, Hd '' v' ° I I I e ; I g o O N O N O N CU I I Ro` O - ^i I I a. I I °° @ Q N AO I I N I I e e o U N �°r I I o �/ N r N. . "' I I ° •1•4 r..) L a) a a O - a N p ,.• 1 I N r.P: A I I o Lo N ti I I •U zi F� - I I N V' O w o N "":1 1:1.,, I I O o.) I I N I I Ir N 1 ° (0 00 0 N CD n N a21lnV papi2laM eaw Dd O W � � N ,� N �,,;f ' o C CD 4 —V; 3 D 9/25/2012 Item 14.A.1 . APPENDIX E YEAR 1 MAINTENANCE ACTIVITIES TABLE AOSOk Packet Page-1949- +■ o0 . o U o 1 12 n 1. O 3 „ ., o u O▪ 0 p- 3 C/] L = O = a to - . - ct © = ▪ w u• x u A a r2 c o c) c) =w Wt 40 Lo c 44 VD tt IL 1.01 y ; CI• A cA yta _ w> 1 CA 0 f/J ;�, O I W L G A y Q ? et A L.T. ''' '' Fi 3 w °° a -1:1 c=, O• A o o c> A C3 H.y z = a ;=4 °' A CO .gam N) • � E O W ca '' `' ::-,' Z N) • v C • ° a 04 4, 1�. ¢ D m 3 z D 9/25/2012 Item 14.A.1. APPENDIX F MAJOR M&R PLAN BY YEAR UNDER UNLIMITED FUNDING SCENARIO TABLE Packet Page -1951- L w a • 0? 00 0 00 00 00 00 00 O U a ta ct t o 0 0 0 •. % w T., .. a.) a) a� .. .Y ., .. i 000 E o E E •6 .• = g 0 0 c c 0 0 0 aL) a`1) ali a�i CO C4 C4 C4 C - L Or _ .1- d' 7 M N M 0 M Z V O N 00 01 M M N ■O N M Ni O O kn r id p11 0 0, M 0 0 0 N •"'1 k N 01 N 0 vl M M EZ M M co- 00 \O kei t` ono ,y L Gn fM QO 01 N O 01 0 �+ V — ,— Cd 4 69 69 69 69 69 69 69 : L'it 0 O v, O O O rte+ 1W •∎ " 011 N h 0 0 0 CO 0 O �+ F eC U O O O O - CIJ co 44 N MO O O N C.,) a) O OI r © in in v1 In O �+ Q O O O O �O r . i '' '' t U C3 �_ w O ,Cal� kr) 1/ iils en � as x o I E _ o od Z -o o `� z u O o ' .,.S. o Q 0 c° ' r H s. �. y U • ci, c CO p 0 0 0 z c P '6_' '30.' Z Z Q a r: 1:4 H C31 ti .- I. N.) O W els C ti w 0 0 0 0 0 N 0 � � N U N N• ' c11 * .—i.• O o CD � � B 4P D 9/25/2012 Item 14.A.1. APPENDIX G 10-YEAR M&R MAP AgNk Packet Page-1953- , I i 1 1 E, 5 1 1 , 5 i5 ‘xC'IN,11 * E'z ‘Ikk - ..] cu r) t..\tti m- CC1 ik ,-i- ,...., -10 ■14, cu CM tk ro iL tl, \S\ ln 41. k1.: 1 6 %O. A ‘A. •1.,Z di -,., ‘44kk — o ' -'-'-,,, ‘‘,-.N • Ili %,::., ,■,, , tk.,:,__,,„() c tN,, 111 i 3; , >ss - 11- ___111111,, 1 r— Ell m ;1*-M grn -,4', ,., .` ! ! ! ! ! ! ! 't.' 7 j> I (1 1 ,,_ 17 14,1t M 12 ,-,- ,-- 2 5,:CC 1. r;',F,' i.; oc■ N 0 1 > F `,-,' F 7 ....,,-- LI 4 qf i A T F =DT, .; • V .5o,' F, . g 2 7, II ,i A- M -I ?. —9Xg Et.ec 9/25/2012 Item 14.A.1. APPENDIX H PHOTOGRAPHS fiotok Packet Page -1955- 9/25/2012 Item 14.A.1. Pavement Evaluation Report-Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 .." — — "F-.� _ Y ;S^'. •, ti t ti - . v... r .4 may. •: iii55yy: ° ice' '`P.. ;'l+.a a y. AP TA RW 35,Section 5105,Sample Unit 300—Low and medium severity(43)Block Cracking,low severity(52)Weathering and Raveling s is ..,.n.., Ae.. L Wei'.^•^'—•.wwH�M."a.*.r..1:P_.' —�. "�_ ..- .. �-..�.,.~�— .. .r.....,.>.... v. �ws:.`,i.-.,:-4.4-;:•t-:I';..es+.�idc:` •b� �`'r 4 ___ .+w f •, . -- a r _ .z..--- ' ' -,.- ' s ' .r* •-.:3 -tro«,..*"a--- ' i 'A9"'•' t' ---Ja�'f?' - - 1,, tom-- eye. - ,. :, ,' F. ,.........„,v..�.,,,,, . 1 .:. ,xc ,-...t.:.'-'-,z � -± ,- .-,--. ..tea.' M r.w § J a{ i Y`t' �' 4 R _ 3 ' .r .`d'•• T FxY .+�e y'St '/ .1 �"��-• Tit a'• ♦ .;' ,,' '1 1��7''.Z�' �$ �...'�.a ,,.. X. :' rte.- y t k.' .a-, • _.. 4t . - .. t o 3. 1 , 3 R S,.` '44S"..7, .. • L+ ,, if ''"b !r ,-' ,1? .> 'Ake ' ` " An,),..'",•:.q.„:4,,,,,,;1'.,_,S: ": ' fi r i:f :-'- ---.- w 'tk. ?.s "'s.,' AP TA RW 35,Section 5105,Sample Unit 300—Low and medium severity(43)Block Cracking,low severity(52)Weathering and Raveling H-1 Packet Page-1956- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 . r' 3yi� i 4• ?may ._ ti,.: r-.t "QE .F -" , *• -;.=-,'.• •��. '; F . F' qty 4. ` r -'.tk J-'G . L "'"t,• }:e-' �aA. _ r `4fY', r , yy.5C` r "+stn i K'2 ✓ �,,!!�� ^,�."i, • • '.. ,. `r '.4 Runway 17-35,Section 6110,Sample Unit 130—Medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling v r Y f j a k , J x , f i { ji .T K^f s nI.it$ t x •s %r y,y" .z 1': ' .„y�s '47.-i'•'' .' $ i• •. -t-'[G�'>r'h`.fir .t. -; i+{y 7,,r1.•� r Y' ,.•, 7'f 5'"c sb' :t is .fr s :,E.'t' .,t y - ...-11 -- r� l-fir " :- i.*.:.• 4.3. sji .i;...,2e. .. f+rrs-R-..T,1..4.;.0,Y` s• L+e:F ._. f r i i^:y'�.f;' ..k` w4: 'nut;or:..�v.r .y^ ... F 1 YJz ',-.-.�,--':s: #. 1..A.of -. - .,7'�`ag--•ir+a 1 ;,'-:;.-.T.6;..57 K 4111-A' . b sx: `` ry.9fi•, y,,- s r f '?.i � ir r�y, .f�e.;. �af�� t��! i` ,<sk,::a .�� .'tj 4 '�::M',t.4Y: :.°tr%' '" . i:1 ;„ �' „�.,K 1.4:'0. -r"'a4s;.1. , _ter t.dium„v„ 2 f" he Runway 17-35,Section 6110,Sample Unit 130—Medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling H-2 Packet Page-1957- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 • . -ter ' .-.` —i - ""_ - .1.• ..� .. .. _ s d -r-t-:-77-•, ..'-'7;-- - to E i 'r ss'3!4''';',..'e .. r L •c - V T -� 01.� or=7 J- �,J yam} �y � j 'ti Y_G L'T �F" •*.1T'rr'� .-4--.4.,.........:.. ..,r ;�3� F r F M a� y F/i '°'� .-) ;'� fir` Runway 17-35,Section 6110,Sample Unit 145—Medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling Z , • { - - . 's y..4 � 4::.4• , 5...' - ,. ." S f• -_ 1 '� e• . � ,yam' w . tu'&..�•lei'1 S .F -' :, r 'n { ";.-1 i 1 '''' rM' � ,.-7 . r yi y,15-•.%.._;.�`4 d_ i'S t .� 'y„ f',4 '41+}'.i... 1%� ...' r to 4 b 3 1471'M�' . h R :''' 4 1 '...1.f.:;. ;,.,::.';.'':';',,,:`t` C : �:_? ';1 C�74•11'. .M« 3�ial 1 Y 1 ti w .'...VP' ' • a= Y.+1.'r ''S7 k' 4fF-�£> x, i. s. `,,, l•-r- j\ {Ac;-� -•ri ,•° < 4',.:.....,-.1 .<,' ,»y 1• `k' ,f �'r , 'iy ! h,4.., 1rt: T"�. ,,,:r.,,,'rsi..• .�,. 41 t �- s! .'`.,.. `.•�,.t1cT. �t�63!:, ra ' � .. � ti.�t��iT3S<i3k.ct�k�`�'-'` ,1a.a. ., Z Runway 17-35,Section 6110,Sample Unit 145—Medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling H-3 Packet Page-1958- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 i. r - : ' . ' -. l':'-'; --:?""r:'' '-' 1:.:1,...t:v,.?.?..0''''-. '14v*. ,**,r. ..,,..'. .di.6.- .,,:4.,,,._ ,- =. -- _a +'•rte .•u ? M w.. '- ''''''1-r•-='E n ' �-5 .'..---•"- irt...A .. T /,x-,,,-,;4,'„,.-'-P-„MR—rte"13_1,,..7.r.., . „.---, , 4. „`,,. e.'t,:•''' '- i , a Y'` ` '����1�'1yy�``++,,�� v' ` '?i:.:14.: . Y ', 4) !l�i7. } •Pr's Y tom pA �,. .. t t, •t st . .� .-= .141+,..k Y Y A �{ 4}x,5 ._ .�. � 41 .N 'be • Y�.Cr-: 4 3, 4 v ��' � ".k ��:..r -�i.; r t : �, � i” : . ,rte•'' , .,� :.'r. - Hw - ,'',YV. .. ' . vr•it f..,... .,.. .,.,47.4,.„.'�. 4 �� s �--•c,rf 4 y, '47 x.. _ ,. _: .'y..,,�.��,,� :•�..:_':��v.y� ,.�- }'t 1'�'- ..�r fie,. .r1 x 4s ,r l" f r A• �-t� ��-i, ,' , r -' ..4. •' ,.--".,;•::. v`^r i.•— 3` y r 1.`. 3"'"4-,v;"` �*» r-f. < r Y wi, „tea �. x z ;i ,';‘:*'%;`,..",'"I .72...t‘..:'- °�- yam' ... x iu_ °' ` J'' r�� ..y � '�,��. !'����° •�?y,s,ri'1�>�'� +y�.'tt�'•`a��a'�.�+•�•' +y, .t -sj� -`• „��' "s '�r Apron,Section 4205,Sample Unit 455-Low and medium severity(43)Block Cracking,low severity(52)Weathering and Raveling +`�{�it� ,. ..„t 7.% y .'.s4) y +u ws 1.7P!MI' IRYy 'i w ':g * a Ay^ . e c -o.f�>. y ' ,ar At,"r, . ' '�`k" � �t.r• „-'4.,,t, . 95= as :, + z Ai' ,�. ` :. ,► `ice _ * y,y*� '°S�Pd"^' ' _1�u:4+e,�;„j,�'1F FK 3tj �.r ,t ,_ �y *-r ;.,,..'s, , r•x . >. -• O r,'.`i�Iy., '.. 1,44 .r . Sri y. ,�4• j , '� ` •)• `_ '�,r'Fi " di' '`•'t om ~ .., ` - IA'."' �i '.9•-4 14," Win' t hr` � '' �,ti ) ►v. - '' :f Zit ` i . a*+#y. r kt, ,i, �y� Cyy p � �l '1 Yi `� lille t r' it .. `pr1/1441,40 11111� wf'T '>� 1 "''a ,* Y•+yy ' ,,'1 ..„ .it? 1` ..,r,�1i.i ,;fir :,..*41411,%: .:.a ',0'V « ,•�a ,-7t it ^N')t , ,�3',. ,`'off a3 :D. 14:6 . 4.,,! ..,s w ; Y , tr �' 7 . -:t.,' . -.. . ;#4: '4 s , 1X.' 'Tr ' w t's* �� 4...e.---.11, a7b/yy,, ~ ��!' Apron,Section 4205,Sample Unit 455 Low and medium severity(43)Block Cracking,low severity(52)Weathering and Raveling H-4 Packet Page-1959- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Marco Island Executive Airport Florida Statewide Pavement Management Program May 2011 !44 os .,ice-' r� . :- rwy;' A•, .. """"' u1F4. A ... S 1 a �Y '''t Ah os d Y r ... _; .+�. �• - 47,--..'1:42.- -*-x 4L - _ ,L •c q a ms' s 4,-,�tf ` '""� C i r47 �.,+ tiF ''... .,4..'!..1', d ._.>1 d - i f 4-r^r f .�v _ Apron,Section 4205,Sample Unit 257—Low and medium severity(43)Block Cracking,low severity(52)Weathering and Raveling ,....• ... 'may:.;..,+�._.'.• [ r _ - •, a _ ,,,: - ,,........4: - , ,,........4:.; ' .' ys , „.....-,...,3:. .��• �' 1 ; Y Y !I SV. l{r.�ir �*4 1 - - nom k P G'A; ' , l �5 *1• II 1 tif! „ } 4 Taxiway Connector,Section 105,Sample Unit 100—Low severity(63)LTD Cracking,medium severity(66)Patch,low severity(70) Scaling/Map Cracking,medium severity(72)Shattered Slabs,(73)Shrinkage Cracks,low severity(74)Joint Spalling H-5 Packet Page-1.960- 9/25/2012 Item 14.A.1. APPENDIX I PCI RE-INSPECTION REPORT ofok Packet Page-1961- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: .work: MKY Name: MARCO ISLAND AIRPORT Branch: AP N Name: NORTH APRON Use: APRON Area: 253,540.00SgFt Section: 4205 of 2 From: - To: - Last Const.: 1/1/1975 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 211,940.00 SqFt Length: 878.00Ft Width: 232.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 44 Surveyed: 5 Conditions: PCI:47.00 1 Inspection Comments: Sample Number: 100 Type: R Area: 5,000.00SgFt PCI=43 Sample Comments: 43 BLOCK CRACKING L 2, 499.98 SgEt Comments: 43 BLOCK CRACKING M 1, 999.98 SqFt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Sample Number: 152 Type: R Area: 5,000.00SgFt PCI=49 Sample Comments: 43 BLOCK CRACKING L 3, 999.97 SqFt Comments: 43 BLOCK CRACKING M 500.00 SqFt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Sample Number: 257 Type: R Area: 5,000.00SgFt PCI=48 ple Comments: BLOCK CRACKING M 500.00 SqFt Comments: 43 BLOCK CRACKING L 4, 499.96 SqFt Comments: 52 WEATHERING/RAVELING L 4,499.96 SqFt Comments: Sample Number: 303 Type: R Area: 5,000.00SgFt PCI=47 Sample Comments: 43 BLOCK CRACKING L 2, 999.98 SqFt Comments: 43 BLOCK CRACKING M 999.99 SgEt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Sample Number: 455 Type: R Area: 5,000.00SgFt PCI=49 Sample Comments: 43 BLOCK CRACKING L 3, 999.97 SqFt Comments: 43 BLOCK CRACKING M 500.00 SqFt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Packet Page -1962- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 6/15/2011 Site Name: Network: MKY Name: MARCO ISLAND AIRPORT Branch: AP N Name: NORTH APRON Use:APRON Area: 253,540.00SgFt Section: 4210 of 2 From:- To: - Last Const.: 1/1/2010 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 41,600.00SgFt Length: 300.00Ft Width: 135.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date1/1/2010 Total Samples: 0 Surveyed: 0 Conditions: PCI:100.00 Inspection Comments:Construction/Major M&R inspection record. Sample Number: Type: Area: 0.00 <NO SAMPLE RECORDS> Packet Page-1963- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: .Work: MKY Name: MARCO ISLAND AIRPORT Branch: AP NW Name: NW APRON Use:APRON Area: 52,980.00SgFt Section: 4105 of 2 From:- To: - Last Const.: 1/1/1996 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 29,220.00SgFt Length: 131.00Ft Width: 199.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 8 Surveyed: 1 Conditions: PCI:47.00 Inspection Comments: Sample Number: 356 Type: R Area: 4,852.00SgFt PCI=47 Sample Comments: 43 BLOCK CRACKING M 1, 905. 98 SqFt Comments: 52 WEATHERING/RAVELING L 1,735. 99 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 18.00 Ft Comments: 50 PATCHING L 8.00 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 34.01 Ft Comments: Packet Page -1964- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 6/15/2011 Site Name: Network: MKY Name: MARCO ISLAND AIRPORT Branch: AP NW Name: NW APRON Use:APRON Area: 52,980.00SgFt Section: 4110 of 2 From:- To: - Last Const.: 1/1/1996 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 23,760.00SgFt Length: 90.00Ft Width: 199.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 8 Surveyed: 1 Conditions: PCI:92.00 Inspection Comments: Sample Number: 102 Type: R Area: 5,171.00SgFt PCI=92 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 3.00 Ft Comments: 52 WEATHERING/RAVELING L 200.00 SqFt Comments: Packet Page-1965- I Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 6/15/2011 Site Name: .work: MKY Name: MARCO ISLAND AIRPORT Branch: AP TA RW35 Name: APRON TURNAROUND RW 35 Use:APRON Area: 30,355.00SgFt Section: 5105 of 1 From:- To: - Last Const.: 1/1/1976 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 30,355.00SgFt Length: 176.O0Ft Width: 150.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 6 Surveyed: 2 Conditions: PCI:45.00 Inspection Comments: Sample Number: Io0 Type: R Area: 5,000.00SgFt PCI=48 Sample Comments: 43 BLOCK CRACKING M 500.00 SqFt Comments: 43 BLOCK CRACKING L 4,499.96 SqFt Comments: 52 WEATHERING/RAVELING L 4,499.96 SqFt Comments: Sample Number: 300 Type: R Area: 5,000.00SgFt PCI=43 Sample Comments: 43 BLOCK CRACKING M 1,249.99 SqFt Comments: 43 BLOCK CRACKING L 3,749.97 SgEt Comments: 52 WEATHERING/RAVELING L 4,499.96 SqFt Comments: Packet Page-1966- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: O Network: MKY Name: MARCO ISLAND AIRPORT Branch: RW 17-35 Name: RUNWAY 17-35 Use:RUNWAY Area: 500,000.00SgFt Section: 6105 of 3 From:- To: - Last Const.: 1/1/1976 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: P Area: 100,000.00SgFt Length: 1,000.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/201I Total Samples: 20 Surveyed: 5 Conditions: PCI:31.00 Inspection Comments: Sample Number: 103 Type: R Area: 5,000.00SgFt PCI=44 Sample Comments: 43 BLOCK CRACKING L 80.00 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 76.02 Ft Comments: 43 BLOCK CRACKING L 1, 949.98 SqFt Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: Sample Number: 107 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 3, 499.97 SqFt Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 50.01 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 171.04 Ft Comments: Aft Sample Number: 113 Type: R Area: 5,000.00SgFt PCI=29 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 104.03 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 100.03 Ft Comments: Sample Number: 116 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 4, 499.96 SqFt Comments: 52 WEATHERING/RAVELING M 2, 999. 98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 56.01 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 50.01 Ft Comments: Sample Number: 119 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING L 1, 499. 99 SqFt Comments: 43 BLOCK CRACKING M 2, 999. 98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 86.02 Ft Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: Packet Page-1967- I Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: .work: MKY Name: MARCO ISLAND AIRPORT Branch: RW 17-35 Name: RUNWAY 17-35 Use:RUNWAY Area: 500,000.00SgFt Section: 6110 of 3 From:- To: - Last Const.: 1/1/1976 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: P Area: 300,000.00SgFt Length: 3,000.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 60 Surveyed: 15 Conditions: PCI:29.00 Inspection Comments: Sample Number: 122 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 130 Type: R Area: 5,000.0OSgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 131 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 136 Type: R Area: 5,000.0OSgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 141 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 145 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 146 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 149 Type: R Area: 5,000.0OSgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 150 Type: R Area: 5,000.0OSgFt PCI=28 " -hple Comments: BLOCK CRACKING M 4, 999. 96 SqFt Comments: .,z WEATHERING/RAVELING M 3, 999. 97 SqFt Comments: Packet Page-1968- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: OW Sample Number: 155 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 156 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 160 Type: R Area: 5,000.00SgFt PCI=32 Sample Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: Sample Number: 165 Type: R Area: 5,000.00SgFt PCI=32 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 2, 999.98 SqFt Comments: Sample Number: 170 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999. 97 SqFt Comments: Sample Number: 175 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: Allik 43 BLOCK CRACKING M 4, 999. 96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: ow Packet Page-1969- 1 Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 6/15/2011 Site Name: .work: MKY Name: MARCO ISLAND AIRPORT Branch: RW 17-35 Name: RUNWAY 17-35 Use:RUNWAY Area: 500,000.00SgFt Section: 6115 of 3 From:- To: - Last Const.: 1/1/1976 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: P Area: 100,000.00SgFt Length: 1,000.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 20 Surveyed: 5 Conditions: PCI:35.00 Inspection Comments: Sample Number: 182 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 186 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 190 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: WEATHERING/RAVELING M 3, 999.97 SqFt Comments: Sample Number: 194 Type: R Area: 5,000.00SgFt PCI=49 Sample Comments: 43 BLOCK CRACKING M 500.00 SqFt Comments: 43 BLOCK CRACKING L 4, 499.96 SqFt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Sample Number: 198 Type: R Area: 5,000.00SgFt PCI=42 Sample Comments: 43 BLOCK CRACKING M 2, 499.98 SqFt Comments: 43 BLOCK CRACKING L 1, 999.98 SqFt Comments: 52 WEATHERING/RAVELING L 3, 999.97 SqFt Comments: Packet Page-1970- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 6/15/2011 Site Name: O Network: MKY Name: MARCO ISLAND AIRPORT Branch: TW CONN Name: CONNECTOR TAXIWAY Use:TAXIWAY Area: 7,880.00SgFt Section: 105 of 1 From:- To: - Last Const.: 1/1/1960 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: P Area: 7,880.00SgFt Length: 100.00Ft Width: 46.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/31/2011 Total Samples: 1 Surveyed: 1 Conditions: PCI:21.00 Inspection Comments: Sample Number: 100 Type: R Area: 4.00Slabs PCI=21 Sample Comments: 70 SCALING/CRAZING L 4.00 Slabs Comments: 73 SHRINKAGE CRACKING N 3.00 Slabs Comments: 63 LINEAR CRACKING L 1.00 Slabs Comments: 74 JOINT SPALLING L 1.00 Slabs Comments: 72 SHATTERED SLAB M 2.00 Slabs Comments: 66 SMALL PATCH M 1.00 Slabs Comments: Mk Packet Page -1971- I 9/25/2012 Item 14.A.1. • STATE OF FLORIDA y DEPARTMENT OF TRANSPORTATION 7 0 4 AVIATION OFFICE / T of TRI\ Statewide Airfield Pavement Management Program Immokalee Regional Airport— IMM (General Aviation) Immokalee, Florida (District 1) -i - -" - B b LL�.� � # May 2011 Packet Page -1972 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 TABLE OF CONTENTS SECTION PAGE NO. Executive Summary iii 1. Introduction 1 2. Network Definition and Pavement Inventory 10 3. Pavement Condition 15 4. Pavement Condition Prediction 22 5. Maintenance Policies and costs 23 6. Pavement Rehabilitation Needs Analysis 29 7. Maintenance and Rehabilitation Plan 33 8. Visual Aids 35 9. Recommendations 36 LIST OF FIGURES Figure 1-1: Pavement Life Cycle 4 Figure 1-2: PCI Rating Scale 6 Figure 2-1: Pavement Area by Surface Type 12 Figure 3-1: Network PCI Distribution by Rating Category 18 Figure 3-la: Condition Rating Summary 18 Figure 3-2: Percentage of Pavement Area within Each PCI Range by Pavement Use 19 Figure 4-1: Predicted PCI by Pavement Use 22 Figure 6-1: Budget Scenario Analysis 32 LIST OF TABLES: Table I: Condition Summary by Branch iv Table II: Condition Summary by Pavement Use iv Table III: Condition Summary by Pavement Rank iv Table IV: Immediate Major M&R Needs vi Table V: 10-Year M&R Costs under Unlimited Funding Scenario vii Table 1-1: Sampling Rate for FDOT Condition Surveys 5 Table 2-1: Construction Since Last Inspection&Anticipated Construction Activity 11 Table 2-2: Pavement Area by Pavement Use 11 Table 2-3: Branch and Section Inventory 13 Table 3-1: Pavement Distresses for Asphalt Concrete Surfaces 15 Table 3-2: Pavement Distresses for Portland Cement Concrete Surfaces 16 Table 3-3: Condition by Pavement Use 19 Table 5-1: Routine Maintenance Activities for Airfield Pavements 24 Table 5-2: Critical PCI for General Aviation Airports 25 Table 5-3: FDOT Minimum Service Level PCI for General Aviation Airports 25 Table 5-4: M&R Activities for General Aviation Airports 26 Table 5-5: Maintenance Unit Costs for FDOT 27 Table 5-6: M&R Activities and Unit Costs by Condition for General Aviation Airports28 Ask Table 6-1: Summary of Immediate Major M&R Needs 30 Packet Page-1973- 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 TABLE OF CONTENTS SECTION PAGE NO. Table 6-2: Summary of Year 1 Maintenance Activities 31 Table 7-1: M&R Costs under Unlimited Funding Scenario 33 APPENDICES Appendix A Network Definition Map System Inventory Map Pavement Inventory Table Work History Report Appendix B 2011 Condition Map Pavement Condition Index Table Appendix C Branch Condition Report Section Condition Report Appendix D Pavement Condition Prediction Table Predicted PCI by Pavement Use Graph Appendix E Year 1 Maintenance Activities Table Appendix F Major M&R Plan by Year under Unlimited Funding Scenario Table Appendix G 10-Year M&R Map Appendix H Photographs Appendix I PCI Re-inspection Report ii Packet Page-1974- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 EXECUTIVE SUMMARY In 2010, the Florida Department of Transportation(FDOT)Aviation Office selected a Consultant team consisting of Kimley-Horn and Associates and their Subconsultants, MACTEC Engineering and Consulting and All About Pavements, Inc., to provide services in support of FDOT in the continuing evaluation and updating of the existing Statewide Airfield Pavement Management Program(SAPMP) to be completed over fiscal years 2011 and 2012. The tasks required to achieve this objective at Immokalee Regional Airport included: ➢ Obtain recent construction history from the Airport to update the Pavement Inventory CADD drawings from the previous SAPMP update, D Perform a visual Pavement Condition Index (PCI) survey of the airfield pavements at the Airport, ➢ Update the MicroPAVER database to analyze the PCI field data and determine the current condition of the airfield pavements, D Predict the future deterioration of the pavements, ➢ Develop a 10-year M&R plan to address the pavement needs at Immokalee Regional Airport, and D Provide the estimated costs associated with the suggested immediate and future M&R activities During March 2011, the PCI survey was performed at Immokalee Regional Airport. The results of the survey indicate that, based on a numerical scale of 0 to 100, the overall area-weighted average PCI of the airfield pavements in 2011 is 36, representing a Very Poor overall network condition. Table I below summarizes the overall condition summary by network branch. i i i Packet Page -1975- 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table I: Condition Summary by Branch Area FDOT MicroPAVER Condition Action Branch Name Weighted Rating Minimum Minimum Required PCI Service Level PCI Apron to Hangars 93 Good 60 65 Apron Run-Up at RW 36 87 Good 60 65 South Apron and Fueling Ramp 88 Good 60 65 Crop Apron 39 Very Poor 60 65 X Runway 18-36 28 Very Poor 75 65 X Runway 4-22 (Former) 34 Very Poor 75 65 X Runway 9-27 27 Very Poor 75 65 X Taxiway Alpha 25 Serious 65 65 X Taxiway Bravo 30 Very Poor 65 65 X Taxiway Bravo 1 30 Very Poor 65 65 X Taxiway Charlie 91 Good 65 65 Taxiway to Crop Apron 67 Fair 65 65 Tables II and III below illustrate the area-weighted PCI computed individually for each pavement use and rank, respectively. Table II: Condition Summary by Pavement Use Use Average Area- Condition Rating Weighted PCI Runway 28 Very Poor Taxiway 37 Very Poor Apron 86 Good All(Weighted) 36 Very Poor Table III: Condition Summary by Pavement Rank Rank* Average Area- Condition Rating Weighted PCI Primary 36 Very Poor Secondary 36 Very Poor Tertiary 73 Satisfactory All (Weighted) 36 Very Poor *The pavement rank for the airport pavement network is listed on Table 2-3. iV Packet Page-1976- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 The immediate M&R needs, or needs that have been programmed to be completed in the first year of the 10-year M&R plan based on an unlimited budget at Immokalee Regional Airport, include: Runway 9-27, Runway 18-36, Taxiway Alpha, and Taxiway Bravo. Runways 9-27 and 18-36 exhibited low to medium severity distresses of block cracking, weathering, and raveling that attributed to the age of the pavement. Both runways, based on the determined PCI will benefit from a full depth pavement reconstruction. Similarly, Taxiway Alpha and Taxiway Bravo exhibited the same range of distresses that would benefit from pavement section reconstruction. The immediate needs are summarized in Table IV below. v Packet Page-1977- i 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table IV: Immediate Major M&R Needs Section PCI PCI Project Branch Name Section Surface Area Major M&R Before M&R Activity After Year ID Type (ftz) Costs* M&R M&R 2011 Crop Apron 4105 AC 10,000 $70,230.01 39 Reconstruction 100 2011 Runway 18-36 6105 PCC 30,000 $408,600.13 27 Reconstruction 100 2011 Runway 18-36 6110 PCC 15,000 $204,300.07 30 Reconstruction 100 2011 Runway 18-36 6115 AC 422,500 $5,754,451.87 28 Reconstruction 100 2011 Runway 18-36 6120 AC 211,250 $2,877,225.93 29 Reconstruction 100 2011 Runway 18-36 6125 PCC 30,000 $408,600.13 17 Reconstruction 100 2011 Runway 18-36 6130 PCC 15,000 $204,300.07 23 Reconstruction 100 2011 Runway 4-22 6305 PCC 15,000 $138,330.04 36 Reconstruction 100 2011 Runway 4-22 6310 PCC 35,000 $348,425.09 35 Reconstruction 100 2011 Runway 4-22 6325 PCC 35,000 $476,700.15 30 Reconstruction 100 2011 Runway 4-22 6330 PCC 15,000 $171,315.06 33 Reconstruction 100 2011 Runway 9-27 6205 PCC 15,000 $204,300.07 28 Reconstruction 100 2011 Runway 9-27 6210 PCC 7,500 $102,150.03 25 Reconstruction 100 2011 Runway 9-27 6215 AC 420,500 $5,727,211.86 28 Reconstruction 100 2011 Runway 9-27 6220 AC 210,250 $2,863,605.93 28 Reconstruction 100 2011 Runway 9-27 6225 PCC 30,000 $408,600.13 26 Reconstruction 100 2011 Runway 9-27 6230 PCC 15,000 $204,300.07 4 Reconstruction 100 2011 Taxiway Alpha 205 AC 277,550 $3,780,232.23 25 Reconstruction 100 2011 Taxiway Alpha 1 210 AC 23,450 $319,389.10 26 Reconstruction 100 2011 Taxiway Alpha 2 220 AC 23,450 $319,389.10 22 Reconstruction 100 2011 Taxiway Bravo 105 AC 117,050 $1,594,221.52 26 Reconstruction 100 2011 Taxiway Bravo 110 AC 132,650 $1,417,763.62 34 Reconstruction 100 2011 Taxiway Bravo 115 AC 10,000 $114,210.04 33 Reconstruction 100 2011 Taxiway Bravo 1 405 AC 33,000 $352,704.10 34 Reconstruction 100 2011 Taxiway Bravo 1 410 AC 69,493 $946,494.97 28 Reconstruction 100 Total $29,417,051.32 28 100 * Costs are adjusted for inflation. A forecast of Major M&R needs for a 10-year period, starting from 2011, was developed using an unlimited budget. The analysis identified ongoing maintenance needs and major M&R during that interval. The results of this analysis are provided in Table V below. vi Packet Page-1978- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table V: 10-Year M&R Costs under Unlimited Funding Scenario Year Preventative Major M&R Total Year Cost 2011 $20,957.69 $29,417,051.31 $29,438,009.00 2012 $29,447.90 $0.00 $29,447.90 2013 $26,966.46 $86,921.18 $113,887.64 2014 $35,170.20 $0.00 $35,170.20 2015 $42,660.34 $0.00 $42,660.34 2016 $43,064.93 $171,691.73 $214,756.66 2017 $56,853.78 $0.00 $56,853.78 2018 $89,850.10 $0.00 $89,850.10 2019 $153,829.30 $0.00 $153,829.30 2020 $195,910.68 $0.00 $195,910.68 Total $694,711.38 $29,675,664.22 $30,370,375.60 Note: Costs are adjusted for inflation. The implementation of the 10-Year Major M&R Plan is expected to provide an improvement in the overall condition of the airfield pavement, where the area-weighted PCI would increase from 36 in 2011 to 84 in 2020. Appendix F lists the Major M&R for the 10-Year program. Appendix lak G graphically depicts the program activity. It is important to note that although preventative and some major M&R activities would have to be conducted over several years, the area-weighted PCI value for all Immokalee Regional Airport pavements in 2020 may remain near 84. The airport manager should realize that what is most important is that the pavement repair work (preventative and major M&R) that has been identified for Immokalee Regional Airport is conducted at some point in the 10-year plan. vii Packet Page-1979- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 1. INTRODUCTION The State of Florida has more than 100 public airports that are vital to the Florida economy as well as the economy of the United States. There are millions of square yards of pavement for the runways, taxiways, aprons and other areas of these airports that support aircraft operations. The timely and proper maintenance and rehabilitation (M&R) of these pavements allows the airports to operate efficiently, economically and without excessive down time. In order to support the planning, scheduling, and design of the M&R activities based on pavement evaluation and pavement management performance trends, the Florida Department of Transportation (FDOT) Aviation Office implemented the Statewide Airfield Pavement Management Program(SAPMP) in 1992. In 2010, the FDOT Aviation Office selected a Consultant team consisting of Kimley-Horn and Associates and their Subconsultants, MACTEC Engineering and Consulting and All About Pavements, Inc., to provide services in support of FDOT in the continuing evaluation and updating of the existing SAPMP to be completed over fiscal years 2011 and 2012. This report discusses the work performed, a summary of the findings, results, and recommendations for M&R planning associated with the update to the SAPMP. It also describes the procedures used to ensure that the appropriate engineering and scientific standards of care, quality, budget, and schedule requirements are implemented during the performance of the SAPMP. 1.1 Purpose This Florida Airport Pavement Evaluation Report is intended to: • Describe, briefly, the SAPMP and the roles and responsibilities of the program's participants; • Provide background information on pavement management principles, objectives, and benefits to this airport; • Outline the procedures used to collect, evaluate and report pavement inspection results at this airport; • Present the findings from the pavement inspection; • Analyze and discuss the needs for Maintenance and Rehabilitation (M&R) activities and associated costs for this airport. 1.2 FDOT Statewide Airfield Pavement Management Program In 1992, the FDOT implemented the SAPMP to improve the knowledge of pavement conditions at public airports in the State system, identify maintenance needs at individual airports, automate information management, and establish standards to address future needs. The 1992 SAPMP provided valuable information for establishing and performing pavement M&R. In 1992/1993, and 1998/1999, the FDOT Aviation Office participated in the development of a proprietary software pavement management system and developed and populated a pavement management database that provided valuable information for establishing M&R policies, estimating M&R costs, and developing recommendations for performing routine pavement maintenance. This system, AIRPAV, was implemented, and initial condition surveys were 1 Packet Page-1980- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 performed in 1992 and 1993. The SAPMP was updated with additional surveys in 1998 and 1999. In 2004, the FDOT Aviation Office undertook a project to update the pavement management system software utilized for the SAPMP. This project involved a review of the AIRPAV software and other available pavement management system software. As a result of this review, MicroPAVER was selected as the software for the update project. Data from the 1998/1999 condition surveys were converted to the MicroPAVER system, and the inventory of the pavement systems and drawings of the pavements were updated to reflect maintenance, rehabilitation, and construction activities since 1998/1999. The pavements were inspected between 2006 and 2008, and an updated M&R program was developed based on the new condition of the airfield pavements. As part of the update, procedures for the inspection and collection of pavement data were developed, and a website (www.floridaairportpavement.com) was created for the input of data under secure procedures. Currently, airports using the AIP Grant Program are required by the Federal Aviation Administration (FAA) to develop a pavement maintenance program (FAA/AC 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements") using trained personnel to perform a detailed inspection of airfield pavements. The inspections are required to be performed at least once a year or every 3 years if pavement inspection is characterized in the form of a Pavement Condition Index (PCI) survey (such as ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys", (2004 edition)). The 2004 edition was utilized in lieu of the 2010 edition to maintain database integrity and benefit of pavement performance curves from the previous inspections. Auk In 2010, the FDOT Aviation Office selected a team consisting of the Consultant and their Subconsultants to provided services in support of FDOT in the continuing evaluation and updating of the existing SAPMP to be completed over fiscal years 2011 and 2012. 1.3 Organization 1.3.1 Aviation Office Program Manager Role The Aviation Office Airport Engineering Manager serves as the Aviation Office Program Manager(AO-PM) monitoring the work of the Consultant. The AO-PM has review and approval authority for each program task and also manages the day-to-day details of the SAPMP and the updates. 1.3.2 Consultant Role The Consultant (Kimley-Horn and Associates, Inc.) and their Subconsultants (MACTEC Engineering and Consulting and All About Pavements, Inc.)provide technical and administrative assistance to the AO-PM during the execution of this program, which involves the continuing evaluation of airport pavements and updating of the SAPMP based upon procedures outlined in FAA Advisory Circular 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements" and ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys" (2004). 2 Packet Page -1981- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 1.3.3 Airport Role The airports are the ultimate client for each of the field inspections and reports. Individual airports will be provided final deliverables prepared by the Consultant that have been reviewed and approved by the AO-PM. The airport should provide a current Airport Layout Plan (ALP)to the Consultant and, if they participated in the previous SAPMP update, indicate any construction activity that has been performed since the previous inspections. 1.4 Pavement Types and Pavement Management 1.4.1 Pavement basics A pavement is a prepared surface designed to provide a continuous smooth ride at a certain speed and to support an estimated amount of traffic for a certain number of years. Pavements are constructed of a combination of subgrade soils, subbases, bases and surfacing. There are mainly two types of pavements; • Flexible pavement, composed of an asphalt concrete (AC) surface, and • Rigid pavement composed of a Portland Cement Concrete (PCC) surface. Both pavement types use a combination of layered materials and thicknesses in order to support the traffic loads and protect the underlying natural subgrade soil. Flexible pavements (AC) dissipate the load from layer to layer until the load magnitude is small enough to be supported by the subgrade soil. In rigid pavements (PCC), the Portland Cement Concrete supports most of the load, and the base or subbase layer is mainly constructed to provide a smooth and continuous platform for the construction of the concrete surface. A small percentage of the airport pavements in Florida are composed of asphalt concrete surface over Portland Cement Concrete (APC). This pavement type is known as "composite"pavement. Due to the different nature of the pavement types and their materials, flexible and rigid pavements have different distresses and failure mechanisms. Understanding the mechanics and failure modes of both pavement types will assist engineers in making adequate and long lasting repairs or rehabilitation to the pavement structures. 1.4.2 Pavement Management System Concept The SAPMP utilized a Pavement Management System (PMS) to develop the M&R recommendations discussed in this report. A PMS is a tool to assist engineers, planners and managing agencies in making decisions when planning pavement M&R. The management of pavements involves scheduling pavement maintenance and rehabilitation before pavements deteriorate to a condition where reconstruction (the most expensive alternative) is the only solution. Figure 1-1 below, taken from FAA/AC 5380-7A "Airport Pavement Management Program", illustrates how a pavement generally deteriorates and the relative cost of rehabilitation at various times throughout its life. Note that during the first 75 percent of a pavement's life, it performs relatively well. After that, however, it begins to deteriorate rapidly. The number of years a pavement stays in "good" condition depends on how well it is maintained. As the illustration demonstrates, the cost of maintaining the pavement above a critical condition before rapid deterioration occurs is much less compared to maintaining pavements after substantial deterioration has occurred. 3 Packet Page-1982- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Figure 1-1: Pavement Life Cycle GOOD SATISFACTORY- $1.00 FOR FAIR- REHABILIATION HERE POOR SIGNIFICANT DROP VERY POOR - IN CONDITION WILL COST $7.00 TO$10.00* HERE SERIOUS SMALL%OF PAVEMENT LIFE FAILED , TIME Source:FAA/AC 150/5380-7A `Airport Pavement Management Program" *Modified to reflect current construction costs. Pavements deteriorate at an accelerated rate with increasing traffic and limited M&R resources. Planned maintenance and rehabilitation, essentially preventing pavements from reaching deteriorated conditions, helps managers/owners/agencies maximize the use of their budgets and prolong the life of the pavements. A PMS provides a tool to schedule and plan maintenance and rehabilitation based on engineering information and existing and predicted conditions of pavements. There are several components or elements that are essential to a PMS. The first steps in the implementation of a PMS are to know and clearly identify what needs to be managed, the limits of the managing agency's responsibilities and the condition of the existing pavements. Once the cause and the extent of pavement problems are known, the appropriate maintenance and/or rehabilitation can be planned. By using local unit costs and expected yearly budgets, a multi- year M&R plan can be determined. 1.4.3 Pavement Inspection Methodology for the SAPMP Pavement condition assessment is one of the primary decision variables in any airport PMS. Pavement condition assessments generally include visual surveys in accordance with ASTM D 5340, "Standard Test Method for Airport Pavement Condition Index Surveys" and structural evaluation. Pavement condition surveys assess the functional condition of the pavement surface. Typically, most problems within a pavement structure will eventually reflect to the pavement surface. The structural condition and relative support of the pavement layers can be assessed utilizing non-destructive deflection testing (NDT) as well as other in-depth engineering evaluation or sampling and testing methods. 4 Packet Page-1983- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 For the Statewide Aviation Pavement Management Program update, only visual surveys were performed. Further structural and geotechnical testing should be conducted to determine the appropriate rehabilitation methods during the design process. In preparation of the PCI surveys, the airfield pavements are divided into sample units as established in FAA AC 150/5380-6B and ASTM D 5340. Further discussion of how the airport pavements are divided and subdivided into units by construction and use can be found in Section 2 "Network Definition and Pavement Inventory" of this report. Sample unit sizes are approximately 5000 ± 2000 square feet for AC-surfaced pavements and 20 ± 8 slabs for PCC-surfaced pavements. Prior to conducting the field inspections, the sampling plan was developed based on previous sampling and modified based on the available knowledge of Branches, Sections, use patterns, construction types and history. The sampling rate used for the FDOT Statewide Airfield Pavement Management Program is provided in Table 1-1 below. Table 1-1: Sampling Rate for FDOT Condition Surveys AC Pavements PCC Pavements N n n Runway Others N Runway I Others 1-4 1 1 1-3 1 1 5-10 2 1 4-6 2 1 11-15 3 2 7-10 3 2 16-30 5 3 11-15 4 2 31-40 7 4 16-20 5 3 41-50 8 5 21-30 7 3 >51 20%but<20 10%but<10 31-40 8 4 41-50 10 5 >51 20%but<20 10%but<10 Where N= total number of sample units in Section n = number of sample units to inspect The sample units to inspect are determined by a systematic random sampling technique. This means that the locations are determined such that they are distributed evenly throughout the Section. In the case when nonrepresentive distresses are observed in the field, additional sample units were added. The distress quantities and severity levels from the sample units are used to compute the PCI value for each Section. PCI values range from 0 to 100. As Figure 1-2 below indicates, MicroPAVER provides a rating scale that relates PCI to pavement condition. A PCI between 0 and 10 is considered `Failed' pavement, and a PCI between 86 and 100 is considered `Good' pavement,with five other conditions for PCI values between 11 and 85. 5 Packet Page-1984- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 fir.. Figure 1-2: PCI Rating Scale ._. PCI Condition Rating 86— 100 Good 71 —85 Satisfactory 56—70 Fair .f b Jh4 � 1 —55 Poor 26—40 Very Poor 11 —25 Serious 0— 10 Failed 1.5 Definitions Aviation Office - The Aviation Office is charged with responsibility for promoting the safe development of aviation to serve the people of the State of Florida. The Aviation Office Program Manager(AO-PM)has review and approval authority for each program task of the SAPMP. Base Course - Base Course is a layer of manufactured material, usually crushed rock (aggregate) or stabilized material (asphalt or concrete or Florida Limerock), immediately beneath the surface course of a pavement, which provides support to the surface course. Branch - A Branch designates pavements that have common usage and functionality, such as an entire runway, taxiway, or apron. Branch ID - A short form identification for the pavement Branch. In this report, Branch includes the common designation for the item e.g. RW 18-36. Category - The Category classifies the airport according to the type and volume of aircraft traffic, as follows: • GA—for general aviation or community airports; • RL—for regional relievers or small hubs; • PR—for primary (certified under Part 139 requirements). Critical PCI - The PCI value considered to be the threshold for M&R decisions. PCI above the Critical generate economical activities expected to preserve and prolong acceptable condition. M&R for PCI values less than Critical make sense only for reasons of safety or to maintain a pavement in operable condition. A pavement section is expected to deteriorate very quickly once it reaches the Critical PCI and the unit cost of repair increases significantly. Distress Type - A distress type is a defined visible defect in pavement evidenced by cracking, vertical displacement or deterioration of material. In PCI technology, 16 distinct distress types for asphalt surfaced and 15 for Portland Cement Concrete surfaced pavements have been described and rated according to the impact their presence has on pavement condition. Melir 6 Packet Page-1985- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Florida DOT (FDOT) - Florida Department of Transportation was represented in this project by the Office of Aviation. Global M&R- Global M&R is defined as activities applied to entire pavement Sections with the primary objective of slowing the rate of deterioration. These activities are primary for asphalt surfaced pavements, e.g. surface treatments. Localized M&R (Maintenance and Repair) - Localized M&R is a temporizing activity performed on existing pavement to extend its serviceability and/or to improve rideability. Localized M&R can be applied either as a safety (stop-gap) measure or preventive measure. Common localized maintenance methods include crack sealing,joint sealing, and patching. Major M&R (e.g. Rehabilitation) - Activities performed over the entire area of a pavement Section that are intended to restore and/or maintain serviceability. This includes asphalt overlays, milling and replacing asphalt pavement, reconstruction with asphalt, reconstruction with Portland Cement Concrete (PCC)pavements, and PCC overlays. MicroPAVER - A commercially available software subsidized by FAA and agencies in the US Department of Defense developed to support engineered management of pavement assets using a condition based approach. This software has the functionality such that, if properly implemented, maintained, and operated, it meets the pavement management program requirements described by the FAA in Advisory Circular 150/5380-7A. Minimum Condition Level - A threshold PCI value established by FDOT to represent the targeted minimum pavement condition that is desirable in the Florida Airport System. These values were established with consideration of pavement function and airport type. For instance, runways have higher minimum condition levels than aprons, and Primary airports have higher minimum condition levels than General Aviation airports. Network Definition - A Network Definition is a Computer-Aided Drafting & Design (CADD) drawing which shows the airport pavement outline with Branch and Section boundaries. This drawing also includes the PCI sample units and is used to identify those sample units to be surveyed, i.e. the sampling plan. The Network Definition for the airport is in Appendix A along with a table of inventory data. Pavement Condition Index (PCI) - The Pavement Condition Index is a number which represents the condition of a pavement segment at a specific point in time. It is based on visual identification and measurement of specific distress types commonly found in pavement which has been in service for a period of time. The definitions and procedures for determining the PCI are found in ASTM D 5340,published by ASTM International. Pavement Evaluation - A systematic approach undertaken by trained and experienced personnel intended for determination of the condition, serviceability, and best corrective action for pavement. Techniques to standardize pavement evaluation include the Pavement Condition Index procedures. Pavement Management System (PMS) - A Pavement Management System is a broad function that uses pavement evaluation and pavement performance trends as a basis for planning, programming, financing, and maintaining a pavement system. 7 Packet Page -1986- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Pavement Surface Type - The surface of pavement is identified as one of four types: • AC—for asphalt surface pavements; • PCC—for Portland Cement Concrete pavements; • AAC — for asphalt surface pavements that have had an asphalt overlay at some point in their construction history; • APC — for composite pavements, which consist of asphalt over Portland Cement Concrete pavement. • PAC — for composite pavements, which consist of Portland Cement Concrete over asphalt pavement. Rank - Pavement rank in MicroPAVER determines the priority to be assigned to a pavement Section when developing an M&R plan. Pavement Sections are ranked as follows according to their use: • P — for Primary pavements, such as primary runways, primary taxiways, and primary aprons; • S — or Secondary pavements, such as secondary runways, secondary taxiways, and secondary aprons; • T—for Tertiary pavements such as "T"hangars and slightly used aprons. Reconstruction- Reconstruction includes removal of existing pavement, preparation of subgrade, and construction of new pavement with new or recycled materials. Reconstruction is indicated when distress types evident at the surface indicate failure in the pavement structure or subgrade of a type, and to an extent, not correctable by less extensive construction. Rehabilitation - Rehabilitation represents construction using existing pavement for a foundation. Rehabilitation most commonly consists of an overlay of existing pavement with a new asphalt or concrete surface. Recently, technology has expanded the options to include recycling of existing pavement and incorporating engineering fabrics or thin layers of elasticized materials to retard reflection of distress types through the new surface. Sample Unit - Uniformly sized portions of a Section as defined in ASTM D 5340. Sample units are a means to reduce the total amount of pavement actually surveyed using statistics to select and survey enough area to provide a representative measure of Section PCI. Sample Unit sizes are 5,000 ± 2,000 square feet for AC-surfaced pavements and 20 ± 8 slabs for PCC-surfaced pavements. Section - Sections subdivide Branches into portions of similar pavement. Sections are prescribed by pavement structure, age, condition, and use. Sections are identified on the airport Network Definition. They are the smallest unit used for determining M&R requirements based on condition. Section ID - A short form identification for the pavement Section that maintains the original AirPAV identification where 100 series through 3000 series Sections are taxiways, 4000 and 5000 series Sections are aprons (the 5000 series represent run-up aprons and turnarounds), and 6000 series Sections are runways. Statewide Airfield Pavement Management Program (SAPMP) — The Statewide Airfield Pavement Management Program is a program implemented in 1992 by the Florida Department of Transportation to plan, schedule, and design the maintenance and rehabilitation activities 8 Packet Page-1987- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 necessary for the airfield pavement on Florida's public airports to allow the airports to operate efficiently, economically, and without excessive down time. System Inventory - A System Inventory is a Computer-Aided Drafting & Design (CADD) drawing which shows the airport pavement outline and identifies airfield construction activities since the last inspection. The System Inventory for the airport is included in Appendix A. Use - In MicroPAVER, Use is the teen for the function of the pavement area. This is either Runway, Taxiway, or Apron for purposes of the FDOT Statewide Aviation Pavement Management System. 9 Packet Page-1988- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 2. NETWORK DEFINITION AND PAVEMENT INVENTORY Immokalee Regional Airport (IMM), consists of two runways; RW 18-36, which is 150-ft wide by 5,000-ft long and RW 9-27, which is 150-ft wide by 5,000-ft long. Inactive RW 4-22 is currently fenced off from the rest of the airfield and being used as a drag strip. Taxiways Alpha and Bravo are each 50-ft wide and are used to direct traffic to and from the active runways. Currently the airport has multiple T-Hangar facilities located on the south east side of the airport and tie-down spaces located throughout the apron. The runways are mostly constructed out of Asphalt Concrete pavement with exception to 300-ft sections of Portland Cement Concrete located at each end of all of the runways. All of the pavement throughout the taxiways, hangars and apron is constructed out of Asphalt Concrete pavement. It is important to note that the aforementioned runway data in addition to the remaining airfield pavement facilities geometric dimensions may vary slightly from the geometry used in the condition and M&R analysis based on field measurements. Established as Immokalee Army Airfield and activated in 1942, Immokalee Regional Airport was assigned to the US Army Air Forces East Coast Training Center. IMM was an auxiliary to Hendricks Army Airfield and was an AAF Specialized Pilot Training School. With the drawdown to the pilot training program in 1944, the airfield was transferred to the Third Air Force. Immokalee Regional Airport was turned over to the Army Corps of Engineers in 1945 and eventually discharged to the War Assets Administration. From there Immokalee Regional Airport became a civil which is currently owned and operated by Collier County. This airport is designated as a General Aviation airport and is located in District 1 of the Florida Department of Transportation. 2.1 Network Definition The pavements within the network are defined in MicroPAVER in terms of manageable units that help to organize the data into similar groups. An organizational hierarchy is used to establish these units. 2.1.1 Branch Section Identification The airport pavement network is subdivided into separate Branches (runways, taxiways, or aprons) that have distinctly different uses. Branches are then further divided into Sections with similar pavement construction and performance that may share other common attributes. Sections are manageable units used to organize the data collection and are treated individually during the rehabilitation planning stage. A pavement rank, consisting of primary, secondary, and tertiary levels, is assigned to each Section based on their level and type of use. The pavement rankings that were designated for each Section in the previous SAPMP update were again used for this update. As discussed in Section 1.4.3 "Pavement Inspection Methodology for the SAPMP", the sections are sub-divided into sample units, which are the smallest subdivision in a pavement network, only for the purpose of conducting the pavement condition survey. 10 Packet Page-1989- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 2.1.2 System Inventory and Network Definition Update The System Inventory and Network Definition drawings are used to identify changes in the network since the most recent update from the 2006/2008 inspections and also to plan the field inspection activities for the 2011 survey. Prior to the field inspection process, the System Inventory drawing was updated from the previous inspection with notes indicating recent construction projects on the various Sections of pavement throughout the airfield. This System Inventory drawing is used to update the Network Definition drawing. The Network Definition drawing shows the airport pavement outline with Branch and Section boundaries. This drawing also includes the PCI sample units and is used to identify those sample units to be surveyed, i.e. the sampling plan. The previous airport configuration and history was compared with the current airport configuration, and the existing network branch, section and sample unit designations were revised to match the current configuration. This drawing serves not only as a primary guide for the airfield inspectors but also as an important historical record. The updated System Inventory and Network Definition drawings for Immokalee Regional Airport are provided in Appendix A. Table 2-1 below lists the recent construction projects at the airport. Table 2-1: Construction Since Last Inspection & Anticipated Construction Activity Construction Location Work Type/Pavement Section Year 2006 Apron Expansion 2006 Taxiway Charlie Pavement Rehabilitation 2.2 Pavement Inventory The detailed pavement inventory was updated to reflect the network definition update and field inspection results. The total airfield pavement area in 2011 at Immokalee Regional Airport is 2,593,597 square feet. The breakdown of pavement area for each pavement use is provided in Table 2-2. Table 2-2: Pavement Area by Pavement Use Use Area (ft2) % of Total Area Runway 1,522,000 59% Taxiway 824,018 32% Apron 247,579 10% All(Weighted) 2,593,597 100% 11 Packet Page -1990- 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Figure 2-1 presents the breakdown of the pavement area at Immokalee Regional Airport by surface type. Figure 2-1: Pavement Area by Surface Type 10% •AC-Asphalt Concrete Pavement ❑PCC-Portland Cement Concrete 90% Details of pavement Branch and Section information including Branch name (which indicates pavement use), Branch ID, Section ID, section area, rank, surface type, last construction date, number of samples inspected, and number of samples in each Section are given in Table 2-3 below. A more detailed Pavement Inventory Table may be found in Appendix A of this report. 12 Packet Page -1991- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report-Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 2-3: Branch and Section Inventory Last Total Branch Name Branch ID Section True Section Surface Const. Samples Total ID Area(ftz) Rank Type Samples Date Inspected Apron to Hangars AP HANG 4405 22,500 P AC 1/1/1998 1 4 Apron Run-up RW 36 AP RU RW36 4305 8,000 P AC 1/1/1998 1 1 Apron Run-up RW 36 AP RU RW36 4310 6,309 P AC 1/1/2001 0 1 Apron Run-up RW 36 AP RU RW36 4315 18,752 N AC 1/1/2002 1 1 South Apron and Fueling Ramps AP S 4205 28,000 P AC 1/1/1997 1 5 South Apron and Fueling Ramps AP S 4210 63,618 P AC 1/1/1998 2 5 South Apron and Fueling Ramps AP S 4215 54,400 P AC 7/31/2007 0 11 South Apron and Fueling Ramps AP S 4220 36,000 P AC 7/31/2007 0 7 Crop Apron CROP AP 4105 10,000 P AC 1/1/1987 1 2 Runway 18-36 RW 18-36 6105 30,000 P PCC 1/1/1942 2 6 Runway 18-36 RW 18-36 6110 15,000 P PCC 1/1/1942 1 3 Runway 18-36 RW 18-36 6115 422,500 P AC 1/1/1942 17 106 Runway 18-36 RW 18-36 6120 211,250 P AC 1/1/1942 8 53 Runway 18-36 RW 18-36 6125 30,000 P PCC 1/1/1942 2 6 Dunway 18-36 RW 18-36 6130 15,000 P PCC 1/1/1942 1 3 .nway 4-22 RW 4-22 6305 15,000 S PCC 1/1/1942 1 1 Runway 4-22 RW 4-22 6310 35,000 S PCC 1/1/1942 2 3 Runway 4-22 RW 4-22 6325 35,000 S PCC 1/1/1942 2 3 Runway 4-22 RW 4-22 6330 15,000 S PCC 1/1/1942 1 1 Runway 9-27 RW 9-27 6205 15,000 S PCC 1/1/1942 1 3 Runway 9-27 RW 9-27 6210 7,500 S PCC 1/1/1942 1 1 Runway 9-27 RW 9-27 6215 420,500 S AC 1/1/1942 17 105 Runway 9-27 RW 9-27 6220 210,250 S AC 1/1/1942 8 53 Runway 9-27 RW 9-27 6225 30,000 S PCC 1/1/1942 2 6 Runway 9-27 RW 9-27 6230 15,000 S PCC 1/1/1942 1 3 Taxiway Alpha TWA 205 277,550 P AC 1/1/1942 6 69 Taxiway Alpha 1 TWA 210 23,450 P AC 1/1/1942 1 6 Taxiway Alpha 2 TWA 220 23,450 P AC 1/1/1942 1 6 Taxiway Bravo TW B 105 117,050 P AC 1/1/1942 4 29 Taxiway Bravo TW B 110 132,650 P AC 1/1/1942 4 33 Taxiway Bravo TW B 115 10,000 P AC 1/1/1942 1 3 Taxiway Bravo 1 TW B1 405 33,000 P AC 1/1/1942 2 4 Taxiway Bravo 1 TW B1 410 69,493 P AC 1/1/1942 1 1 Taxiway Charlie TW C 310 56,000 S AC 1/1/1998 2 14 13 Packet Page -1992- 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 2-3: Branch and Section Inventory (Continued) Last Total Branch Name Branch ID Section True 2 Section Surface Const. Samples Total ID Area(ft ) Rank Type Samples Date Inspected Taxiway Charlie TW C 315 49,875 S AC 1/1/2007 3 18 Taxiway to Crop Apron TW TO AP 305 31,500 T AC 1/1/1987 2 8 Note:If a new construction,then survey date=last construction date and PCI is set to 100 by MicroPAVER. Sections not surveyed due to reasons such as re-sectioning,no escort,not accessible at the time of survey. Section 4310 was not inspected due to obstruction. 14 Packet Page-1993- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 3. PAVEMENT CONDITION Pavement conditions were inspected in accordance with the methods outlined in FAA AC 150/5380-6B and ASTM D 5340-04 "Standard Practice for Airport Pavement Condition Index Surveys." These procedures define distress type, severity and quantity for sampling areas within each section to determine the Pavement Condition Index(PCI). 3.1 Inspection Methodology A PCI survey is performed by measuring the amount and severity of pavement distresses, which are caused by traffic load, climate, and other factors, observed within a sample unit. This data is imported into MicroPAVER, which calculates PCI values for the pavement sections. Tables 3-1 and 3-2 below list the pavement distress types and related causes for asphalt concrete (AC) and Portland Cement Concrete (PCC), respectively. Table 3-1: Pavement Distresses for Asphalt Concrete Surfaces Code Distress Mechanism 41 Alligator Cracking Load 42 Bleeding Construction Quality/Mix Design 43 Block Cracking Climate/Age 44 Corrugation Load/Construction Quality 45 Depression Subgrade Quality 46 Jet Blast Aircraft 47 Joint Reflection-Cracking Climate/Prior Pavement 48 Longitudinal/Transverse Cracking Climate/Age 49 Oil Spillage Aircraft/Vehicle 50 Patching Utility/Pavement Repair • 51 Polished Aggregate Load 52 Weathering/Raveling Climate/Load 53 Rutting Load 54 Shoving Pavement Growth 55 Slippage Cracking Load/Pavement Bond 56 Swelling Climate/Subgrade Quality Source: U.S. Army CERL, FDOT Airfield Inspection Reference Manual 15 Packet Page-1994- 9/25/2012 Item 14.A.1. Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 3-2: Pavement Distresses for Portland Cement Concrete Surfaces Code Distress Mechanism 61 Blow-up Climate 62 Corner Break Load 63 Linear Cracking Load 64 Durability Cracking Climate 65 Joint Seal Damage Climate 66 Small Patch Pavement Repair 67 Large Patch/Utility Cut Utility/Pavement Repair 68 Popout Climate 69 Pumping Load 70 Scaling/Crazing Construction Quality 71 Faulting Subgrade Quality 72 Shattered Slab Load 73 Shrinkage Cracking Construction Quality/Load 74 Joint Spalling Load 75 Corner Spalling Load Source: U.S.Army CERL, FDOT Airfield Inspection Reference Manual Prior to conducting the inspections, Global Positioning System (GPS) coordinates were recorded using CADD at the centroid of each sample unit. The centroid is usually the geometric center of the area, but in cases where sample units are irregular in shape, this is the center of mass. These data are presented in a table on the updated Network Definition Map in Appendix A of this report. Pavement condition inspections at Immokalee Regional Airport were performed in March 2011. Data were recorded in the field in accordance with FAA Advisory Circular 150/5380-6B "Guidelines and Procedures for Maintenance of Airport Pavements" and ASTM D 5340 "Standard Test Method for Airport Pavement Condition Index Surveys" (2004). After the completion of data collection, the data was imported into MicroPAVER, and PCI values were calculated for the pavement sections. 3.2 Pavement Condition Index Results According to the 2011 survey, the overall area-weighted PCI at Immokalee Regional Airport is 36, representing a Very Poor overall network condition. Overall the airport exhibited pavement distresses associated with climate and age distresses. Asphalt Concrete pavement distresses include; weathering, raveling, longitudinal and transverse cracking, and block cracking distresses of which are common of pavements of similar age. The Portland Cement Concrete pavement also exhibited distresses associated with climate and age such as; corner breaks, LTD cracking,joint seal damage, scaling/map cracking, shrinkage cracks, joint and corner spalling. 16 Packet Page-1995- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 The Asphalt Concrete pavement on RW 9-27 exhibited low and medium severity block cracking along with medium severity weathering and raveling. Portland Cement Concrete pavement distresses were very similar throughout the airport and consisted of; corner breaks, LTD cracking, joint seal damage, scaling/map cracking, shrinkage cracks, joint and corner spalling. All of these distresses were typically of low to medium severity. RW 18-36 exhibited low and medium severity block cracking along with medium severity weathering and raveling. Low and medium severity longitudinal and transverse cracking was also observed throughout the runway pavement section. Taxiways Alpha and Bravo exhibited very similar distresses to the runways, with low and medium severity longitudinal and transverse cracking in addition to medium severity weathering and raveling. Block cracking with low and medium severity was also a very prevalent distress throughout the two main taxiways. Taxiway Charlie was recently reconstructed in 2006 and appeared to be in a good overall condition. Small amounts of low severity longitudinal cracking were observed along the pavement joints which is a common distress due to the pavement being the weakest at this location. A large portion of the apron pavement was recently reconstructed in 2006 and was not inspected due to its new condition. The recently constructed pavement section was assumed to have a PCI of 100. The remaining older pavement sections of the apron exhibited low severity longitudinal and transverse cracking with low severity weathering and raveling. Appendix B contains a table and a Condition Map which depicts the PCI results by Section, and Appendix C contains a table of PCI results by Branch. Appendix I includes detailed distress data generated by MicroPAVER for each inspected sample unit. Figure 3-1 provides the PCI distribution by rating category for Immokalee Regional Airport. 17 Packet Page-1996- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 ofrou Figure 3-1: Network PCI Distribution by Rating Category Good 10% Failed 1% Satisfactory 3°/0_ Serious 13% Fair 1% t}^ Very Poor 72% Figure 3-la: Condition Rating Summary Total Area Condition Rating Percent (ft2) Ask Good 253,084 10% Satisfactory 90,370 3% Fair 31,500 1% Poor 0 0% Very Poor 1,857,643 72% Serious 346,000 13% Failed 15,000 1% Approximately 13% of the network is in Good and Satisfactory condition while 14% of the network is in Serious and Failed condition. Table 3-3 illustrates the area-weighted PCI computed individually for each pavement use. 18 Packet Page-1997- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 3-3: Condition by Pavement Use Use Area-Weighted PCI Condition Rating Runway 28 Very Poor Taxiway 37 Very Poor Apron 86 Good All(Weighted) 36 Very Poor Figure 3-2 presents the breakdown of PCI by range for each pavement use. Figure 3-2: Percentage of Pavement Area within Each PCI Range by Pavement Use (a) Runway 9,6% 100% 90% 80% „/// 70% d 60% y _ t a 50% d• 40% 30% U 0% 0% ! % 1 0/0 0/o �-� 10% Pavement Condition Rating 0% •Good:86-100 I-Satisfactory:71-85 P Fair:56-70 r Poor:41-55 3 ❑Very Poor: 26-40 •Serious: 11-25 OFailed: 0-10 19 Packet Page -1998- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 (b) Taxiway 100% „../.0//:////:// 90% 80°%° 70% 4 47% y 60% 37% u C 50% fu E 40% Q ,u 30% 0% 0% 0% 20% S! a,(/:, , 10% � ' Pavem-ntCo.•' i. . :• '.g 0% ■Good:86-100 7 Satisfactory:71-85 —Fair:56-70 Poor.41-55 0 Very Poor: 26-40 ■Serious: 11-25 0 Failed:0-10 oolltaw 20 Packet Page-1999- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 (c) Apron loo°i° of% 059% so% 70% 09 60% 37% Ar Q40% 30% r . ,6 0% 0% 0% 0% 10"/0 Pavement Condition Rating 0% ®Good:86-100 --Satisfactory:71-85 Fair:56-70 w Poor:41-55 ❑Very Poor:26-40 ■Serious: 11-25 ❑Failed: 0-10 21 Packet Page-2000- 9/25/2012 Item 14.A.1. Pavement Evaluation Report-Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 4. PAVEMENT CONDITION PREDICTION Performance prediction models or deterioration curves for PCI were used to develop a condition forecast. The performance models were developed for combinations of variables such as pavement use (runway, taxiway or apron), surface type (AC or PCC) and airport category (GA, RL, or PR). Figure 4-1 illustrates the predicted performance of pavements at Immokalee Regional Airport based on current condition, age since last construction and the deterioration model appropriate for the type of pavement. The figure presents the forecast for each pavement use and displays the FDOT minimum service level for General Aviation (GA) airports. Figure 4-1: Predicted PCI by Pavement Use 100 90 80 75 73 72 R 2.• 69 .67 . 70 63 62— d 60 Runways .o 48 Taxiways 50 46 44 43 Apron r3 41 39 37 40 34 FDOT Minimum Service Level 32 30 29 z7 25 — • -75 Runways a23 21 19 — • -65 Taxiways 20 17 — • 14 12 -60 Aprons 10 0 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 Year Appendix D presents the tabular summary of the predicted Section PCI for each year from 2011 to 2020. 22 Packet Page -2001- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 5. MAINTENANCE POLICIES AND COSTS 5.1 Policies Maintenance and rehabilitation (M&R) policies are sets of rules used to develop repair recommendations for distresses encountered during the visual inspections. Maintenance refers to repair-type activities that are applied to specific distress types on the pavement. These activities are preventative and/or corrective in nature and are recommended to help achieve the performance goal. Table 5-1 provides the list of the maintenance activities used in MicroPAVER to treat specific distress types. MicroPAVER applies repairs to these distresses and adjusts the PCI based on specific rules. These repairs are used only in the first year of an analysis. Rehabilitation is warranted when the pavement condition decreases below a critical point such that the deterioration is extensive or the rate of deterioration is so great that routine maintenance is no longer cost-efficient. This critical point is called "Critical PCI." The critical PCI levels for different pavement and branch types established in the previous SAPMP update were used in this update for the development of the M&R plan for the airport. Sections above critical PCI levels receive routine maintenances while pavements predicted to deteriorate below their respective critical PCI level during the analysis period will be identified for Major M&R. Table 5-2 gives the critical PCI levels for General Aviation Airports. The maintenance rehabilitation policy and activity costs have been updated based on the study of readily available construction cost data at the time of this study. The costs depicted in this report are intended for planning purposes. 23 Packet Page -2002- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 5-1: Routine Maintenance Activities for Airfield Pavements ISurface Distress Severity* Work Type Code Work Unit Alligator Crack M, H Patching-AC Deep PA-AD SqFt Bleeding N/A No Localized M&R NONE N/A Block Crack M,H Crack Sealing—AC CS-AC SqFt Corrugation L,M,H Patching-AC Deep PA-AD SqFt Depression M,H Patching-AC Deep PA-AD SqFt Jet Blast N/A Patching-AC Deep PA-AD SqFt Joint Ref Crack M,H Crack Sealing—AC CS-AC Ft L&T Crack M,H Crack Sealing—AC CS-AC Ft AC Oil Spillage N/A Patching-AC Shallow PA-AS SqFt Patching M,H Patching-AC Deep PA-AD SqFt Polished Agg. N/A No Localized M&R NONE N/A Raveling and L Surface Sealing-Rejuvenating SS-RE SqFt Weathering M Surface Seal -Coal Tar SS-CT SqFt H Microsurfacing MI-AC SqFt Rutting M, H Patching-AC Deep PA-AD SqFt Shoving M,H Grinding(Localized) GR-LL SqFt Slippage Crack N/A Patching-AC Shallow PA-AS SqFt Swelling M, H Patching-AC Deep PA-AD SqFt Blow-Up L,M,H Patching-PCC Full Depth PA-PF SqFt Corner Break M,H Patching-PCC Full Depth PA-PF SqFt isikk Linear Crack M,H Crack Sealing—PCC CS-PC Ft Durability Crack H Slab Replacement—PCC SL-PC SqFt M Patching-PCC Full Depth PA-PF SqFt Jt. Seal Damage M,H Joint Seal(Localized) JS-LC Ft Small Patch M,H Patching-PCC Partial Depth PA-PP SqFt PCC Large Patch M,H Patching-PCC Full Depth PA-PF SqFt Popouts N/A No Localized M&R NONE N/A Pumping N/A No Localized M&R NONE N/A Scaling H Slab Replacement—PCC SL-PC SqFt Faulting M,H Grinding(Localized) GR-PP Ft Shattered Slab M,H Slab Replacement—PCC SL-PC SqFt Shrinkage Crack N/A No Localized M&R NONE N/A Joint Spall M, H Patching-PCC Partial Depth PA-PP SqFt Corner Spall M,H Patching-PCC Partial Depth PA-PP SqFt *L=Low,M=Medium, H=High 24 Packet Page -2003- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 5-2: Critical PCI for General Aviation Airports Use Critical PCI Runway 65 Taxiway 65 Apron 65 It should be noted that critical PCI is not the same as Minimum PCI or Minimum Condition. The Minimum PCI is a value set by the user so pavement sections are rehabilitated before they fall below the set minimum. Table 5-3 gives the targeted, or desired, Minimum PCI values for runways, taxiways, and aprons of General Aviation Airports. Table 5-3: FDOT Minimum Service Level PCI for General Aviation Airports Minimum PCI Runway Taxiway Apron 75 65 60 Typical Major M&R activities range from overlays to reconstruction. Based on the critical PCI values in Table 5-2 the PCI trigger range when the likely activity would be a mill and resurface was 40 to 79 and reconstruction at a PCI of 39 or lower. One important concept of pavement management systems is that it is cost effective to maintain pavements that are already in good condition rather than wait for them to get worse and require more expensive rehabilitation. Crack sealing and full-depth patching are the M&R activities recommended to repair pavements with PCI values between 80 and 90. MicroPAVER considers these as preventative M&R with their primary objective being to slow the rate of pavement deterioration. While the trigger PCI for mill and overlay has been set to 55, MicroPAVER also assigns mill and overlay to sections with a PCI greater than 55 if they exhibit some structural distress. Table 5-4 summarizes the M&R activities for General Aviation Airports based on PCI value. 25 Packet Page-2004- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 5-4: M&R Activities for General Aviation Airports Activity PCI Range Maintenance Crack Sealing and Full-Depth Patching 80 and 90 Mill and Overlay(AC)or 40 to 79 Rehabilitation Concrete Pavement Restoration(PCC) Reconstruction 39 and less 5.2 Unit Costs FDOT cost databases for airports and highway pavement maintenance and rehabilitation were updated from the previous SAPMP study based on current construction cost trends in order to determine meaningful costs for the program. Table 5-5 presents the unit costs summary. 5.3 M&R Activities FDOT recognizes that although Mill and Overlay work is recommended for asphalt pavements within a PCI range from 40 to 79, it is conceivable that airports may not have adequate funding to perform this type of rehabilitation. Microsurfacing treatment is a maintenance/rehabilitation measure that can be used in lieu of asphalt pavement mill and overlay; however it should be understood that this measure is intended for short term pavement life extension. While the cost of microsurfacing is significantly lower than that of pavement mill and overlay, it is not intended to be a full rehabilitative measure for long term benefit. 26 Packet Page-2005- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 5-5: Maintenance Unit Costs for FDOT Code Name Cost Unit GR-LL Grinding(Localized for AC) $2.10 SqFt PA-AL Patching—AC Leveling $2.30 SqFt PA-AS Patching—AC Shallow $2.90 SqFt PA-PF Patching—PCC Full Depth $38.11 SqFt PA-PP Patching—PCC Partial Depth $19.06 SqFt SL-PC Slab Replacement—PCC $39.11 SqFt CS-PC Crack Sealing—PCC $4.24 Ft UN-PC Undersealing—PCC $3.40 Ft CS-AC Crack Sealing—AC $2.25 Ft GR-PP Grinding(Localized for PCC) $22.51 Ft JS-LC Joint Seal(Localized) $2.00 Ft SH-LE Shoulder Leveling $2.81 Ft JS-SI Joint Seal—Silicon $2.81 Ft PA-AD Patching—AC Deep $4.90 SqFt OL-AT Overlay—AC Thin $2.80 SqFt SS-CT Surface Seal—Coal Tar $0.40 SqFt SS-FS Surface Seal—Fog Seal $0.40 SqFt SS-RE Surface Seal—Rejuvenating $0.40 SqFt ST-SB Surface Treatment—Single Bitum. $0.30 SqFt ST-SS Surface Treatment—Slurry Seal $0.55 SqFt ST-ST Surface Treatment—Sand Tar $0.28 SqFt MI-AC Microsurfacing-AC $0.65 SqFt The improvement in condition due to maintenance actions applied to specific distresses is only performed when an inspection was performed recently and only in the first year of the M&R analysis. In subsequent years, MicroPAVER calculates M&R costs based on expected unit costs for pavements in a range of PCIs. That is, for low PCI, it is expected that the repair would be significant(e.g. reconstruction) and therefore very costly. Using available unit cost data, the Major M&R Cost by Condition table was set up as shown in Table 5-6. The cost assigned to each range of PCI is based on a Transportation Cost Report provided by Office of Planning Policy of FDOT where the unit costs of reconstruction and resurfacing of airfield pavements were included. These costs were then assigned to the appropriate PCI range to arrive at a cost per square foot necessary to restore pavements at that PCI level to new condition, i.e. a PCI of 100. 27 Packet Page-2006- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 5-6: M&R Activities and Unit Costs by Condition for General Aviation Airports Activity PCI Trigger Cost/SqFt Maintenance Crack Sealing and Full-Depth Patching 90 $0.06 80 $0.24 70 $3.00 Mill and Overlay(AC)or 60 $3.42 Concrete Pavement Restoration(PCC) 50 $6.29 Rehabilitation 40 $6.29 Reconstruction 30 $13.62 20 $13.62 A 3% inflation rate per year was applied to the unit costs during the M&R analysis. Alow Alowe 28 Packet Page -2007- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 6. PAVEMENT REHABILITATION NEEDS ANALYSIS Maintenance and Rehabilitation (M&R) analyses were performed after the condition data were calculated and MicroPAVER was customized with the maintenance policies and cost settings described in the previous section. The objective of the M&R analysis is to observe the effect of different fiscal scenarios on the network condition, over a period of ten years, starting from 2011. The analysis was conducted using an unlimited budget. An unlimited budget allows all M&R needs to be identified along with the associated cost regardless of priority. Table 6-1 presents the M&R list of immediate needs for Major M&R, i.e. Year 1 of the forecast. The importance of this listing is that it points out the major activities triggered by the current condition of the pavements. 29 Packet Page-2008- 9/25/2012 Item 14.A.1. Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 Table 6-1: Summary of Immediate Major M&R Needs Section PCI PCI Project Section Surface Major M&R Year Branch Name ID Type Area Costs* Before M&R Activity After (ft ) M&R M&R 2011 Crop Apron 4105 AC 10,000 $70,230.01 39 Reconstruction 100 2011 Runway 18-36 6105 PCC 30,000 $408,600.13 27 Reconstruction 100 2011 Runway 18-36 6110 PCC 15,000 $204,300.07 30 Reconstruction 100 2011 Runway 18-36 6115 AC 422,500 $5,754,451.87 28 Reconstruction 100 2011 Runway 18-36 6120 AC 211,250 $2,877,225.93 29 Reconstruction 100 2011 Runway 18-36 6125 PCC 30,000 $408,600.13 17 Reconstruction 100 2011 Runway 18-36 6130 PCC 15,000 $204,300.07 23 Reconstruction 100 2011 Runway 4-22 6305 PCC 15,000 $138,330.04 36 Reconstruction 100 2011 Runway 4-22 6310 PCC 35,000 $348,425.09 35 Reconstruction 100 2011 Runway 4-22 6325 PCC 35,000 $476,700.15 30 Reconstruction 100 2011 Runway4-22 6330 PCC 15,000 $171,315.06 33 Reconstruction 100 2011 Runway 9-27 6205 PCC 15,000 $204,300.07 28 Reconstruction 100 2011 Runway 9-27 6210 PCC 7,500 $102,150.03 25 Reconstruction 100 2011 Runway 9-27 6215 AC 420,500 $5,727,211.86 28 Reconstruction 100 2011 Runway 9-27 6220 AC 210,250 $2,863,605.93 28 Reconstruction 100 2011 Runway 9-27 6225 PCC 30,000 $408,600.13 26 Reconstruction 100 ,,,. 2011 Runway 9-27 6230 PCC 15,000 $204,300.07 4 Reconstruction 100 2011 Taxiway Alpha 205 AC 277,550 $3,780,232.23 25 Reconstruction 100 2011 Taxiway Alpha 1 210 AC 23,450 $319,389.10 26 Reconstruction 100 2011 Taxiway Alpha 2 220 AC 23,450 $319,389.10 22 Reconstruction 100 2011 Taxiway Bravo 105 AC 117,050 $1,594,221.52 26 Reconstruction 100 2011 Taxiway Bravo 110 AC 132,650 $1,417,763.62 34 Reconstruction 100 2011 Taxiway Bravo 115 AC 10,000 $114,210.04 33 Reconstruction 100 2011 Taxiway Bravo 1 405 AC 33,000 $352,704.10 34 Reconstruction 100 2011 Taxiway Bravo 1 410 AC 69,493 $946,494.97 28 Reconstruction 100 Total $29,417,051.32 28 100 * Costs are adjusted for inflation. In addition to the immediate Major M&R needs, maintenance activities for pavement areas above critical PCI have been recommended by MicroPAVER for Year 1 and are shown in Table 6-2 below. The costs provided in Table 5-5 were used to calculate the costs associated with this work, which is intended to treat specific distress types. A more detailed table is provided in Appendix E. 30 Packet Page-2009- 1 4. O o v, O O� M , O ON V, - ON v, OA L .N. — N l0 N ..•a 00 ON O C 69 6R 69 F!j 6R 69 69 69 b9 69 6R 3 0 0 0 0 0 0 'n o O o v,c II v7 O, . V O ,a- N • '� d' N R U EA EA EA co EA EA EA EA EA EA EA C F i = w w w w w w y w w w w 0 Cn ci cr Cn Cn Cis Cn �" Cn v) Cl) P" t, 0 0 0 © i 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 The 10 year forecast results are shown in Figure 6-1, illustrating the effect on pavement condition (PCI) of doing no maintenance versus having unlimited funds and performing all M&R actions based on the policies. Figure 6-1: Budget Scenario Analysis 100 - 90 on 80 as 70 60 "A 50 40 — No M&R — M&R 30 - - U a 20 -- 10 - i 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 Year The following network level observations can be made from the figure above: • The PCI will deteriorate from 36 in 2011 to 21 in ten years if no M&R activities are performed. • The PCI will remain at or above 84 through the 10-year analysis period under the unlimited budget scenario. A 2020 PCI of 84 with this scenario is 63 PCI points higher than a "No M&R" scenario. The total cost for Major M&R over this 10-year period is about$29.7 million. 32 Packet Page-2011- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immo kalee Regional Airport Florida Statewide Pavement Management Program May 2011 7. MAINTENANCE AND REHABILITATION PLAN The M&R analysis results include activities that likely exceed a typical annual budget level. These activities would need to be evaluated for feasibility and desirability based on the airport's future plans. In an effort to identify appropriate budget levels, the 10 year M&R analysis was evaluated to determine levels needed to address several specific areas: preventive maintenance, major activities for pavements in poor condition (Major M&R for PCIs less than Critical), and activities that would be desirable to preserve good pavement conditions where they exist (Major M&R for PCI greater than or equal to Critical). Table 7-1 provides the summary results under the critical PCI unlimited funding scenario. Table 7-1: M&R Costs under Unlimited Funding Scenario Year Preventative Major M&R Total Year Cost 2011 $20,957.69 $29,417,051.31 $29,438,009.00 2012 $29,447.90 $0.00 $29,447.90 2013 $26,966.46 $86,921.18 $113,887.64 2014 $35,170.20 $0.00 $35,170.20 2015 $42,660.34 $0.00 $42,660.34 2016 $43,064.93 $171,691.73 $214,756.66 2017 $56,853.78 $0.00 $56,853.78 2018 $89,850.10 $0.00 $89,850.10 2019 $153,829.30 $0.00 $153,829.30 2020 $195,910.68 $0.00 $195,910.68 Total $694,711.38 $29,675,664.22 $30,370,375.60 Note: Costs are adjusted for inflation. Approximately 99% of the total Major M&R cost is required in the first year (2011). According to the 2011 inspections, the following pavement sections were in immediate need of Major M&R Activity: • Crop Apron - Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Runway 18-36 - Reconstruction of PCC pavement per the FAA P-501 Specification and Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Runway 4-22-Reconstruction of PCC pavement per the FAA P-501 Specification. • Runway 9-27 - Reconstruction of PCC pavement per the FAA P-501 Specification and Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Alpha - Asphalt Pavement reconstruction activity per the FAA P-401 Specification. 33 Packet Page -2012- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 • Taxiway Alpha 1 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Alpha 2 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Bravo — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Bravo 1 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. The unlimited budget scenario provides the basis for estimating the total repair cost. Appendix F provides details of M&R plan by year under the unlimited funding scenario, and the map of the 10-year M&R plan is provided in Appendix G. It is important to understand that the SAPMP is a network level tool and the M&R costs provided in this report are only for planning purposes. Aolow 34 Packet Page-2013- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 8. VISUAL AIDS 8.1 System Inventory and Network Definition Drawings The System Inventory and Network Definition CADD drawings, which show the airport pavement outline with Branch and Section boundaries and identify changes in the network pavement since the last inspection and the sampling plan, respectively, are included in Appendix A of this report. 8.2 Condition Map A Condition Map that has been prepared based on data linked to the airport's shape file is included in Appendix B. The Condition Map graphically show the inventory and condition of the airport via color coding shown on the shape file. The coding provides a visual representation that illustrates the PCIs for each pavement section. 8.3 10-Year M&R Map A 10-Year M&R Map that shows the summary of the M&R plan is attached in Appendix G. 8.4 Photographs Selected digital photographs taken during the pavement inspection are provided in Appendix H to provide visual support to special pavement conditions or distress observed during the inspection of the airport. 35 Packet Page-2014- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 oolow 9. RECOMMENDATIONS Pavement condition inspections were performed at Immokalee Regional Airport, and a 10-year M&R plan was developed based on the unlimited funding scenario. The following recommendations were made based on the 2011 condition inspection and M&R analysis results: • Crop Apron — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Runway 18-36 — Reconstruction of PCC pavement per the FAA P-501 Specification and Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Runway 4-22—Reconstruction of PCC pavement per the FAA P-501 Specification. • Runway 9-27 — Reconstruction of PCC pavement per the FAA P-501 Specification and Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Alpha — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Alpha 1 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. • Taxiway Alpha 2 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. ink Taxiway Asphalt Pavement reconstruction activity Y Bravo — halt p y per the FAA P-401 Specification. • Taxiway Bravo 1 — Asphalt Pavement reconstruction activity per the FAA P-401 Specification. Further evaluation of these features is necessary in order to develop repair plans and timing for future budgets since these needs cannot be addressed with typical annual expenditures. 36 Packet Page -2015- 9/25/2012 Item 14.A.1 . APPENDIX A NETWORK DEFINITION MAP SYSTEM INVENTORY MAP PAVEMENT INVENTORY TABLE WORK HISTORY REPORT Packet Page-2016- 11 i i3 q 15 n £££F£i F F 3 E 4££;3£4 4£££3££4 4 F F 3£4 F£o 3£3 4 3£s£££S 4 3 3££4 F£Z Z 4 3 3 e£££4 3 3££, i ii 447A U°K4K4g&M;x"'a&k&� 4`u"K W 4M"ixd�6��e°....,.,_....: ...:��9yv- 22222`Kvvddd ; 3 �➢ v .°. $LL ;;;; uu L ; i";;77,""7"7"7""7;7;;;;;;;;;1.7.7..7.7.7.7.7:.7.7.7.7.uu ce ezceee"eeeeecee ec e1y V,...:."",.xsaasaxRNUapa� a s Ri c A. xe88g 8882«885280"2522'8'888282ea m aess88822 228888888888?232 888885828828858 .S 4x 44x 4x4 ,, . 44x4444. 4444 44444444x4 44444mx4x4 NNWNNNNm4 e e a Y s sa 5 RRRZ a h=xaam„ " --- - a-r 8R ga e ! 5 e5 Y ig 8Y x8!, h5 azi. H a. . #"t " s g t5 u2iN 'l;q ' 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 I- £" 6666 66 6666"666 666 " 6666 666 " 6 x 4! . x.ti ggggSEegP-fs Effig.SEg B3rglgs�s°g.e5aaugAi 5sig5 fgYe$-, Wa i g. g.W QgQl G 5 m B n .. C M ::;:. i i Y S 2 1 G"1 S J C 9 'v 3 M E 8 2 C 1 w G E 5 s 5 a 2 n g� m d � `d' d ; d�� - C1 ®' a . IV - -- al al �I j CD AD'©E]pI a� ��i-446wg a NT3Nt3iiirig ga 30:-11-2 5� t15�a5j�231j gay a e q ig AlliN 5y5!� S yi. p�'J I . ��11 —1, d0l� I. lr 1 .li.AD e Nt.,N oh- -,, t,...-I�j i -:,,,n, „9.4).,„ E S V;eN , ;-1 BB ,b Iv)z ,.„ fi‘4,1„),,,i, °$g H e e""u 5:5 55" ,. a FA iF.Ez i 1 0, 8,ae. mes:,ee8c:.e4asse-.es=s W E.,5,5r7,g da aw,e, 44444444RRxxxxxx44RR4xxx44RR4 =t; ®: ' gee�p YWYS 8 xY 9 2t"es a 8 'll ;. , wR b 6 6 6 6 b 6 6 6 6 6 y �'� /\ � r iae$�A�asf8a$gisi �€ S���YB 1a�'eIs sY a9 P 3 Y ffi a E W r m .t e e a te e" 0 " a i PI �O H T Q F. imrz m SGH - ., 8 , u ;ill n 55g _rg Ig N� j> C. m gy r ez ° m m a m Icj m °-40 r — mm - ;m —°" Q N o o , 10 Fr ga m =m °_ m 8 a-1 d oa > p - X0 p a 4' r01 = m m= o r3a I a) 1 ri• 011 ro 1—% oo DcD c=:3 E I tg' (.3E o0 1;i1 g rTtr s9= 4wN am 2 51" 2 2z 1:42 Tc c'el 2.1'S CA C ,r "" — — tn V'1 N N M O - vo M �-r M M M — O M F 03 V7 cA y 6.w O O O co O co O co O O O O O O O O co O co O O O O CC y iii N N N N N N N N N N N N N N N N N N N N N N N 00 00 .0 00 00 00 00 00 00 00 00 00 00 00 0C 00 00 00 so-o- o0 oo o0 ▪ C. I� 00 00 00 00 00 00 00 00 00 00 00 00 00 00 W 00 00 00 00 00 00 00 �"'� �I N N N N N N N N N N N N N N N N N N N N N N N M M M M M M M M M . Men M M M M M M M 00 00 N N 00 N N N N N N N N N N N N N N N r., y O, O, O O O, Cr, ...sr" 00 00 7 7 �' 1- 7 7 7 et 7 CSC ...co D1 O, N N O, ON N N co, O, O, O, O, O, O, O, O, O1 O, O, O, O, • U M M cu G y et C. U U U U U U U U U U U C) U U U U U U U U U U C..) = F d d d d d d d d d n� a d d er oU., oU.. a a a a a d d CA o C MI a a Z a a a a a a. a a a a o va v v, v, v, v, Q cg O O O O O O O O O o O O y N O 0 N 1 O --oo O O O O O OO o O O O O O V7 O Co) O O , N N L L w O M N o O O O O O O O O O O O Q ...• N 0 O 0 `n N O V) M V1 N O O oo N en M CN M "" M � .-. N Cs y o o 0 0 0 0 0 O o 0 0 'CS co. N O VD 0000 N M co O O N O N O N N o O N O N O N = +le P. CIJ E en o 0 0 o �o 0 0 0 0 o N ° o 0 0 0 0 0 0 0 0 ° Q • Co. 0 v'� 00 o0 et --4 rt 00 0 0 0 N � 0 0 O v'> O O N � ,;;;„�;;,.,.. ^ � `� O, -. - -- N M — — M o 00 M `:J l0 M M \O -� M 1L1 F� 71- 00 1■1 1 C. O to O_ It V') co v'� co V'� O co V', O O V'n O O O V 0 M0 M M N N N N O O ---- --- N N M O • N M O --- —i N at 0 4 Z Z Z Z Z Z Z Z Z d d d < < < < < < < < < < ° ° ° ° ° °� ° ° ° 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a ¢ ¢ ¢ ¢ a a a a r ¢ ¢ ¢ ¢ ¢ x x x x x x x x x x o 64 o 14. Q 2 3 3 s0 VD 3 ¢ Vr \O \O Vr N N N N N N N N ° ¢ x x x to va cn v) 0. o0 00 00 00 00 00 ..et- 4 4 0, o, a, o, co z a 0 04 d d d ¢ °x 3 3 3 3 3 3 3 3 3 3 3 3 3 3 m d ¢ U x x x x x x x x x x x x x x¢ ¢ i r oo.) a a a a a 0 E E ct CO 8 a y M M M N 44 z 3 3 3 w w LL' o v ct r x x 0 0 0 0 I) ° C C. . Cl. co ca CO CO VD VD VD VD O O ',� = L. 0. L. M M M M M M N N N N 1� N N 1�03 0 ,. L' ,��, O O O O O 00 00 00 00 00 00 N N N N N N N N O 0 02 C O C O. O. a. II. s- d' O, O, O, O, 0 0 0 0 $ x a, a. a a 0 0 0 CO C 0 0 C 0 0 a C 0 0 0 C 0 0 - d d d d VI va U x x x x x x x x x x a; r:4 x c4 D H — 9 CC 's a �O M l0 \O N M M 7 ^'∎ DO cC O O O O O O O O O O O O O y ¢"'"' N N N N N N N N N N N N N C o0 oo oo cc o0 oo o0 oo 00 o0 00 00 00 .4 r�l Q N N N N N N N N N N N N N — -- -- 0 M M M M M M Mtn M M M M M ••* U a N N N N N N N N N N OO r r- r.+ y .■t 7 V' 7 7 d' 01 O 00 y p VI - +.+ 01 On 0 0 On O\ O■ o O, OA O O\ O V0 "4 U al - - - - - - - - - - - - - C) / O b d b O w d U U U U U U U U U U U U U y 1.1 H Lr L) ¢ ¢ ¢ ¢ ¢¢ ¢ ¢ ¢ ¢ ¢ 0 C/] O C +� rip a P. a 0. a a a a VD CA 3 b ° cu z M L" O O ° O O ° ° O O M O O O W ^ .+ O O O - kr) vl O v) O O O O r O • L L NO d - O O O oc vl ti O Fr i O M O I/) V N N M � M N > >, Um = o v, y ° 4. '+y ° N V') I V1 V") V') vl vl M M N O CI.) p 5 = = o C) N kr)~ 04 4., O O v') Q\ — kr) O O r— O N ' Q C y .�"..� MO 7 M O o 7 Ni O CIO a v') N N C) > C O Uv O A N M � (2.,„i ccl N O o 1 N N N N N — ,-. �-r Ch M M M y C ct `� = y 333333333333 3 o F� x E-, H E-- H H H H H H H H o 0 o• 'a b0 ,• U , o• , Ca N N _ N o..N _ ¢ ¢' ¢ 0A 0] Ca Cq W U U ¢ II 2 i c, c4 H F- H H H H H h F' H ,, r, o s cA o o: °O' at 3. CO Z a 0 a Ni 01 � � o zs C. 2 ) NO W Z ¢ c '' _ — N — — a) a o c4 C O cC o o O o o o , Ni Ct N C et N N C. CL o. co co co co co U 4)i N al,• o a o ¢ Q Q XI Oa G1 4 cq U U ° C cl 3• 3 . 3 3 3 3 3 3 3 3 3 3 • 2. C C x ',< 'x '> > X x k X x x O O co co co co co ca co co 03 co cC O N c4 x N H E- H H H H H H H H Z cr) > Wk History Report 9/25/2012 Item 14.A.1 . or Date:05/17/2011 rY eport 1 of 6 Pavement Database: Network: IMM Branch:AP HANG (APRON TO HANGARS) Section: 4405 Surface: AC L.C.D.: 01/01/1998 Use: APRON Rank:p Length: 900.00 Ft Width: 25.00 Ft True Area: 22.500.00 SaF Work Work Work Thickness Major .r Date . Code `" Description " ;LL. Cost (in): M8IR Comments 4, 01/01/1998" IMPORTED "BUILT '''' ,':.°' ; True 1998 AC PAVEMENT '`",#ar, Network: IMM Branch:AP RU RW36 (APRON RUN-UP RW 36) Section: 4305 Surface: AC L.C.D.: 01/01/1998 Use: APRON Rank:p Length: 150.00 Ft Width: 50.00 Ft True Area: 8.000.00 SaF Work Work t erW, ork. to,s ,_ Thickness Major C s 'Date: Code ' Description �� Cost in M&R omment - 01/01/1998. _ IMPORTED 'BUILT - * ';- True 1998 AC PAVEMENT '''-` Network: IMM Branch: AP RU RW36 (APRON RUN-UP RW 36) Section: 4310 Surface: AC L.C.D.: 01/01/2001 Use: APRON Rank:P Length: 80.00 Ft Width: 66.00 Ft True Area: 6.309.00 SaF Work Work Work, Thickness Major Date Code Description Cost (in) ° M&R Comments 01/01/2001 NC-AC New Construction'-AC y - $0 ` 0.00 True Network: IMM Branch:AP RU RW36 (APRON RUN-UP RW 36) Section: 4315 Surface: AC L.C.D.: 01/01/2002 Use: APRON Rank:N Length: 185.00 Ft Width: 86.00 Ft True Area: 18.752.00 SaF Work Work Work ` ' Thickness Major Date Code Description Cost (In) M&R Comments 01/01/2002 NC-AC New Construction-AC $0 0.00 True Network: IMM Branch:AP S (SOUTH APRON AND FUELING RAMPS) Section: 4205 Surface: AC L.C.D.: 01/01/1997 Use: APRON Rank:P Length: 140.00 Ft Width: 200.00 Ft True Area: 28.000.00 SaF Work. Work Work ickness' Major y Date Code Description Cost (In) M&R Comments 01/01/1997 IMPORTED BUILT True 1997 AC PAVEMENT',; Network: IMM Branch:AP S (SOUTH APRON AND FUELING RAMPS) Section: 4210 Surface: AC L.C.D.: 01/01/1998 Use: APRON Rank:p Length: 216.00 Ft Width: 355.00 Ft True Area: 63.618.00 SaF Work Work Work- ' Thickness Major "' 1 Date _ Code Description , Cost (jn)° M&R Comments , 01/01/1998 IMPORTED BUILT True 1998 AC PAVEMENT " Network: IMM Branch:AP S (SOUTH APRON AND FUELING RAMPS) Section: 4215 Surface: AC L.C.D.: 07/31/2007 Use: APRON Rank:p Length: 340.00 Ft Width: 160.00 Ft True Area: 54.400.00 SaF Work Work Work Thickness Major Date Code Description Cost (',In) M&R Comments ti 07/31/2007 INITIAL Initial Construction " $0 0.00 True I Network: IMM Branch:AP S (SOUTH APRON AND FUELING RAMPS) Section: 4220 Surface: AC L.C.D.: 07/31/2007 Use: APRON Rank:p Length: 180.00 Ft Width: 200.00 Ft True Area: 36.000.00 SaF Work Work Work Thickness Major Date Code Description Cost {in) M&R Comments 07/31/2007 INITIAL Initial Construction $0 0.00 True Network: IMM Branch:AP SW (SOUTHWEST APRON) Section: 4105 Surface: AC L.C.D.: 01/01/1987 Use: APRON Rank:P Length: 100.00 Ft Width: 100.00 Ft True Area: 10.000.00 SaF Work Work Work Thickness Major Date -' Code Description Cost (in) M&R Comments 01/01/1987 IMPORTED BUILT True ESTIMATE 1987 ACPAVEMENT Packet Page-2021- I 9/25/2012 Item 14.A.1 . Date:05/17/2011 Work History Report 2 of 6 Pavement Database: Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6105 Surface: PCC C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 300.00 Ft Width: 100.00 Ft True Area: 30.000.00 SaF Work Work L Work -s.,- kness� Major Cmnet8s Date b Code - Descripttoe Cost In _ M8R 01/0111942 IMPORTED BUILT °'',,A,==• S True 'STIM,4TE 1942 PCC Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6110 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 600.00 Ft Width: 25.00 Ft True Area: 15.000.00 SaF Work! Work Work 4,410,2,'",-,= Thickness Mai or ' Date; . Code `' ` Desct1pa4t- Costf In)' M&R otme#r#s ��ti 01/(71/1942' IMPORTED BUILT {. f ,` True ESTIMAT 1942 PCC Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6115 Surface: AC L.C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 4.225.00 Ft Width: 100.00 Ft True Area:422.500.00 SaF Work Work Work ,,- ' Thickness Major _ Date Code 1�' ' Descriptlon� Cost ((n) M&R comments 01/0111942 IMPORTED OVERLAY' ` 2.00 True ?PAVEMENT SECTION IS 2"AC ON 8" r. BASE? 01/01/1942 IMPORTED OVERLAY True E STIMATE 1942 AC PAVEMENT 01/01/1942 IMPORTED BUILT True 'EMULSION SEAL-RECENT SEAL- -:. REDUCES SEVERITY OF RAVELING Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6120 Surface: AC L.C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 8.450.00 Ft Width: 25.00 Ft True Area:211.250.00 SaF Work Work Work ... Thickness Major Date Code Descriptjon '. Cost (in) M&R Comments 01)01/1942 ' IMPORTED OVER True ESTIMATE 1942 AC PAVEMENT ^1/0111942, IMPORTED BUILT 2.00 True BASE/ 1"N i SECTION ION 1S 2"AC ON 8" BASE' " Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6125 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 300.00 Ft Width: 100.00 Ft True Area: 30.000.00 SaF Work' Work , Work Thickness Major Date! Code �% Oescr)ptlan Cost ('tn) M&R .Comments 6. True STIMATE'1942 PCC 01/01/1942 IMPORTED BUILT , ' '�7$°,'. Network: IMM Branch: RW 18-36 (RUNWAY 18-36) Section: 6130 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:P Length: 600.00 Ft Width: 25.00 Ft True Area: 15.000.00 SaF Work' Work Work Thickness= Major Description �°� Cost Comments Pt (rn) M&R �� ., 01/01/1942 IMPORTED BUILT True ESTIMATE 1942 PCC Network: IMM Branch: RW 4-22 (RUNWAY 4-22) Section: 6305 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 600.00 Ft Width: 25.00 Ft True Area: 15.000.00 SaF Work. Work Work Thickness Major. Dates Code Description Cost (in) . ` M&R Comments 01/01/1942 IMPORTED BUILT True ESTIMATE 1942 PCC Network: IMM Branch: RW 4-22 (RUNWAY 4-22) Section: 6310 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 350.00 Ft Width: 100.00 Ft True Area: 35.000.00 SaF Work Work Work. � � Thickness Major Date 'Code Description Cost `' (;In) M&R Comments 01/01/1942 IMPORTED BUILT' True ESTIMATE 1942 PCC Packet Page-2022- 9/25/2012 Item 14.A.1. Date:05/17/2011 Work History Report 3 of 6 Pavement Database: 1 Network: IMM Branch: RW 4-22 (RUNWAY4-22) Section: 6325 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 350.00 Ft Width: 100.00 Ft True Area: 35.000.00 SaF Work Work #t <, Work,`' rb ' Thickness. Mayor ; `, = r Date „ Code ,,k ,'.Description i1, Cost (in)= M Comments . 01/01/19421 ` IMPORTED BUILT",- ' . ,N • True ESTIMATE 1942 FCC a --, Network: IMM Branch: RW 4-22 (RUNWAY 4-22) Section: 6330 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 600.00 Ft Width: 25.00 Ft True Area: 15.000.00 SaF Work Work j Work Thickness Maier Date m #° Code ' 4 ,*s '�1..Description_., ,--j:-' Cost (In)°° M 8R ;,Comments v n $, 01/01/1942 IMPORTED BUILT ',. t- r"" , True ESTIMATE 1942 PCC <4-"r •t r Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6205 Surtace: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 150.00 Ft Width: 100.00 Ft True Area: 15.000.00 SaF Work Work ''. Work Thickness Major Date Code Description Cost (in) M&R Comments 01/01/1942 IMPORTED BUILT ,W True ESTIMATE 1942 PCC. ' Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6210 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 300.00 Ft Width: 25.00 Ft True Area: 7.500.00 SaF Work Work Work Thickness Major , Date Code Description Cost (In) M8R Comments 01/01/1942 IMPORTED BUILT True ESTIMATE 1942 PCC Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6215 Surface: AC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 4.205.00 Ft Width: 100.00 Ft True Area:4,20.500.00 SaF Work Work Work Thickness Major Date Code Description Cost (In) M8R Comments ifilli 01/01/1942 IMPORTED OVERLAY True =STIMATE1942ACPAVEMENT 01/01/1942 IMPORTED " BUILT - 2.00 True ?PAVEMENT SECTION IS 2 AC ON 8" SASE? 01/01/1942 IMPORTED OVERLAY True EMULSION SEAL-RECENT SEAL,- REDUCES SEVERITY OF RAVELING , _ RECORDED Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6220 Surface: AC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 8.410.00 Ft Width: 25.00 Ft True Area:210.250.00 SaF Work Work Work Thickness Major Date Code ` Description Cost ('in) M&R Comments 01/01/1942 IMPORTED ' BUILT 2.00 True ?PAVEMENT SECTION IS T'AC ON 8" 3ASE? 01/01/1942" IMPORTED , OVERLAY True ESTIMATE 1942 AC PAVEMENT Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6225 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 300.00 Ft Width: 100.00 Ft True Area: 30.000.00 SaF Work Work Work Thickness Major Date Code Description Cost ()n) M8R Comments° 01/01/1942 IMPORTED BUILT True STIMATE 1942 PCC PAVEMENT Network: IMM Branch: RW 9-27 (RUNWAY 9-27) Section: 6230 Surface: PCC L.C.D.: 01/01/1942 Use: RUNWAY Rank:S Length: 600.00 Ft Width: 25.00 Ft True Area: 15.000.00 SaF Work Work Work Thickness Major Date Code Description Cost (in) M&R Comments 01/01/1942 IMPORTED BUILT True ESTIMATE 1942 PCC PAVEMENT Packet Page-2023- 9/25/2012 Item 14.A.1 . Date:05/17/2011 Work History Report 4 of 6 Pavement Database: I Network: IMM Branch:TWA (TAXIWAY A) Section: Surface: AC C.D.: 01/01/1942 Use: TAXIWAY Rank:P Length: 5.551.00 Ft Width: 50.00 Ft True Area:277.550.00 SaF Work. Work Work Thickness` Major �Camments Date Code F scriptlon Cost , lad M&R , 01/01/1942' ' IMPORTED BUILT 2.00 True ?PAVEMENT SEGTiONIS 2"AC ON B"•r ,3 :, 3ASE'2.1,21'1,0505,k; 01/0111942' IMPORTED OVERLAY' S True ESTIMATE 1942 AC PAVEMENT Network: IMM Branch:TWA (TAXIWAY A) Section: 210 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank:p Length: 469.00 Ft Width: 50.00 Ft True Area: 23.450.00 SaF work ,r Work a ;Wor1 :417' Thickness. Major o $ ' Date`: Code DesG p l t Cost ,,"(I M&R '� , u 01/0 11942; IMPORTED BUILT. ,' � x True =STiMATE 1942 AC PAVEMENT-' 01/0111942; IMPORTED OVERLAY_' �� 2.00 True PAVEMEt4TSECTION IS 2"AC ON 8" )�h, 3ASE . �. Network: IMM Branch:TWA (TAXIWAY A) Section: 220 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank: Length: 469.00 Ft Width: 50.00 Ft True Area: 23.450.00 SaF Work Work Work. Thickness= Major Comments Date z Code Description ° Cost (In) M—&R 01/01/1942 IMPORTED OVERLAY,;, True ESTIMATE 1942 AC PAVEMENT 01/01/1942 IMPORTED BUILT 2.00 True ?PAVEMENT SECTION IS 2"AG ON 8" 3ASE? Network: IMM Branch:TW B (TAXIWAY B) Section: 105 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank. Length: 2.341.00 Ft Width: 50.00 Ft True Area:117.050.00 SaF Work Work Work; Thickness Major Comments Date Code Description- Cost (i Mg,R /01/1942 IMPORTED OVERLAY` True ESTIMATE1942AC' ui/01f1942 IMPORTED BUILT 2.00 True ?PAVEMENT SECTION IS 2"AC ON 8" SASE? Network: IMM Branch: TW B (TAXIWAY B) Section: 110 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank:P Length: 2.653.00 Ft Width: 50.00 Ft True Area:132.650.00 SaF Work Work Work Thickness Major Comments . Date Code Descriptions Cost c'In):' M&R 01/01/1942 IMPORTED OVERLAY', True =STIMATE1942AGPAVEMENT 01/0'1/1942 IMPORTED BUILT 2.00 True ?2"AC ON 8"BASE? Network: IMM Branch:TW B (TAXIWAY B) Section: 115 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank:. Length: 200.00 Ft Width: 50.00 Ft True Area: 10.000.00 SaF Work Work Wank Thickness Major Comments Date Code Description Cost (in)° ' M&R 01/01/1942 IMPORTED BUILT 2.00 True EST 1942 2"AC SURFACE ON 8"AGO SASE Network: IMM Branch: TW B1 (TAXIWAY B) Section: 405 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank: Length: 660.00 Ft Width: 50.00 Ft True Area: 33.000.00 SaF Worts Work We Thickness Major Comments Date Code Description Cost (,in) M&R 01/01/1942 IMPORTED BUILT 2.00 True EST 1942 "AC SURFACE ON 8"AGO 3ASE Network: IMM Branch:TW Bi (TAXIWAY B) Section: 410 Surface: AC L.C.D.: 01/01/1942 Use: TAXIWAY Rank:P Length: 1.270.00 Ft Width: 50.00 Ft True Area: 69.493.00 SaF Work, Work Work" Thickness Major Date Code Description Cost (in) M8J2 Comments""'. 101/01/1942 INITIAL Initial Construction $0 0.00 True Packet Page -2024- Work HiStO Report 9/25/2012 Item 14.A.1. Date:05/17/2011 ry 5 of 6 Pavement Database: Network: IMM Branch:TW C (TAXIWAY C) Section: 310 Surface: AC L.C.D.: 01/01/1998 Use: TAXIWAY Rank:S Length: 1.600.00 Ft Width: 35.00 Ft True Area: 56.000.00 SaF Work, Work Work ickness' Major Date Code " Description y, Cost in) MBAR Comments 01/01/1998 r INITIAL `'tnitI"a)Construction $0 0.00 True Network: IMM Branch: TW C (TAXIWAY C) Section: 315 Surface: AC L.C.D.: 01/01/2007 Use: TAXIWAY Rank:S Length: 1.425.00 Ft Width: 35.00 Ft True Area: 49.875.00 SaF WO—� Work Work a Thickness Major ip� Data Code : E Descrl ion Cost +Comments 1,,,'- �v,� tk r (in}, s M8R 'A." , . 01/01/2007 INITIAL initial Construction' $0 0.00 True , Network: IMM Branch:TW TO AP (TAXIWAY TO CROP AP) Section: 305 Surface: AC L.C.D.: 01/01/1987 Use: TAXIWAY Rank: Length: 1.260.00 Ft Width: 25.00 Ft True Area: 31.500.00 SaF Work; Work Work, Thickness Major Date?` Code w Description Cost (in)3 M&R Comments 01/01/1987 IMPORTED rr BUILT True ESTIMATE 1987 AC PAVEMENT Packet Page-2025- i 9/25/2012 Item 14.A.1. Date:05/17/2011 Work History Report 6 of 6 I Pavement Database: Summary: Section Area Total Thickness Avg Thickness STD Work Description Count (SqFt) (in) (in) BUILT 29 2,302,768.00 2.00 .00 Initial Construction 5 265,768.00 .00 .00 New Construction-AC 2 25,061.00 .00 .00 OVERLAY 11 2,681,650.00 2.00 .00 STD=Standard Deviation Packet Page-2026- 9/25/2012 Item 14.A.1. APPENDIX B 2011 CONDITION MAP PAVEMENT CONDITION INDEX TABLE Packet Page-2027- i 1 I F 1 15 i :! ) AIRPORT ROAD :i 0.) A n 12 ..,.- co ' c=-.) TAXIWAY"A" CU OQ 0 N.) 1.1111.1. 1• Ti ry -- .• c , 1 • N*I14 ' ..., ' I 3.2 tk 2 / 27 . , 0 i E 6 n E po _l_M_-- -i i .'3,, i IT1 r ri 1:r" _1 ()() 1.,q1 4N ..,..„, _ iggii 15,°. 1 I I , ' IP f',i'd ,e; 7 .77777 7i 12 A A gEi >.a b b b 1.. i. L L L tr 7.. {.. L. L L. L i. L C O b p b 0 b b O O O O O O O O O O O O O - © U ° w ° ° ° ° w s. a. o. w 0 o a, a a w a, o, w a Ow R o . 'c_ .t c o o LC1 1., CC a) 1.) rn � I..) CL) ID C.) (1) I) 0)> > > > > > > > > > > > >U CA � v CD r U . 00 O O - ao M N M N N N M M M M N N N N Col - CU CS C7 ^+ ^' kr) - r- N 0 M O en \0 M ---' M M .-' M ••--∎ O M - /'1 F CCi z y 0) CC r w C0" G. --- --- O -1 ---, N O O --• N .r. 00 N — ,... N N .-� — --. - 00 CC 9 C.) U ►V CI flM U U U U U U U U U U U U U U U U U U U U U U U F d d ¢ ¢ ¢ ¢ d d ¢ a a d ¢ a a a a a a a a d d C o . Cr. a a. z a. a, a. a, a. a. a. a. a. a. as cn vn vn r) v� v) v) vn ^C a 0 0 y O N O o0 O O O O O O O O O O O O O O O O U cu O O O O O O O O © O 0 0 0 0 0 0 0 0 0 to it L r.+ C O M O O O O O N O O O O O O O O N 0r H Q " N 0p ,p 00 0o en O O to N O to to �^ O O N N Un M .-r en V' N M •-. ,--i M t'n .-r .-. N CL)E m > © v') Cr, O Cr, Cr, O _� O Cr, Cr, O to O Cr, O Cr, O Cr, O Cr, _O Cr, O ^ � �.a Q O O •--- -- O •--. N O O ,-. N N tn O •� N M O -' N �I (,) I■y 1- M en en N N N N en en en en N N N N 1' d' 1- 1- 1- \C \0 VD \0 u.0 \C VD � VD ,..0 � ••• y z Z Z z z z z Z Z ¢ ¢ d ¢ ¢ d ¢ d d d ¢ d d d ° ° ° ° ° ° ° °�R w,L 3 3 3 3 3 3 3 3 3 3 3 3 3 3 o •0 t0 o A 2 3 3 3 ¢ \O `O \O \O N N N N 1` 1` r- e)) M M t'? M M M N N N N N N N N d a; C4 a: a. 00 00 CO 00 CO 00 v .1t o, o, a, as ti CI a ¢ d d d ° 3 3 3 3 3 3 3 3 3 3 3 3 3 a4 o; PC a: a; c4 a; a4 m z d U a: a c: a; a:° � d Q Q E r. o � f:14 Q. s� CI. cg ix c4 1:4 c4 o � E c = Z CO Z IV M M M zt w L.T. w w N .c 3 3 3 -o -o -v o o.) C, cc: x a: a; W o d b4 0,, a, a~ cd c� Ed It VD VD \o VD \0 O-1 L C = ❑ = C. en en en en en . N N N N N N N N N O Oa �+ C ❑ 0 0 O 0 O o0 00■ 00 00 00 0o ■ ■ 1 1 1 ■ i i NN = O Z a O.' m.. �O ^' r. ..n .'. 7r Ct V oh 01 01 O1 t o ¢ d d d ¢ CO CO CO CO CO ca R. 0 0 0 o y w y 0, 3 3 3 3 3 3 3 3 3 3 3 3 3 3 O. 0. o. 0. 0 0 0 0 ° 0 0 0 0 0 0 0 0 CO CO CO 0 0 0 d d d d zn rn U a: a: a; a: a: a: a; a; a; a: a: c4 a4 rx > I �' o ~ 0 O O O I. O L. • O O 0 O 0 O O O O O 0 ^d 4, U cy a o c. ,o a a a a a 0 0 U0 w a' a) `o > > a) > > w 0 0 V N III kn �O N \.0 M nt 00 0■ r"-- U N N N N N M en M N 00 C, .0 0 O CA 0 gl• OW u.O M �O �D N M M -.+ 00 'b E"y eel a CL v) cu w O. 4) N •--� rt N N M N O °J E� CC C � .w o Li G U u U U U U U U U U U U U o C 6 E� a av, ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ .0 co) `) w `n ,� u 0 v) a a a a a a a a cn cn E-, 0 6, C a o a, C •.r o o o o r v S o o `n in kn r' ,N o 0 0, o r o o u y n � �t O O ° d ° 00 �n C . r " • ; '-' O in r- N N - M v c�N — en N 0 a) Co a, :M p N M 0 0 N 0 0 - 0 0 0 - 0 a N N N N N — 7r M M i� a cC E v� `° O • C Pi V ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ 'G• U = y 3 3 3 3 3 3 3 3 3 3 3 3 3 0 so U ,o OQ O A s r _ N Q,� cczt rOn 0. a o ¢ ¢ ¢ 0.1 CO P? co CO U U II i cd o `E L C4 F- E~ E~ E. E~ E" H E- E- H O• b y m I. C r � C a v) y0 .0 °= obi s 0 Z Ct C c O -00o N c 01 W zt C cc: cC cC 0 0 0 0 0 o " 0 • ,_, L N N O, O, C1 su, v i i i = .L ;• Zi N �' 01 Q, ¢ ¢ ¢ CO CO CO CO CO U cC ❑ .t Y >, >, >, >, >, >, >, >, >, >, >, >, >, ca.., CI) CD O cC cC 0 0 0 CO 0 0 CO CO CO CO CO i-r C wry 3 3 3 3 3 3 3 3 3 3 3 3 3 -- .2 3 0 C ccO CO co CO co CO CO cO CO CO CO o a c4 H H E— E. H E- H H H H E-4 Z v) .Ht > 9/25/2012 Item 14.A.1. APPENDIX C BRANCH CONDITION REPORT SECTION CONDITION REPORT Packet Page-2031- 9/25/2012 Item 14.A.1 . Date: 5/17/2011 Branch Condition Report 1 of 2 Pavement Database: NetworkiD: /MM Number of Sum Section Avg Section True Area PCI Weighted, Branch ID Sections Length Width (SgFt) Use Average Standard 'Average° (Ft) (Ft) Deviation s PCI-;- AP HANG(APRON TO HANGARS) 1 900.00 25.00 22,500.00 APRON 93.00 0.00 93.00 AP RU RW36(APRON RUN-UP RW 3 415.00 67.33 33,061.00 APRON 89.67 7.32 87.30 36) ` g, AP S(SOUTH APRON AND FUELING 4 876.00 228.75 182,018.00 APRON : 89.75 11.54 '--,.., -,";',"' 88.21 RAMPS) w AP SW(SOUTHWEST APRON) 1 100.00 100.00 10,000.00 APRON 39.00 0.00 39.00 RW 18-36(RUNWAY 18-36) 6 14,475.00 62.50 723,750.00 RUNWAY 26.33 4.27 'I ' 27.86 RW 4-22(RUNWAY 4-22) 4 1,900.00 62.50 100,000.00 RUNWAY 34.50 2.29 34.10 RW 9-27(RUNWAY 9-27) 6 13,965.00 62.50 698,250.00 RUNWAY 23.83 8.47 27.46 1W A(TAXIWAY A) 3 6,489.00 50.00 324,450.00 TAXIWAY 24.33 1.70 `: 24.86 } TW B(TAXIWAY B) 3 5,194.00 50.00 259,700.00 TAXIWAY 31.00 3.56 30.36 TW B1 (TAXIWAY B) 2 1,930.00 50.00 102,493.00 TAXIWAY 31.00 3.00 29.93 TW C(TAXIWAY C) 2 3,025.00 35.00 105,875.00 TAXIWAY 91.50 2.50 91.36 TW TO AP(TAXIWAY TO CROP AP) 1 1,260.00 25.00 31,500.00 TAXIWAY 67.00 0.00 67.00 Packet Page-2032- 9/25/2012 Item 14.A.1. Date: 5/17/2011 Branch Condition Report 2 of 2 Pavement Database: fir, Arithmetic Average Weighted Use Number � Average PCI Average of Category Sections (SqFt) PCI STD. PCI APRON 9 247,579.00 84.44 18.34 86.54 RUNWAY 16 1,522,000.00 27.44 7.27 28.09 TAXIWAY 11 824,018.00 43.45 25.44 37.38 All 36 2,593,597.00 46.58 28.80 36.62 STD =Standard Deviation Packet Page-2033- 9/25/2012 Item 14.A.1. Date: 5 /17/2011 Section Condition Report 1 of 3 Pavement Database: NetworklD: IMM Last Age Branch ID Section ID Lash surface Use Rank Lanes True Area inspection PC1 `OnSC. (SgFt) Date Inspection .` Date' AP HANG(APRON TO HANGARS) 4405 }1101/1998,; AC APRON P 0 22,500.00 (33128/2011. 13 "93.00 AP RU RW36(APRON RUN-UP 4305 01/!31/1998°, AC APRON P 0 8,000.00031281201'1. 13 85.001 RW 36) AP RU RW36(APRON RUN-UP 4310 -01/01/2001 AC APRON P 0 6,309.00 01/0112001 '; 0 z 10000 RW 36) AP RU RW36(APRON RUN-UP 4315 01/0112002 AC APRON N 0 18,752.00 03128/2011,' 9 '84i:00 RW 36) _ , AP S(SOUTH APRON AND 4205 0110111997 AC APRON P 0 28,000.00 0312812011; 14 -, 87.00 AP S(SOUTH APRON AND 4210 01/01/1998 AC APRON P 0 63,618.00 03/281201�1 13 72.00 FUELING RAMPS) k AP FUELING(SOUTH APRON AND 4215 07/31/2007 AC APRON P 0 54,400.00 07/3112007 0 100.00 FUELING RAMPS) AP FUELING(SOUTH APRON AND 4220 107131120°7 AC APRON P 0 36,000.00 07131/2007 0 =100.00 FUELING RAMPS) AP SW(SOUTHWEST APRON) 4105 °410411987 AC APRON P 0 10,000.00 03/28/2°11 24 39.00 RW 18-36(RUNWAY 18 36) 6105 01/01/1942 PCC RUNWAY P 0 30,000.00 03/28/2011 ; 69 28.00 /1836(RUNWAY 18 36) 6110 0110111942 PCC RUNWAY P 0 15,000.00 0312$/2011 69 31.00 RW 18-36(RUNWAY 18 36) 6115 01/01/1942 AC RUNWAY P 0 422,500.00 03/28/2011 69 2$.00�- RW 1836(RUNWAY 18 36) 6120 011 1/1942 AC RUNWAY P 0 211,250.00 03128/2011, 69 29.00` RW 18-36(RUNWAY 18 36) 6125 01/0[11942 PCC RUNWAY P 0 30,000.00 0312812011 69 18.00 RW 18-36(RUNWAY 18-36) 6130 01/01/1942 PCC RUNWAY P 0 15,000.00 03/2812011 69 24.00 RW 4-22(RUNWAY 4-22) 6305 01/01/1942 PCC RUNWAY S 0 15,000.00 03/2$12011 37.00 RW 4-22(RUNWAY 4-22) 6310 01/0111942 PCC RUNWAY S 0 35,000.00 °312812011 69 36.00 RW4-22(RUNWAY 4-22) 6325 01101/1942 PCC RUNWAY S 0 35,000.00 03/28/2011 69 31.00 RW 4-22(RUNWAY 4-22) 6330 01/4 11942 PCC RUNWAY S 0 15,000.00 03128/2011 ' 69 34.00 RW 9-27(RUNWAY 9 27) 6205 011°1/1942 ! PCC RUNWAY S 0 15,000.00 03128/2011 ; 69 29.00 RW 9-27(RUNWAY 9-27) 6210 01/0411942 PCC RUNWAY S 0 7,500.00 03128120!1 69 26.00 RW 9-27(RUNWAY 9-27) 6215 0110111942' AC RUNWAY S 0 420,500.00 43/2812011 69 28.00 RW 9-27(RUNWAY 9-27) 6220 01/01/1942 AC RUNWAY S 0 210,250.00 03/28/2011 69 28.00 ✓9-27(RUNWAY 9-27) 6225 41101/1942 PCC RUNWAY S 0 30,000.00 03/2812011 69 27.00 RW 9 27(RUNWAY 9 27) 6230 01141/1J42, PCC RUNWAY S 0 15,000.00 43/2812411 69 5.00 Packet Page -2034- 9/25/2012 Item 14.A.1 . Date: 5 /17/2011 Section Condition Report 2 of 3 Pavement Database: NetworkID: IMM Branch ID Section ID Last r::::- Surface Use Rank Lanes True Area a �� Age S Ft c l�ection' At PGI Afyint (SqFt) Date Inspection ,>; TWA(TAXIWAY A) 205 01/01/1942', AC TAXIWAY P 0 277,550.00,i 03/28/21111 69 25.00 r, TWA(TAXIWAY A) 210 01/01/1942,' AC TAXIWAY P 0 23,450.00 X '. 03/28/2011 69 - 26.00 TA(TAXIWAYA) 220 01/01/1942 AC TAXIWAY P 0 23,450.00=03/2 W 8/2011 . 69 22.00 TW B(TAXIWAY B) 105 01/01/1942 AC TAXIWAY P 0 117,050.00:c'128/2011 ' 69 , - 26.00 rs T B(TAXIWAY B) 110 01/01/1942 AC TAXIWAY P 0 132,650.00{R 13/2 W , 8/2011 69 = 34.00 TW B(TAXIWAY B) 115 01/01/1942 AC TAXIWAY P 0 10,000.00 03/28/2011 69 33.00 TW B1 (TAXIWAY B) 405 01/01/1942 AC TAXIWAY P 0 33,000.00 03/28/2011 69 34.00 TW B1 (TAXIWAY B) 410 01/01/1942 AC TAXIWAY P 0 69,493.00 03/28/2011 69 28.00 TW C(TAXIWAY C) 310 01/01/1998 AC TAXIWAY S 0 56,000.00 03/28/2011 13 89.00 TW C(TAXIWAY C) 315 01/01/2007 AC TAXIWAY S 0 49,875.00 03/28/2011 4 94.00 TW TO AP(TAXIWAY TO CROP 305 01/01119871_ AC TAXIWAY T 0 31,500.00 03/28/2011 24 67.00 IMP) Packet Page-2035- i I 9/25/2012 Item 14.A.1. Date: 5/17/2011 Section Condition Report 3 of 3 Pavement Database: Arithmetic PCI Weighted Average Standard Average Average Total Number PCI Deviation PCI Age Age At Area of Category Inspection (SqFt) Sections 0-02 0.00 96,709.00 3 100.00 0.00 100.00 03-05 4.00 49,875.00 1 94.00 0.00 94.00 06-10 9.00 18,752.00 1 84.00 0.00 84.00 11-15 13.20 178,118.00 5 85.20 7.11 82.94 21-25 24.00 41,500.00 2 53.00 14.00 60.25 over 40 69.00 2,208,643.00 24 27.79 6.45 27.96 All 49.53 2,593,597.00 36 46.58 28.80 36.62 Packet Page-2036- 9/25/2012 Item 14.A.1 . APPENDIX D PAVEMENT CONDITION PREDICTION TABLE PREDICTED PCI BY PAVEMENT USE GRAPH Packet Page-2037- O N O (--4 N — . O1 — — 0 t` kr) O O en N O— V'n N M Q o0 7- S S 7� v'> 00 00 N N as ,. — M M N Vl O M M N N O 0 r- O M 0 O M o0 LO 0 Q o0 N N N N 0 00 00 N — — — — — •■' •■' �•• ,� N - N 7 r-, `O — 00 U N N 00 O in 00 N V7 O N r- O0 Q 00 7- N N N 0 00 00 N — — — . . . . . ,� •-, N N r. 0 0 V't 00 M 0) 0 O N 0 O N 0O N O 00 M O OT 0� Q 00 N N N N LO 00 00 M — — N y -.1 V) 7- 00 N N 7r 00 0 — — — O O M N - O N N O O M 6t p oo t` r- s 0 o0 00 M -- — N N — N N N N C.) N L O W-, 7I i V r•r 00 Oh 01 00 --0 0 00 O� M r- O N M M N k O M 00 v'> N N — oo r S s oo 0 00 0o M -- N N N — N N N N — — N N — a N CZ ,er - 00 O O 01 N N O O O M M tt O 0 OT 00 M 0 — 00 M M 0A ...i N 00 00 00 N 00 0 01 M N N N N — — N N N N N — N N cu a - O N N — 71- 01 — ■c■ N Vl V1 \D N 00 — O V1 00 M O tn kr1 — p 0, 00 00 00 00 \O O1 0 M N N N N — — M M N N N N N N N = N •-w : . N ~ Ti .■ -- M M N V) O M M N 00 0 N Vl — M 00 — ,O M 0 \O NOA 0000 00 00 N 0 0 M N N N N — N M M N M N N N N N O Co) o- ' - M V 0. N C N O 00 01 N M `O I/ O 00 V1 00 00 \O N 01 00 00 00 00 N 0, O, N N N - M M N N E r ail L 1.0 M V'1 O d' [� N O O 01 00 — 00 01 00 N 0 — 01 0 00 00 N L a 0 00 0 00 r O O M N M N N — N M M M M N N N N N 1I U A L. 0 y o k-1 VI kr) o V7 V o h O V7 V 0 kn o V o V7 o V 0 o N O v w O O — — O — N O O — — N N M O M N M N N N N N o Q v d v . 7 CN' V '0 VD \O �O ' '.O '.0 0 0O 0O 0 0 0 rV `O 0 00 C, o> CI. o v CI) N A r . r d M M M M M M N N N N N N N N N cn N N N N N N N N N C3 CJ d 0.■ 00 00 00 00 00 00 �' �' O� 01 01 R a g4 ¢ ¢ ¢ d °x 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 � rxx � xxxxxxxxxxxx � m d ¢ ¢ ¢- L. o ill 4'i z v v, m V] C) a. a a, a, E E cEc N : C C C N 0 d GC M M M `v t` z 3 3 3 C C C w m u ct r� C C C C fV CS O 0 CL a. a. cC c� ca c0 ‹O \.O 0 rV 'V 0O .� N 0 O O, M M M M M M N N N N t` r- t` t` r 1. c 4. 7. �. �. 0 O 0 O 0 DO 00 00 00 DO 0O N N N N N N N N N (D et et y pa o C C C a c, L. a 0. >, >, >, a >, >, >, >, >, >, >, >, >, c� d < < < d cc al CO cC CO CO CO CO CO CO co CO CO CO CO C C C C -y = -y w 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a n a . a C a O C C C C C C C C C C C C C C C O NO O O1 O O 00 00 N r Do V"� N 01 ,■1 O N O Cr, O v') O M O N N N 00 V'1 N 00 p O - � O— •71- N N N - N 000 in N N ,"'• O cr in M N M N 00 M 10 O N N N N 00 v'1 N V1 rI O 10 N r N-i Vl 7 O1 O in 00 U N N N N 00 00 � CU L G C14� ■& t U1 00 —Cr■ 01 N N N 00 0 • Z. N O N N N N 00 00 VD O - O1 O ..O O O0 N 00 N M 00 U N O N N N N N N 00 00 \O O M O ,-.. N 00 N O O1 O �• ken O M V O N N N M N M N 00 O1 l0) •- N it Al 0 N M O N — N \O N N kin NN N N N M M M N OO 01 \O O ...i th N = O d' N Lr) VD N N N M M M N 0000 0T1 VD O N U C a CL) cy E L U h Vl 10 N l0 M � 00 01 7 N L a N N N N M M M N 00 O1 l0 44 • U 0 A� c .. O Q © 0 © © o O o O_ O en /� y M ti A i■i N N N ---i .� er ' M M M en tl 0)a• O et A a ZS F ~ N ¢ < d CG O 0.l CG 0] U U F H H H 3 H 3 m6. o• 0) 04 N.) a� = 01 • � o N W � Z Q O `� s — N -- —. C 0 CJ C ctl O O O O O •� •� O N E ;b N C -C s .G' > > > > > i. i. s_ _ ? Y et N a. G �+ L iii L ice. L __co ,L'1.4 C3 Z�L p� 01 Q Q Q 4 4 Rq CO aC1 U U zet et et et es et al cC cvc et: c� �' 3 3 3 3 3 3 3 3 3 3 3 Z et CS eC CS) et cc St et C D o, T T c. - „ N «i 3 3 .3 o d Z d I (24 E-, Q I 1 I I • Ii I I Q N O N O N N I ' - N N 1 i I I I C_ b` I "ten _ O I 1 N � I GW � c • i° o ON a I I I I t4. - o N a I I CO I "� ! a o I � I M N >_ CIJ•o ! I I : N I I A i v , N o P-, � I I N 7 I II I N � 3 � I I I ii ! I 00.., , O N 0 I O O O O O O O O O O O N O ? N O 01 00 l- �O k1 7r M N " , , wz " 7-1," aNUJanV papitiaM taiv I d N CD -.t o � 3 D 9/25/2012 Item 14.A.1. APPENDIX E YEAR 1 MAINTENANCE ACTIVITIES TABLE Asok Packet Page -2041- O N O -- �o O o rn 0 0 O M a, Cr., O N O O1 O O tn O 01 M N O O r —06 N CT O I U N M CT N N N ,.O N ER OO N O, L69 69 69 69 ,� ,_, 69 pp 69 O 0 69 69 69 EA 69 N -4-, -44, 0 0 0 0 0 0 v-) O �© O O II -, r S O, d'. • O: d: N tt .7t d: N V © © 69 a _ i = w w w w w w w w w w ., © n CAA A c Ur 00 Cl) w e2 O O O O C, cm o ° ° c 3• = O 'jr, = OO OA 41%. S a O 't N en N 0 7r a1 cn PO b = � P P PA bb¢ d a) N N >) N N• CA CI? Co rr 7 N >= .4 4 = ' = C •.,..I C4 Gi Q P4 1=4 Q C4 •C a4 Cu C CO ' y d.) C) A a PI) N ) N a) N a) C/ C V C/) C cA U 67 v) V U x L 0 C) -5?4 C] C) - C) L C) C) C) C) L 44 r3 w as w w cf�, V w e, V c.J% Cl) Cl) CA CA Cl)) Cn CA v) el > ..a z .4 a z .a .. w A cn c W L W W csj imi = W W W W W W A d ,�,•� d d a_ d d d d d o Q 3 ° 3 3 ° 3 3 3 3 3 a g E� o � In � � o ° ° o "• ti v Q O OM OM M M N N N M M O O ° �0 y "Cr V 'Cr O Cl) 4 0 M M M M 0.n a A 3 3 3 3 ¢ ¢ o � 4 ¢ cxCG C4 up up L) o o CO ¢ ¢ ¢ ¢ ¢ H3 Z 4;2 C,) cl .oa E E E Ni IV a N E E C°C C to C C O w z M M M M C) C) C) O. a Ul ^,r■ 3 3 3 3 w w w ¢ ¢ ' u a a: c4 c 2 o o .+• a i = 04 a s a. a ms c al - - $-. 1- CD ° 6 C Z = C 2 2 U V 3 C o o 0 0 0 0 0 o U u 0 0 ° a' a a' a Q ¢ ¢ . 0 C C C o - 3 3 - D a a a a a ° ° ¢ ¢ ¢ ¢ ¢ z CA vD H E-I E-, E-, 9/25/2012 Item 14.A.1. APPENDIX F MAJOR M&R PLAN BY YEAR UNDER UNLIMITED FUNDING SCENARIO TABLE Packet Page-2043- L 01 4" .r O O O O O O O O © © © © © © O O O O O O O O O Q 0� O O O O O O O O O O O O O O O O O O O O O O O so a O C CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO •' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e.C CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO P4 O O O O 0 0 0 O O O O O O O O O O 0 O 0 0 0 0 .- x x c4 x x c4 c4 c4 x x c4 x x x a4 c4 x c4 x x x c4 c GA a CO N M 04 N — N M Cl M cM+1 N N c(2,10 N N N N N N M M .E b M N N M M 1- - 0\ V1 '.0 1� M '.0 M M N M O O N N O — O 0o O, — O O O -'• O O O 00 O, r-' O N -+ v? © 6T. a o 0 0 - 0 0 0 N 0 -n 0 0 © 0 0 N 0; 0; — M o p1 c M O O N O O M N O O v) O O O M 00 00 N \O _ N �O M N W0 M M 7 t en. M ^" N �O VD M N M M N t--- N CU g aA O 00 Ch C}' 1� 00 CY 00 00 l0 N-" CF N 1-- M 00 CY O 0, O, t7 1� ' L y l� O O N kr) 00 O O M t` - O O N O O 00 r ^� O) .-r '� N [^ 00 N ^-■ M ,-. N '-. l� 00 d N l� M M d • i . U N N v'1 N M ,--, ... CC 69 6R 69 69 6R VI 69 69 69 69 69 69 69 69 59 ER 69 6R 69 69 6R fn 69 61 w 'LT:', Y w =y C C O" 0" C 'v cr cr 6. a. 6, C 6" Cn Cr)� C v Q' O" Q" = C ,,-, V1 V] V] C/� c4 V] V] V] C� V] C/D V] V] C/D C/] V) C/] • w' = O C O 00 O6 O O O O O O O C 00 F: O O ON O O Og Og O C4 CI O O O 0 N O O O O O O O O N O O v', . O O etuP Q 00 c, © N © O O O O O O O O O N M M M O Ll_ G� M ^. N M -. M M 4 N M N N N • W 1Z u U U U U U U U U U U U U U U U U u U u U U U CI o f l o a d ¢ aU a k UU. U U U.. U d d U oU.. dd d d d d d W z C4 _ _ A in © O - O N O 0 O N O en O O —kr) N N OM ,n O O © O -n - O O N N M O M M M N N N N N N N ,-'� N O \O ■O \D \O N N N C 0 O p0 •CS CC a N '" 1 CD O - Z N Ey = -CO CO CO M M M M M M N N N N N N N 1� N N , C CO CO L CO o 00 0 ,cil 4 4 4 4 op ok op ol, o c, d d d = Oa CO • d o. ›, ›, ›, >, >, A >, ›, ›, >, >, >, ›, >, >, ›, ›, �, >, >, J, >, ct at cc: as os ct CD d CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO o a a 3 CO CO CO CO C CO CO CO CO CO C CO CO CO CO N O = Z C C c c C O = a C C sr CO O k 'k 'k 'x 'k 'y< m �. CO CO CO CO CO CO CO CO CO Z CO CO CO CO CO CO CO CO CO CO CO CO C\ O ?'s U P4 �4 w c4 c4 a4 a: u: C�. P4 w R,' H H E- H E- H N W w O '� cn7--", r~ N • o '. TS N w O O © O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �.:f j y ,N N N N N N N N N N N N N N N N N N N N N N N N CD O O O 3 4 �Y D 6 , w @ ? ? ? 2 b2 M. � ( 2 'ct 03 Ca \ \ \ \ © a t t ■ ( \ § 2 U C \ / » et• U a CIII / 3 2 - 2 § 2:1 2 OA 3 \ f Q ■ ¥ •# ¥ / 4 ° et C \ G Ln ■ 6 § / / 00 \ G 6T0 o et Q 693 e _ . _ E . / • $ 2 k \ $ \ CU . a 9 Q $ Q 2 ■ 61 a> cl• / U U U U 0 x 4 < * .0 ■ e © S - & # \ \ % E 0 to \ \ \ k \ ( '� § § :- 0 t t4 CI _ _ = ) E § z 4 w 7 \ \ \ / \ k \ # 2 & \ U / § E / g � = 2 \ 0 4. \ /z ® \ \ \\ CO N% ° < < § §§ - , e w @ z CA \_ \ a) o — ® ~ N , 2 ■ — — 2 3 3 \ \ ,:s \ \ / 2 / § Q * � > - 9/25/2012 Item 14.A.1 . APPENDIX G 10-YEAR M&R MAP Packet Page-2046- (g t. Q F 1 ;Q i K --- -' AIRPORT ROAD n n R f GV * TAXIWAY A" c _ O N RUNWAY 18-36 5.000'X 150' 1 _ /� Ito Og7 - - oN�gr t`�� f ' 1� ti o,q C � I ii S�$m Y�Sfa _ 104 .. 0 %� o in 1 Ta t F 0 ?.-,' -,,-,,,,2 „ ,, 6 I: _ "im e n� m _ m u e N _e n N U rri o 0 N $.13 'n n2 'i o 0 o a ,, R A - ;t 9 3 X5 I 3 9/25/2012 Item 14.A.1 . APPENDIX H PHOTOGRAPHS Packet Page -2048- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—1mmokalee Regional Airport Florida Statewide Pavement Management Program May 2011 • "..aY11b!ime, '^ab `e -.-�' •4f.� o h s"3a b ' s. . NW, o , ,•r, Fw {��S M' Y &o ty ' i'.1Ll • ,r.. _. • 4i '' 4 s4 1 c Runway 9-27,Section 6225,Sample Unit 388—Low,medium and high severity(62)Corner Break,(63)LTD Cracking,(65)Joint Seal Damage, (70)Scaling/Map Cracking,(72)Shattered Slabs,(73)Shrinkage Cracks,(74)Joint Spalling,(75)Corner Spalling gOkkg }. l - =, r 1 M w _n Mn '!'-.--.r 7 ,a. y - r ? M -w.. .tea--" -;�.._ — �- ;,——.-rr y:r^j�' 4....' ,n l ''.-6'1't!....• •'.;,m• h .- { °.n.- - • -t 1 . - .e, .. ,$.. i'i` + ;- -'k `i "3-.,1 Runway 9-27,Section 6225,Sample Unit 388—Low,medium and high severity(62)Corner Break,(63)LTD Cracking,(65)Joint Seal Damage, , (70)Scaling/Map Cracking,(72)Shattered Slabs,(73)Shrinkage Cracks,(74)Joint Spalling,(75)Corner Spalling H-1 Packet Page-2049- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 • ''.'rte`. ..:e,. -K r s 4. • z;a R. - K': ... `�- t °"t' y G •_. '�•• Fy� .apt • ,..*, •`* K,. ,+ F q ,w # r erg,• .i, :er. ," -J !� i_ .- . tip .-•.s '�" ry1i , 714. y"3yj(5 ;L. ate.., �' .. .. - Runway 9-27,Section 6215,Sample Unit 380—Low and medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling ,rtv r.s -.-. $� '..• _- J _ ter_. -. Ts' .'k_ !ir:- '� e`•:rr't'a-.¢ '.v+>:"•'', "" :' x'.:... ..._a. •• fin' ` r _ t r' s� • s x't." + '*- -b ar ,� a ''R`: y 1 �' •.� �''.. { • :11,1 p • : y a Runway 9-27,Section 6215,Sample Unit 380—Low and medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling H-2 Packet Page-2050- 9/25/2012 Item 14.A.1. Pavement Evaluation Report-Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 • _• - - r^ter` '-. r �� ro *0 f v° t4 t . - ;4,.?.!....'.. ...AC .-- -4-itici. -0001*-.'- ,,...* --, '-. r �' Runway 18-36,Section 6125,Sample Unit 392—Low,medium and high severity(62)Corner Break,(63)LTD Cracking,(65)Joint Seal Damage,(70)Scaling/Map Cracking,(72)Shattered Slabs,(73)Shrinkage Cracks,(74)Joint Spalling,(75)Corner Spalling yokiNk, [- t + Ct, �K � +Y4 a + 11,. 94,,,,--:tvw ,le 3. E �,A in .4 , r- y,X•" f '#. v n 4,P y - rf` . °,1�-+, t - - Y',.1•11 K {p xy_ +fryp . y -2•s44, Yi 41 1 ry _ _, 111111 '*,.•--.■ ,_ t . ; 1... �'1 1•r -4 y •4 "—..,,5C, • ", `„�R r '.y�1 3- .s+, ty' T Runway 18-36,Section 6125,Sample Unit 392—Low,medium and high severity(62)Corner Break,(63)LTD Cracking,(65)Joint Seal Damage,(70)Scaling/Map Cracking,(72)Shattered Slabs,(73)Shrinkage Cracks,(74)Joint Spalling,(75)Corner Spalling g H-3 Packet Page-2051- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 �� CC• • . °4'F ref. L ` {i'. .... •. J • •ter' ...• :. .-.'i ip :i' r 4" •. +C04. ar t '/ 5 i' ,� •,-..q..:43- --'-w-•&,-.-,-.'407:4-39s0-....-:- , Runway 18-36,Section 6115,Sample Unit 383—Medium severity(43)Block Cracking,medium severity(48)Longitudinal and Transverse Cracking,medium severity(52)Weathering and Raveling y,_ ,t,-''''4 ; u -. 5 ie..-';.,, i 'ti ' ; 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 c t"3" •'."^"' ra.r FT „ ' ' r , k ?►<r. ; M : � 7.�� .L• a°' � �t.F ,� ��4 �JZ — 1Y,•;J*x k .I- fin.:^ "3+; .,:viN- 4 'r: .,Y':£- -453.{, t is` .s: rz-..„ .V;r . --:_,•s�--7; : `y ri�:'V' - 5�-� �-•xxic'•!�i•':X�.:._�'.z `Lases- �_.Cj'"� a9�_'� 5- r -ray,•-�� p - r ; .. tY • 4 . .,.._ �' •. 4.x.t-ti.man-wa„')"a:� _ Taxiway A-1,Section 210,Sample Unit 201—Medium severity(43)Block Cracking,medium severity(50)Patch,medium severity(52) Weathering and Raveling s .>` . :-2'i-'",e,'• qF•r; :�:a'♦''. W +l Sr :t 'Yy '_ ----•. ...-�.--.,... -- _•---...r.....__, ..- c .�fyw�yY.,�- .�.w..�.•.,�,t tr��.�^>l`+ '.1�. fR.+rr.,4.. -�`� r♦ i^r `;.:4,,,:"--,,,r Y Y _s -� •c.4,f i 5 '',.4. -,:: ‘,;-•,',.,,�y�: ; :i70. 1-'s•1 s .f,,t ,,,f,',''f ?..si t ,.k,•}..- L 4 1 rM: .',-?..0- 34 r er 1 -' ''- ' -*. ;.a:i'y,'°73.t�.. f a., .j,.-rC t•;;z-4- ',,j f, 3 'f' 1 y' L�_f 11�"?..1• t i_`` I i r ; i /..-.1,-,..-: ter' ,,-i Ywfox ,f• t r.lr 1 4 .;'SSA „it � Y''-'''• t.,..1;' 7 ' ''..i.-1-' •,} t n`•''v.C_a.e, kY• -#1 t? Y.5!.t, `r;A �!ti L �� 4 - rt Taxiway A-1,Section 210,Sample Unit 201—Medium severity(43)Block Cracking,medium severity(50)Patch,medium severity(52) Weathering and Raveling H-5 Packet Page -2053- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report—Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 •••-C . �'wL..;*M,",- T : - - •�+ Y_ . -mot. c _ y - = � :::::-=:.- • fin- '-� ., -'� , i . '''' X 3. .N - '-.�Y .. S. ,- ...i ice '74 .i ` ,a.. �� a - •4. -y� «J-`,- . � .t v, • Y-"ye'} . i; t fix_' 3—., ,-y"-.r,b �~ ,t eM a'.'mss" "`r 4 4?• , .r'-'41 ....4- ..rYy�,i",� v:-,i,- 'r"`;�- .Lex ,`_"..•. d y`'.+ ",., .~. �y3;, `A �,4 rY. -1:4- .rw - °` r, - T .. as it . ;',7' '',...,,,00,--(0 •..v,.,...`la.Sa r. wi ` .. '. "d' 'dX .- , - ' --- "'x `�. �x �'a"i.,;: x. �,_.., n• Taxiway Bravo,Section 105,Sample Unit 108—Low and medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling rt_ Gk9WCtr� f ''r _ .. _ .. w�9 iti i ro.•rv _�. - , : w _ - _ �i - - r 6 , -x ,+, -1 Ae •5:'4 r . , - 4 e '.;:. 4f<m_. : .,4°'5 . i 't- .1 xxa r K'.} . -a1 w i'T :'-','-'s'..,,':-',.5-,': LF t` Taxiway Bravo,Section 105,Sample Unit 108—Low and medium severity(43)Block Cracking,medium severity(52)Weathering and Raveling H-6 Packet Page-2054- 9/25/2012 Item 14.A.1 . Pavement Evaluation Report Immokalee Regional Airport Florida Statewide Pavement Management Program May 2011 2hiY; iS ti"` W, ' a'' fi o f 3 _ #,:,4,. �*., �u■ #, - r. `s.. '"ms s ,�.` f , k Fps � 'Y ii : �� �; ah .. ?. YT s # 2 r i. : . Apron,Section 4210,Sample Unit 203—Low severity(48)Longitudinal and Transverse Crac king,low severity(50)Patch,low s'everity(52) Weathering and Raveling H-7 Packet Page-2055- 9/25/2012 Item 14.A.1 . APPENDIX I PCI RE-INSPECTION REPORT Packet Page-2056- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: AP HANG Name: APRON TO HANGARS Use: APRON Area: 22,500.00SgFt Section: 4405 of 1 From:- To: - Last Const.: 1/1/1998 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 22,500.00SgFt Length: 900.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Date/28/2011 Total Samples: 4 Surveyed: 1 Conditions: PCI:93.00 Inspection Comments: Sample Number: 200 Type: R Area: 7,500.00SgFt PCI=93 Sample Comments: 52 WEATHERING/RAVELING L 100.00 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 39.01 Ft Comments: AOW Packet Page-2057- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: , .work: IMM Name: IMMOKALEE AIRPORT Branch: AP RU RW36 Name: APRON RUN-UP RW 36 Use: APRON Area: 33,061.00SgFt Section: 4305 of 3 From: - To: - Last Const.: 1/1/1998 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 8,000.00SgFt Length: 150.00Ft Width: 50.O0Ft Shoulder: Street Type: Grade: o.00 Lanes: 0 Section Comments: Last Insp.Date/28/2011 Total Samples: 1 Surveyed: 1 Conditions: PCI:85.00 Inspection Comments: Sample Number: 201 Type: R Area: 6,600.00SgFt PCI=85 Sample Comments: 52 WEATHERING/RAVELING L 400.00 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 130.03 Ft Comments: 49 OIL SPILLAGE N 20.00 SqFt Comments: Packet Page-2058- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: AP RU RW36 Name: APRON RUN-UP RW 36 Use: APRON Area: 33,061.00SgFt Section: 4310 of 3 From: - To: - Last Const.: 1/1/2001 Surface: Ac Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 6,309.O0SgFt Length: 80.00Ft Width: 66.00Ft Shoulder: Street Type: Grade: o.00 Lanes: 0 Section Comments: Last Insp.Datu/l/2001 Total Samples: 0 Surveyed: 0 Conditions: PCI:100.00 Inspection Comments:Construction/Major M&R inspection record. Sample Number: Type: Area: 0.00 <NO SAMPLE RECORDS> Packet Page-2059- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: work: 1MM Name: IMMOKALEE AIRPORT Branch: AP RU RW36 Name: APRON RUN-UP RW 36 USe: APRON Area: 33,061.00SgFt Section: 4315 of 3 From:- To: - Last Const.: 1/1/2002 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: N Area: 18,752.00SgFt Length: 185.00Ft Width: 86.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/28/2011 Total Samples: 1 Surveyed: 1 Conditions: PCI:84.00 Inspection Comments: Sample Number: 101 Type: R Area: 4,300.00SgFt PCI=84 Sample Comments: 49 OIL SPILLAGE N 4.00 SqFt Comments: 52 WEATHERING/RAVELING L 644.99 SqFt Comments: 50 PATCHING L 1.00 SqFt Comments: Packet Page-2060- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: I1viM Name: IMMOKALEE AIRPORT Branch: AP S Name: SOUTH APRON AND FUELING R Use: APRON Area: 182,018.00SgFt Section: 4205 of 4 From: - To: - Last Const.: 1/1/1997 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 28,000.00SgFt Length: 140.00Ft Width: 200.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/28/2011 Total Samples: 5 Surveyed: 1 Conditions: PCI:87.00 Inspection Comments: Sample Number: 300 Type: R Area: 5,000.00SgFt PCI=87 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 9.00 Ft Comments: 52 WEATHERING/RAVELING L 500.00 SqFt Comments: Packet Page-2061- Re-inspection Report 9/25/2012 Item 14.A.1 . FOOT Report Generated Date: 5/17/2011 Site Name: .Work: IMM Name: IMMOKALEE AIRPORT Branch: AP S Name: SOUTH APRON AND FUELING R Use: APRON Area: 182,018.00SgFt Section: 4210 of 4 From:- To: - Last Const.: 1/1/1998 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 63,618.00SgFt Length: 216.00Ft Width: 355.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/28 2011 Total Samples: 5 Surveyed: 2 Conditions: PCI:72.00 Inspection Comments: Sample Number: 104 Type: R Area: 4,584.00SgFt PCI=69 Sample Comments: 52 WEATHERING/RAVELING L 687.99 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 100.03 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 210.05 Ft Comments: 43 BLOCK CRACKING L 108.00 SqFt Comments: Sample Number: 203 Type: R Area: 6,800.00SgFt PCI=74 Sample Comments: 50 PATCHING L 1.50 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 100.03 Ft Comments: 52 WEATHERING/RAVELING L 2, 719.98 SqFt Comments: Packet Page-2062- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: , Network: IMM Name: IMMOKALEE AIRPORT Branch: AP S Name: SOUTH APRON AND FUELING R Use: APRON Area: 182,018.00SgFt Section: 4215 of 4 From: - To: - Last Const.: 7/31/2007 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 54,400.00SgFt Length: 340.00Ft Width: ]60.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt7/31/2007 Total Samples: 0 Surveyed: o Conditions: PCI:100.00 Inspection Comments:Construction/Major M&R inspection record. Sample Number: Type: Area: 0.00 <NO SAMPLE RECORDS> iefts Packet Page -2063- i I Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: AP S Name: SOUTH APRON AND FUELING R USe: APRON Area: 182,018.00SgFt Section: 4220 of 4 From:- To: - Last Const.: 7/31/2007 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 36,000.00SgFt Length: 180.00Ft Width: 200.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt7/31/2007 Total Samples: 0 Surveyed: 0 Conditions: PCI:100.00 Inspection Comments:Construction/Major M&R inspection record. Sample Number: Type: Area: 0.00 <NO SAMPLE RECORDS> Packet Page-2064- Re-inspection Report .Item 14.A1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: AP SW Name: SOUTHWEST APRON Use: APRON Area: 10,000.00SgFt Section: 4105 of 1 From: - To: - Last Const.: 1/1/1987 Surface: AC Family: FDOT-GA-AP-AC Zone: Category: Rank: P Area: 10,0oo.00sgFt Length: 100 00F Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: o Section Comments: Last Insp.Datt3/28/2o11 Total Samples: 2 Surveyed: t Conditions: PCI:39.00 Inspection Comments: Sample Number: 201 Type: R Area: 5,000.00SgFt PCI=39 Sample Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 30.01 Ft Comments: Aftk Packet Page-2065- Re-inspection Report 9/25/2012 Item 14.A.1 . FOOT Report Generated Date: 5/17/2011 Site Name: _work: 1MM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 USe: RUNWAY Area: 723,750.00SgFt Section: 6105 of 6 From:- To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: P Area: 30,000.00SgFt Length: 300.00Ft Width: l 00.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 6 Surveyed: 2 Conditions: PCI:28.00 Inspection Comments: Sample Number: 301 Type: R Area: 24.00Slabs PCI=28 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 75 CORNER SPALLING L 12.00 Slabs Comments: 70 SCALING/CRAZING L 12.00 Slabs Comments: 63 LINEAR CRACKING M 3.00 Slabs Comments: 74 JOINT SPALLING L 9.00 Slabs Comments: 74 JOINT SPALLING M 3.00 Slabs Comments: 73 SHRINKAGE CRACKING N 9.00 Slabs Comments: 63 LINEAR CRACKING L 2.00 Slabs Comments: 70 SCALING/CRAZING M 11.00 Slabs Comments: Sample Number: 303 Type: R Area: 24.00Slabs PCI=28 ole Comments: JOINT SEAL DAMAGE M 24.00 Slabs Comments: /0 SCALING/CRAZING L 23.00 Slabs Comments: 74 JOINT SPALLING L 22.00 Slabs Comments: 63 LINEAR CRACKING L 8.00 Slabs Comments: 73 SHRINKAGE CRACKING N 22.00 Slabs Comments: 75 CORNER SPALLING L 8.00 Slabs Comments: 63 LINEAR CRACKING M 9.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 74 JOINT SPALLING M 1.00 Slabs Comments: Packet Page -2066- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 Use: RUNWAY Area: 723,750.00SgFt Section: 6110 of 6 From:- To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: P Area: 15,000.00SgFt Length: 600.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datc3/28 2011 Total Samples: 3 Surveyed: 1 Conditions: PCI:31.00 Inspection Comments: Sample Number: 100 Type: R Area: 24.00Slabs PCI=31 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 74 JOINT SPALLING L 17.00 Slabs Comments: 63 LINEAR CRACKING M 11.00 Slabs Comments: 70 SCALING/CRAZING L 24.00 Slabs Comments: 73 SHRINKAGE CRACKING N 8.00 Slabs Comments: 75 CORNER SPALLING L 3.00 Slabs Comments: 63 LINEAR CRACKING L 6.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 62 CORNER BREAK M 1.00 Slabs Comments: 75 CORNER SPALLING M 1.00 Slabs Comments: Oak Packet Page -2067- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: 1MM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 Use: RUNWAY Area: 723,750.00SgFt Section: 6115 of 6 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: P Area: 422,500.00SgFt Length: 4,225.O0Ft Width: l 00.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 106 Surveyed: 17 Conditions: PCI:28.00 Inspection Comments: Sample Number: 305 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 1, 999.98 SqFt Comments: 43 BLOCK CRACKING L 1, 999.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 311 Type: R Area: 5,000.00SgFt PCI=29 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 500.00 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 316 Type: R Area: 5,000.00SgFt PCI=27 ole Comments: BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 320 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 2, 799.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 153.04 Ft Comments: 52 WEATHERING/RAVELING M 4, 346. 96 SqFt Comments: Sample Number: 324 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 855.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 50.01 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 16.00 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 327 Type: R Area: 5,000.00SgFt PCI=37 Sample Comments: 43 BLOCK CRACKING M 1, 949.98 SqFt Comments: 52 WEATHERING/RAVELING M 4,499. 96 SqFt Comments: Sample Number: 333 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 1, 549. 99 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 362.09 Ft Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: 1ple Number: 339 Type: R Area: 5,000.00SgFt PCI=26 .iple Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 314.08 Ft Comments: Packet Page -2068- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: 48 LONGITUDINAL/TRANSVERSE CRACKING L 22.01 Ft Comments: 43 BLOCK CRACKING M 1,599.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 345 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 293.08 Ft Comments: 43 BLOCK CRACKING M 2,499.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 351 Type: R Area: 5,000.o0SgFt PCI=26 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 251.06 Ft Comments: 43 BLOCK CRACKING M 2, 599.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499. 96 SqFt Comments: Sample Number: 357 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 2, 699.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 150.04 Ft Comments: 52 WEATHERING/RAVELING M 4, 499. 96 SqFt Comments: Sample Number: 363 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 402.10 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: 43 BLOCK CRACKING M 1, 049.99 SqFt Comments: Sample Number: 369 Type: R Area: 5,000.0OSgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2,599.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 196.05 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 375 Type: R Area: 5,000.00SgFt PCI=24 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 316.08 Ft Comments: 43 BLOCK CRACKING M 2, 049.98 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 80.02 Ft Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 378 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 374.10 Ft Comments: 43 BLOCK CRACKING M 1, 499.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 383 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 172.04 Ft Comments: 43 BLOCK CRACKING M 2, 549.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 387 Type: R Area: 5,000.00sgFt PCI=34 Sample Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 198.05 Ft Comments: µ 43 BLOCK CRACKING M 954.99 SqFt Comments: Packet Page -2069- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 USe: RUNWAY Area: 723,750.00SgFt Section: 6120 of 6 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: P Area: 211,250.00SgFt Length: 8,450.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/201 I Total Samples: 53 Surveyed: 8 Conditions: PCI:29.00 Inspection Comments: Sample Number: 108 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 12.00 Ft Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 118 Type: R Area: 5,000.00SgFt PCI=21 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 642.16 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 53.01 Ft Comments: 43 BLOCK CRACKING M 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 987.96 SqFt Comments: nple Number: 150 Type: R Area: 5,000.00SgFt PCI=29 .plc Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 50.01 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 787.20 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 182 Type: R Area: 5,000.00SgFt PCI=30 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 700.18 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 62.02 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 504 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 18.00 Ft Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 534 Type: R Area: 5,000.00SgFt PCI=30 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 111.03 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 725.19 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 542 Type: R Area: 5,000.00SgFt PCI=33 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 570.15 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 16.00 Ft Comments: WEATHERING/RAVELING M 4,499.96 SqFt Comments: Packet Page-2070- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Sample Number: 566 Type: R Area: 5,000.00SgFt PCI=35 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 628.16 Ft Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: rte, Packet Page -2071- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 Use: RUNWAY Area: 723,750.00SgFt Section: 6125 of 6 From: - To: - Last Const.: 1/1/1942 Surface: PcC Family: FDOT-GA-PCC Zone: Category: Rank: P Area: 30,000.00SgFt Length: 300.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date/28/2011 Total Samples: 6 Surveyed: 2 Conditions: PCI:18.00 Inspection Comments: Sample Number: 390 Type: R Area: 24.00Slabs PCI= 16 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 63 LINEAR CRACKING M 20.00 Slabs Comments: 75 CORNER SPALLING L 4.00 Slabs Comments: 74 JOINT SPALLING L 10.00 Slabs Comments: 75 CORNER SPALLING M 6.00 Slabs Comments: 73 SHRINKAGE CRACKING N 7.00 Slabs Comments: 62 CORNER BREAK M 4.00 Slabs Comments: 74 JOINT SPALLING M 9.00 Slabs Comments: 63 LINEAR CRACKING L 5.00 Slabs Comments: 74 JOINT SPALLING H 1.00 Slabs Comments: 75 CORNER SPALLING H 1.00 Slabs Comments: JOINT SPALLING M 2.00 Slabs Comments: SCALING/CRAZING L 21.00 Slabs Comments: Sample Number: 392 Type: R Area: 24.00Slabs PCI=21 Sample Comments:SAMPLE UNIT RENAMED ON 6/20/05 65 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 71 FAULTING L 2.00 Slabs Comments: 74 JOINT SPALLING L 16.00 Slabs Comments: 75 CORNER SPALLING L 6.00 Slabs Comments: 74 JOINT SPALLING M 4.00 Slabs Comments: 75 CORNER SPALLING M 4.00 Slabs Comments: 63 LINEAR CRACKING M 16.00 Slabs Comments: 70 SCALING/CRAZING L 9.00 Slabs Comments: 73 SHRINKAGE CRACKING N 4.00 Slabs Comments: 63 LINEAR CRACKING L 6.00 Slabs Comments: 74 JOINT SPALLING H 1.00 Slabs Comments: 74 JOINT SPALLING H 2.00 Slabs Comments: Packet Page-2072- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: RW 18-36 Name: RUNWAY 18-36 Use: RUNWAY Area: 723,750.00SgFt Section: 6130 of 6 From: - To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: P Area: 15,000.00SgFt Length: 600.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt_3/28/2011 Total Samples: 3 Surveyed: 1 Conditions: PCI:24.00 Inspection Comments: Sample Number: 100 Type: R Area: 24.00Slabs PCI=24 Sample Comments: 65 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 63 LINEAR CRACKING M 20.00 Slabs Comments: 74 JOINT SPALLING L 24.00 Slabs Comments: 75 CORNER SPALLING L 11.00 Slabs Comments: 70 SCALING/CRAZING L 17.00 Slabs Comments: 63 LINEAR CRACKING L 1.00 Slabs Comments: 73 SHRINKAGE CRACKING N 3.00 Slabs Comments: 74 JOINT SPALLING M 2.00 Slabs Comments: 75 CORNER SPALLING M 3.00 Slabs Comments: Packet Page-2073- I Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 4-22 Name: RUNWAY 4-22 Use: RUNWAY Area: 100,000.00SgFt Section: 6305 of 4 From:- To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: S Area: 15,000.00SgFt Length: 600.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date/28/2011 Total Samples: I Surveyed: 1 Conditions: PCI:37.00 Inspection Comments: Sample Number: 100 Type: R Area: 25.00S1abs PCI=37 Sample Comments: 65 JOINT SEAL DAMAGE M 25.00 Slabs Comments: 70 SCALING/CRAZING L 16.00 Slabs Comments: 73 SHRINKAGE CRACKING N 9.00 Slabs Comments: 70 SCALING/CRAZING M 6.00 Slabs Comments: 63 LINEAR CRACKING L 10.00 Slabs Comments: 74 JOINT SPALLING L 12.00 Slabs Comments: 75 CORNER SPALLING L 8.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 74 JOINT SPALLING M 2.00 Slabs Comments: Packet Page-2074- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: 1MM Name: IMMOKALEE AIRPORT Branch: RW 4-22 Name: RUNWAY 4-22 Use: RUNWAY Area: 100,000.00SgFt Section: 6310 of 4 From: - To: - Last Const.: 1/1/1942 Surface: Pec Family: FDOT-GA-PCC Zone: Category: Rank: s Area: 35,000.00SgFt Length: 350.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/28/2011 Total Samples: 3 Surveyed: 2 Conditions: PCI:36.00 Inspection Comments: Sample Number: 301 Type: R Area: 24.00Slabs PCI=30 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 70 SCALING/CRAZING M 13.00 Slabs Comments: 73 SHRINKAGE CRACKING N 11.00 Slabs Comments: 74 JOINT SPALLING L 12.00 Slabs Comments: 63 LINEAR CRACKING L 8.00 Slabs Comments: 70 SCALING/CRAZING L 11.00 Slabs Comments: 75 CORNER SPALLING L 11.00 Slabs Comments: Sample Number: 303 Type: R Area: 24.00Slabs PCI=43 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 74 JOINT SPALLING L 11.00 Slabs Comments: 70 SCALING/CRAZING L 16.00 Slabs Comments: 75 CORNER SPALLING L 15.00 Slabs Comments: 63 LINEAR CRACKING L 5.00 Slabs Comments: 73 SHRINKAGE CRACKING N 10.00 Slabs Comments: 63 LINEAR CRACKING M 2.00 Slabs Comments: 74 JOINT SPALLING M 1.00 Slabs Comments: Packet Page -2075- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .Work: IMM Name: IMMOKALEE AIRPORT Branch: RW 4-22 Name: RUNWAY 4-22 USe: RUNWAY Area: 100,000.0OSgFt Section: 6325 of 4 From: - To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: S Area: 35,000.00SgFt Length: 350.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: o.00 Lanes: 0 Section Comments: Last Insp.Date/28/201 l Total Samples: 3 Surveyed: 2 Conditions: PCI:31.00 Inspection Comments: Sample Number: 395 Type: R Area: 24.00Slabs PCI=31 Sample Comments: 65 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 74 JOINT SPALLING L 17.00 Slabs Comments: 63 LINEAR CRACKING M 5.00 Slabs Comments: 70 SCALING/CRAZING L 18.00 Slabs Comments: 75 CORNER SPALLING M 4.00 Slabs Comments: 63 LINEAR CRACKING L 6.00 Slabs Comments: 62 CORNER BREAK L 3.00 Slabs Comments: 74 JOINT SPALLING M 5.00 Slabs Comments: 75 CORNER SPALLING L 6.00 Slabs Comments: 73 SHRINKAGE CRACKING N 1.00 Slabs Comments: nple Number: 398 Type: R Area: 24.00Slabs PCI=30 ple Comments: b5 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 74 JOINT SPALLING L 15.00 Slabs Comments: 70 SCALING/CRAZING L 22.00 Slabs Comments: 75 CORNER SPALLING L 2.00 Slabs Comments: 74 JOINT SPALLING M 6.00 Slabs Comments: 63 LINEAR CRACKING M 11.00 Slabs Comments: 75 CORNER SPALLING M 3.00 Slabs Comments: 63 LINEAR CRACKING L 1.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 73 SHRINKAGE CRACKING N 3.00 Slabs Comments: Packet Page-2076- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: RW 4-22 Name: RUNWAY 4-22 Use: RUNWAY Area: 100,000.00SgFt Section: 6330 of 4 From: - To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: S Area: 15,000.00SgFt Length: 600.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Datt3/28/2011 Total Samples: 1 Surveyed: 1 Conditions: PCI:34.00 Inspection Comments: Sample Number: 195 Type: R Area: 24.00Slabs PCI=34 Sample Comments: 65 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 74 JOINT SPALLING L 24.00 Slabs Comments: 70 SCALING/CRAZING L 20.00 Slabs Comments: 63 LINEAR CRACKING M 7.00 Slabs Comments: 75 CORNER SPALLING L 8.00 Slabs Comments: 63 LINEAR CRACKING L 7.00 Slabs Comments: Packet Page-2077- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: work: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 USe: RUNWAY Area: 698,250.00SgFt Section: 6205 of 6 From:- To: - Last Const.: 1/1/1942 Surface: Pcc Family: FDOT-GA-PCC Zone: Category: Rank: S Area: 15,000.00SgFt Length: 150.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Dat€3/28/2011 Total Samples: 3 Surveyed: 1 Conditions: PCI:29.00 Inspection Comments: Sample Number: 301 Type: R Area: 24.00Slabs PCI=29 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 74 JOINT SPALLING L 8.00 Slabs Comments: 63 LINEAR CRACKING L 11.00 Slabs Comments: 63 LINEAR CRACKING M 10.00 Slabs Comments: 75 CORNER SPALLING L 3.00 Slabs Comments: 75 CORNER SPALLING M 4.00 Slabs Comments: 74 JOINT SPALLING M 1.00 Slabs Comments: 70 SCALING/CRAZING L 2.00 Slabs Comments: Packet Page -2078- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 Use: RUNWAY Area: 698,250.00SgFt Section: 6210 of 6 From: - To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: S Area: 7,500.00SgFt Length: 300.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Date3/28/zo1 I Total Samples: I Surveyed: 1 Conditions: PCI:26.00 Inspection Comments: Sample Number: 100 Type: R Area: 12.00Slabs PCI=26 Sample Comments: 65 JOINT SEAL DAMAGE M 12.00 Slabs Comments: 63 LINEAR CRACKING M 8.00 Slabs Comments: 74 JOINT SPALLING L 4.00 Slabs Comments: 75 CORNER SPALLING L 2.00 Slabs Comments: 70 SCALING/CRAZING L 2.00 Slabs Comments: 66 SMALL PATCH L 2.00 Slabs Comments: 63 LINEAR CRACKING L 4.00 Slabs Comments: olow Packet Page-2079- Re-inspection Report 9/25/2012 Item 14.A.1 . FOOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 Use: RUNWAY Area: 698,250.00SgFt Section: 6215 of 6 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: S Area: 420,500.00SgFt Length: 4,205.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Continents: Last Insp.Date3/28/2ol I Total Samples: 105 Surveyed: 17 Conditions: Pci:28.00 Inspection Comments: Sample Number: 304 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 2, 499.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SgEt Comments: Sample Number: 306 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 3,249.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SgEt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 311 Type: R Area: 5,000.00SgFt PCI=28 ole Comments: BLOCK CRACKING M 2, 999. 98 SqFt Comments: 43 BLOCK CRACKING L 749.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 316 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 749.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 321 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 749.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 326 Type: R Area: 5,000.00SgFt PCI=36 Sample Comments: 43 BLOCK CRACKING M 300.00 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 331 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999. 98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: iple Number: 336 Type: R Area: 5,000.00SgFt PCI=27 iple Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: Packet Page -2080- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 342 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999. 98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 346 Type: R Area: 5,000.oOsgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 3,499.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 351 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 360 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999. 98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 365 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 4< 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 371 Type: R Area: 5,000.00SgFt PCI=26 Sample Comments: 43 BLOCK CRACKING M 3,749.97 SqFt Comments: 43 BLOCK CRACKING L 749.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 377 Type: R Area: 5,000.0OSgFt PCI=26 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 380 Type: R Area: 5,000.00SgFt PCI=26 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 383 Type: R Area: 5,000.00SgFt PCI=26 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SgEt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Packet Page-2081- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 Use: RUNWAY Area: 698,250.00SgFt Section: 6220 of 6 From: - To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-RW-AC Zone: Category: Rank: s Area: 210,250.00SgFt Length: 8,410.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Datt3/28/2011 Total Samples: 53 Surveyed: 8 Conditions: PCI:28.00 1 Inspection Comments: Sample Number: 106 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 3,249.97 SqFt Comments: 43 BLOCK CRACKING L 500.00 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 126 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999. 98 SgEt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499.96 SqFt Comments: Sample Number: 142 Type: R Area: 5,000.00SgFt PCI=33 vle Comments: BLOCK CRACKING M 500.00 SqFt Comments: 43 BLOCK CRACKING L 3,249.97 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 168 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2,499.98 SqFt Comments: 43 BLOCK CRACKING L 1,499.99 SqFt Comments: 52 WEATHERING/RAVELING M 4,499. 96 SqFt Comments: Sample Number: s10 Type: R Area: 5,000.00SgFt PCI=33 Sample Comments: 43 BLOCK CRACKING M 500.00 SqFt Comments: 43 BLOCK CRACKING L 2, 999.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Sample Number: 534 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499. 96 SgEt Comments: Sample Number: 560 Type: R Area: 5,000.00SgFt PCI=27 Sample Comments: 43 BLOCK CRACKING M 2, 999.98 SqFt Comments: 43 BLOCK CRACKING L 999.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SgEt Comments: iple Number: 576 Type: R Area: 5,000.00SgFt PCI=26 .ple Comments: 43 BLOCK CRACKING M 2,499.98 SqFt Comments: Packet Page-2082- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: 43 BLOCK CRACKING L 1, 999.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 499.96 SqFt Comments: Aft Packet Page-2083- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 Use: RUNWAY Area: 698,250.00SgFt Section: 6225 of 6 From:- To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: s Area: 30,000.00SgFt Length: 300.00Ft Width: 100.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 6 Surveyed: 2 Conditions: PCI:27.00 Inspection Comments: Sample Number: 386 Type: R Area: 24.00Slabs PCI=29 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 74 JOINT SPALLING L 17.00 Slabs Comments: 70 SCALING/CRAZING L 12.00 Slabs Comments: 73 SHRINKAGE CRACKING N 8.00 Slabs Comments: 75 CORNER SPALLING L 10.00 Slabs Comments: 63 LINEAR CRACKING L 5.00 Slabs Comments: 75 CORNER SPALLING M 4.00 Slabs Comments: 74 JOINT SPALLING M 7.00 Slabs Comments: 63 LINEAR CRACKING M 7.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 75 CORNER SPALLING H 1.00 Slabs Comments: .iple Number: 388 Type: R Area: 24.00Slabs PCI=25 Sample Comments: 65 JOINT SEAL DAMAGE H 24.00 Slabs Comments: 70 SCALING/CRAZING L 10.00 Slabs Comments: 74 JOINT SPALLING L 18.00 Slabs Comments: 75 CORNER SPALLING L 10.00 Slabs Comments: 63 LINEAR CRACKING H 2.00 Slabs Comments: 74 JOINT SPALLING M 7.00 Slabs Comments: 73 SHRINKAGE CRACKING N 7.00 Slabs Comments: 63 LINEAR CRACKING M 5.00 Slabs Comments: 63 LINEAR CRACKING L 4.00 Slabs Comments: 62 CORNER BREAK M 2.00 Slabs Comments: 75 CORNER SPALLING M 4.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 75 CORNER SPALLING L 1.00 Slabs Comments: Packet Page-2084- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: RW 9-27 Name: RUNWAY 9-27 Use: RUNWAY Area: 698,250.00SgFt Section: 6230 of 6 From:- To: - Last Const.: 1/1/1942 Surface: PCC Family: FDOT-GA-PCC Zone: Category: Rank: s Area: 15,000.00SgFt Length: 600.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Date/28/2011 Total Samples: 3 Surveyed: 1 Conditions: PCI:5.00 � Inspection Comments: Sample Number: 186 Type: R Area: 24.00Slabs PCI=5 Sample Comments: 65 JOINT SEAL DAMAGE M 24.00 Slabs Comments: 75 CORNER SPALLING L 4.00 Slabs Comments: 63 LINEAR CRACKING M 13.00 Slabs Comments: 74 JOINT SPALLING M 3.00 Slabs Comments: 74 JOINT SPALLING L 19.00 Slabs Comments: 73 SHRINKAGE CRACKING N 2.00 Slabs Comments: 70 SCALING/CRAZING L 5.00 Slabs Comments: 63 LINEAR CRACKING H 7.00 Slabs Comments: 62 CORNER BREAK L 1.00 Slabs Comments: 63 LINEAR CRACKING L 1.00 Slabs Comments: .ems.. Packet Page -2085- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: TWA Name: TAXIWAY A Use: TAXIWAY Area: 324,450.00SgFt Section: 205 of 3 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 277,550.00SgFt Length: 5,551.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Datt3/28/2011 Total Samples: 69 Surveyed: 6 Conditions: PCI:25.00 Inspection Comments: Sample Number: 103 Type: R Area: 5,000.00SgFt PCI=28 Sample Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 52 WEATHERING/RAVELING M 4,499. 96 SqFt Comments: 50 PATCHING L 6.00 SqFt Comments: Sample Number: 113 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 123 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: BLOCK CRACKING M 4, 999.96 SqFt Comments: WEATHERING/RAVELING M 4, 999.96 SgEt Comments: Sample Number: 133 Type: R Area: 5,000.00SgFt PCI=23 Sample Comments: 43 BLOCK CRACKING M 3, 499.97 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 55.01 Ft Comments: 50 PATCHING M 4.00 SqFt Comments: Sample Number: 143 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 152 Type: R Area: 5,000.00SgFt PCI=22 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 490.13 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: 43 BLOCK CRACKING M 1, 499.99 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 20.01 Ft Comments: Packet Page-2086- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: TWA Name: TAXIWAY A Use: TAXIWAY Area: 324,450.00SgFt Section: 210 of 3 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 23,450.00SgFt Length: 469.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 6 Surveyed: 1 Conditions: PCI:26.00 Inspection Comments: Sample Number: 201 Type: R Area: 5,000.00SgFt PCI=26 Sample Comments: 50 PATCHING M 150.00 SqFt Comments: 43 BLOCK CRACKING M 3, 999.97 SqFt Comments: 52 WEATHERING/RAVELING M 4,499. 96 SqFt Comments: oft Packet Page-2087- Re-inspection Report 9/25/2012 Item 14.A.1 . FOOT Report Generated Date: 5/17/2011 Site Name: ..work: IMM Name: IMMOKALEE AIRPORT Branch: TWA Name: TAXIWAY A USe: TAXIWAY Area: 324,450.00SgFt Section: 220 of 3 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 23,450.00SgFt Length: 469.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date3/28/2011 Total Samples: 6 Surveyed: 1 Conditions: PCI:22.00 Inspection Comments: Sample Number: 301 Type: R Area: 5,000.00SgFt PCI=22 Sample Comments: 50 PATCHING M 150.00 SqFt Comments: 43 BLOCK CRACKING M 4, 999.96 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Packet Page-2088- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: TW B Name: TAXIWAY B Use: TAXIWAY Area: 259,700.00SgFt Section: 105 of 3 From: - To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 117,050.00SgFt Length: 2,341.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp. Datt3/28/2011 Total Samples: 29 Surveyed: 4 Conditions: PCI:26.00 I Inspection Comments: Sample Number: 1 oz Type: R Area: 5,000.00SgFt PCI=32 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 500.13 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 63.02 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 108 Type: R Area: 5,000.00SgFt PCI=25 Sample Comments: 43 BLOCK CRACKING M 2, 499.98 SqFt Comments: 43 BLOCK CRACKING L 1, 999.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 114 Type: R Area: 5,000.00SgFt PCI=24 Sample Comments: 43 BLOCK CRACKING M 3,499. 97 SqFt Comments: 43 BLOCK CRACKING L 1, 199.99 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 120 Type: R Area: 5,000.00SgFt PCI=21 Sample Comments: 43 BLOCK CRACKING L 1, 199.99 SqFt Comments: 43 BLOCK CRACKING M 3,599.97 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: 50 PATCHING M 3.00 SqFt Comments: Allft Packet Page -2089- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .Work: IMM Name: IMMOKALEE AIRPORT Branch: TW B Name: TAXIWAY B USe: TAXIWAY Area: 259,700.00SgFt Section: 110 of 3 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 132,650.00SgFt Length: 2,653.O0Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.DatE3/28/2011 Total Samples: 33 Surveyed: 4 Conditions: PCI:34.00 Inspection Comments: Sample Number: 104 Type: R Area: 5,000.00SgFt PCI=33 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 320.08 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 143.04 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 110 Type: R Area: 5,000.00SgFt PCI=43 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 12.00 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 150.04 Ft Comments: 43 BLOCK CRACKING M 2,399.98 SqFt Comments: 52 WEATHERING/RAVELING L 4, 999.92 SqFt Comments: iple Number: 116 Type: R Area: 5,000.00SgFt PCI=24 plc Comments: 43 BLOCK CRACKING L 1, 999.98 SqFt Comments: 43 BLOCK CRACKING M 2,599.98 SqFt Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Sample Number: 122 Type: R Area: 5,000.00SgFt PCI=33 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 249.06 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 200.05 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Packet Page-2090- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: TW B Name: TAXIWAY B Use: TAXIWAY Area: 259,700.00SgFt Section: 115 of 3 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 10,000.00SgFt Length: 200.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: o Section Comments: Last Insp. Datt3/28/2011 Total Samples: 3 Surveyed: I Conditions: PCI:33.00 Inspection Comments: Sample Number: 123 Type: R Area: 5,000.0OSgFt PCI=33 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 500.13 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 31.01 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: AW AW Packet Page-2091- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .Work: 1MM Name: IMMOKALEE AIRPORT Branch: TW B1 Name: TAXIWAY B Use: TAXIWAY Area: 102,493.00SgFt Section: 405 of 2 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 33,000.00SgFt Length: 660.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 4 Surveyed: 2 Conditions: PCI:34.00 1 Inspection Comments: Sample Number: 101 Type: R Area: 5,000.00SgFt PCI=34 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 400.10 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 320.08 Ft Comments: 52 WEATHERING/RAVELING M 4,799.96 SqFt Comments: Sample Number: 104 Type: R Area: 5,000.00SgFt PCI=33 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 281.07 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 470.12 Ft Comments: 52 WEATHERING/RAVELING M 4, 999.96 SqFt Comments: Packet Page-2092- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: TW B1 Name: TAXIWAY B Use: TAXIWAY Area: 102,493.00SgFt Section: 410 of 2 From:- To: - Last Const.: 1/1/1942 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: P Area: 69,493.00SgFt Length: 1,270.00Ft Width: 50.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Date/28/201i Total Samples: 1 Surveyed: 1 Conditions: PCI:28.00 Inspection Comments: Sample Number: 187 Type: R Area: 10,000.00SgFt PCI=28 Sample Comments: 50 PATCHING M 6.00 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 950.24 Ft Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 376.10 Ft Comments: 52 WEATHERING/RAVELING M 9, 999.92 SqFt Comments: OW OW Packet Page-2093- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: .work: IMM Name: IMMOKALEE AIRPORT Branch: TW C Name: TAXIWAY C Use: TAXIWAY Area: 105,875.00SgFt Section: 310 of 2 From: 1+00 To: 17+00 Last Const.: 1/1/1998 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: S Area: 56,000.00SgFt Length: 1,600.00Ft Width: 35.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 14 Surveyed: 2 Conditions: PCI:89.00 Inspection Comments: Sample Number: 102 Type: R Area: 3,724.00SgFt PCI=98 Sample Comments: 52 WEATHERING/RAVELING L 30.00 SqFt Comments: Sample Number: 109 Type: R Area: 4,137.00SgFt PCI=82 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 219.06 Ft Comments: 52 WEATHERING/RAVELING L 50.00 SqFt Comments: Packet Page-2094- Re-inspection Report 9/25/2012 Item 14.A.1. FDOT Report Generated Date: 5/17/2011 Site Name: Network: IMM Name: IMMOKALEE AIRPORT Branch: TW C Name: TAXIWAY C Use: TAXIWAY Area: 105,875.00SgFt Section: 315 of 2 From: 1+00 To: 15+25 Last Const.: 1/1/2007 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: S Area: 49,875.00SgFt Length: 1,425.O0Ft Width: 35.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 18 Surveyed: 3 Conditions: PCI:94.00 Inspection Comments: Sample Number: 102 Type: R Area: 3,500.00SgFt PCI=95 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 40.01 Ft Comments: Sample Number: 107 Type: R Area: 3,500.00SgFt PCI=95 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 37.01 Ft Comments: Sample Number: 201 Type: R Area: 3,500.00SgFt PCI=91 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 70.02 Ft Comments: 52 WEATHERING/RAVELING L 10.00 SqFt Comments: oak Packet Page-2095- Re-inspection Report 9/25/2012 Item 14.A.1 . FDOT Report Generated Date: 5/17/2011 Site Name: -work: IMM Name: IMMOKALEE AIRPORT Branch: TW TO AP Name: TAXIWAY TO CROP AP Use: TAXIWAY Area: 31,500.00SgFt Section: 305 of 1 From:- To: - Last Const.: 1/1/1987 Surface: AC Family: FDOT-GA-TW-AC Zone: Category: Rank: T Area: 31,500.00SgFt Length: 1,260.00Ft Width: 25.00Ft Shoulder: Street Type: Grade: 0.00 Lanes: 0 Section Comments: Last Insp.Datt3/28/2011 Total Samples: 8 Surveyed: 2 Conditions: PCI:67.00 Inspection Comments: Sample Number: loo Type: R Area: 5,000.0OSgFt PCI=67 Sample Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 174.04 Ft Comments: 52 WEATHERING/RAVELING L 3, 499.97 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING M 29.01 Ft Comments: Sample Number: 103 Type: R Area: 5,000.00SgFt PCI=67 Sample Comments: 43 BLOCK CRACKING L 562.50 SqFt Comments: 52 WEATHERING/RAVELING L 3, 499.97 SqFt Comments: 48 LONGITUDINAL/TRANSVERSE CRACKING L 189.05 Ft Comments: Packet Page-2096- 9/25/2012 Item 14.A.1 . Co 1(c3k ow t I+r�r County Email: lynwood @colliergov.net Telephone: (239) 252-2667 Adrr'nitfve Services Division FAX: (239) 252-6593 Purchasing Addendum #1 Date: May 29, 2012 From: Lyn M Wood Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: 12-5885— Design/Construction of Engineering Services of IMM and MKY Runway Rehabilitation/Reconstruction The following clarification is made to the above mentioned Collier County solicitation: 1. Number 11, Proposal Selection Committee and Evaluation Factors is to be corrected on page 2. 2. Non-Mandatory Pre-Proposal Meetings held on May 28, 2012 are attached hereto with the proposers signing on the forms. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Bob Tweedie, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) SAWT Packet Page -2097- 9/25/2012 Item 14.A.1. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan Project Approach 30 Experience and Capacity of the Firm Schedule and Quality Control 3020 -_ _-- - _ -_ - -• _- Experience of the Firm 3020 Businccs Plan Project Approach 30 Experience and Capacity of the Firm Schedule and Quality Control 3020 Busine.s PlanExperience of the Firm 3020 e- -- - --e _ - _ -- -- Schedule and Quality Control 3020 Proposed Staff Experience and Availability 20 Customer and References Listing 10 TOTAL 100 Packet Page-2098- 9/25/2012 Item 14.A.1 . Cotter County Attendance Sheet Administrative Services Division Non- Mandatory Pre-Proposal :-"urchasing Meeting Vendor Sign-in Date: May 29, 2012 Solicitation: 12-5885- Design/Construction of Engineering Services of IMM and MKY Runway Rehabilitiation/Reconstruction PLEASE PRINT Name: C/2,74711•?4,/ /Ai .-, 4-r/ ,,,. Name: c,fs.,, Ti..--....4S Company: Li/L- > Company: 1 J Address: 3 0)----' ti r,,,,,ti, e_ ii):- >-,„II, /-r.‘ Address: kk)rkt- , City: e City: .........--. , State: i- i„. Zip: /--)J* State: ''77-. ' rzz. Zip: 7)7> '-'1-l'i Telephone: i,.- 'i ti - 2 2 -/)' Telephone: `.31 / - FAX: I, .1-; .e:°. - -2,"? ° I,, FAX: 5(„,t / Email: f -, i . p°).- ,- (.:,. , ,,s . , ,.,,,,-. Email: .,-,e\se.. OE #-) .. 1"..--t A141144 I:Li) ************************w*******************************441: Name: g rc""I" AJA-t S9 v-e, Name:(10,01 NICIC\c\ Company: Grdc17 Ai;, o,r, Company: Cri21\P‘ Address: 3S 00 1.1.0. De I ge , / Address: 55AO1 'Pe‘o(cix) V--,Ay Sc) 5 4 4' . r. .p."." I- "1:7•.■ ,-.07 1,\ City: 60,n-C-11 r i rs.otS City: 1 J State: FL Zip: '"** Li I 3*Lf State: \-- I. Zip: 1-)-21 1 op Telephone: 2 39 -141 — If 1-1 t.1 0 q --\ 5 Telephone: ? 3--. i b b . n , FAX.2,3c1-7‘f—0 I FAX: * tY+ 2 5cA „c5c. e, 2,. , 9 Email: bct coi SQ,-.. ,4q—cii,tl 7 „,,,,.."Q r ( Om 1 111 r -) tc?„ nil : Email: ,.._..k •--k , --k.— 01('-6 .c'.-- C 1 C 4-)") ki 4001*- G/A cq u 1 s t i o n s/Te c h F o rm s a n d L ette rs/M a n d at o ry P re-P ro p o s a I S i g n i n S h e e t Revised:4/15/2010 Packet Page-2099- 9/25/2012 Item 14.A.1 . Co j Co'Kiley Attendance Sheet lion- Mandatory Pre -Proposal Administrate Setvioas Division Purchasing Meeting Vendor Sign-in Date: May 29, 2012 Solicitation: 12-5885 - Design/Construction of Engineering Services of IMM and MKY Runway Rehabilitiation/Reconstruction PLEASE PRI Name: L,(itc- 'r eve Name: r; AltAR I-J/1/ Company: -c) "1 6-6-1)1.-e5 Company:/97/WCy7/// c /g7 4/0 Address: (!) j Address: C-4,1 City: LI r Li-2 City: Ar State: F L Zip: State: /LT 7 Zip: 9(93— Telephone: :-.72-e7P6() Telephone: FAX: 7-; - /), FAX: c>209,-.f'S Email: Email: /7/7-747->,1,-/ , ( Email: brdvifi -^ ,ca‘ cp7-0a'e C-e-/7_ /7ec_, Name: -17) vv, Parl.etr Name: L\ rsi■k-E,K LE-1 Company: 14 9,hsoa,Prj-r_s :61,t,, Vi t5 Company: k-.E. C C-) Address: ci in 15 r7kiy1 S1.414-t i°5Address: City: Lct DOD\ Tr's 1,1 141 j City: khAt-€7.2.21, State: Zip: 3142b2 State: \c- Zip: 3 )\2_ Telephone: 91-11 - 341- (032-I Telephone: 27.--;-) (,\ - FAX: 94 I - &7q ci c) FAX: Email: tpcirktr- 2? k(AK Scvl . CO Email: G/Acquistions/TechFormsandLetters/MandatoryPre-ProPosalSigninSheet Revised:4/15/2010 Packet Page-2100- 9/25/2012 Item 14.A.1. o 7 1" Attendance Sheet Non Mandatory Pre-Proposal Meeting Adrrtnistrative Services Dmsion Collier County Department Sign-in `urchasing Date: May 29, 2012 Solicitation: 12-5885 Design/Construction Engineering Services of IMM and MKY Runway Rehabilitation/ Reconstruction dame Department '-- r -€),,t- . ) ' 4 7 .�Fi6i=4Y: 1. fi '{ j'�` MI .a1.. ,n":JT _y: _ _ r x .tea:.. G/Acquistions/fechFormsandLetters/MandatoryPre-ProposalSigninSheet Revised:4/15/2010 Packet Page-2101- 9/25/2012 Item 14.A.1. 7iE'Y County my Email: lynwood @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-6593 Purchasing Addendum #2 Date: June 4, 2012 From: Lyn M Wood Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: 12-5885— Design/Construction of Engineering Services of IMM and MKY Runway Rehabilitation/Reconstruction The following clarification is made to the above mentioned Collier County solicitation: 1. Number 11, Proposal Selection Committee and Evaluation Factors is to be corrected on page 2 attached hereto. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Bob Tweedie, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page -2102- 9/25/2012 Item 14.A.1. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan Project Approach 30 -- - - - --e- - -- -- Schedule and Quality Control 3820 Business PlanExperience of the Firm 3020 Proposed Staff Experience and Availability 20 Customer and References L i 10 TOTAL 100 • 'ttiw Packet Page-2103-