Loading...
Backup Documents 07/27-28/2010 Item #16G 1ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLI1 6 J+ TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO Q „� THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are UI be forwarded to the Board Office only after the Board has taken action on the item) ROUTING SLIP Complete routing lines N I through N4 as appropriate for additional signatures, dales, and /or information needed If the document is already complete with the exception of die Chairman's si nature, draw a line through reining finec d I thmn[,.h 44 corn let, tha t,,,,.r eo. - -1 1.1......1 ..... _ Route to Addressee(s) List in routing order) Office Initials Date 1. appropriate. (Initial) Applicable) 2. July 27, 2010 Agenda Item Number 16G I 3. signed by the Chairman, with the exception of most letters, must be reviewed and signed '^ 4. Jennifer B. White County Attorney��� Number of Original �0 5. Ian Mitchell, BCC Office Supervisor Board of County Commissioners 0 ; 6. Minutes and Records Clerk of Court's Office PRIMARY CONTACT INFORMATION I (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the person who created /prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Sue Filson, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the 13CC office only after the BCC has acted to approve the item. Name of Primary Staff Debbie Brueggeman Phone Number (239) 642 -7878 Ext. 34 Contact appropriate. (Initial) Applicable) Agenda Date Item was July 27, 2010 Agenda Item Number 16G I Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed '^ Type of Document Hole Monies Work Order Number of Original 3 Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHF.CKI,IST 1: Forms / County Forms/ BCC Forms/ Original Documents Routing Slip W WS Original 9.03.04. Revised 1.26.05, Revised 2.24.05_ Revised 9.18.09 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial) Applicable) 1. Original document has been signed /initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed '^ by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike - through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. AV- 5. In most cases (some contracts are an exception), the original document and this routing slip N/A should be provided to Ian Mithchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of our deadlines! 6. The document was approved by the BCC on 7/27/10 (enter date) and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 1: Forms / County Forms/ BCC Forms/ Original Documents Routing Slip W WS Original 9.03.04. Revised 1.26.05, Revised 2.24.05_ Revised 9.18.09 16G1 MEMORANDUM Date: August 20, 2010 To: Debbie Brueggeman, Operations Coordinator Collier County Airport Authority From: Teresa Polaski, Deputy Clerk Minutes and Records Department Re: Work Order to Contract #09 -5262 with Holes Montes for Runway Lighting Rehabilitation Attached are two (2) original copies of the document referenced above, (Item #16G1) approved by the Board of County Commissioners July 27, 2010. The third original document will be held with the Board's Official Records in the Minutes & Records Department. If you have any questions, you may contact me at 252 -8411. Thank you. Attachments (2) Agreement for "Fixed Term Professional Engineering Services" Dated September 26, 2006 (RFP /Bid #09- 5262 -AE) This Work Order is for professional engineering consulting services for work known as: Proiect Name: Runway 18/36 Lighting Rehabilitation Immokalee Regional Airport CCAA Tracking No: HM- FT- 5262 -10 -01 16G1 The work is specified in the proposal dated July 1, 2010, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, the Collier County Airport Authority (OWNER) assigns this Work Order to Hole Montes (CONSULTANT). Scope of Work: Perform engineering services for the design and bidding of the Runway 18/36 rehabilitation project at the Immokalee Regional Airport as follows and described in the attached proposal dated July 1, 2010. Task A Data Collection Task B Design Task C Bidding Schedule of Work: Work will be completed with 180 days from the Notice to Proceed. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s), and as provided in the attached proposal. Data Collection $ 8,670 (Time & Materials) Design $21,882 (Time & Materials) Bidding 4,814 (Time & Materials) TOTAL FEE $35,366 Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule "A" of the original Coriwdc- tAgreement. ATTEST: By: =aaajw "WtJ Sig ature Signature of Officer S�e0V1(AVlie I -,Q V0 _ GEORGE N. HERFLANSON, P.E., SR. pP /PRINCIPAL Print Name Print Name & Title C:IDocuments mid SeuingslSlephanieKaroUocal Seningsl Temporary lnternel FileslConlent. 0udooC79S7GDT7\HM WO 10-0 1 IMM Runway 18 -26 light rehab 7- 12- 10.docx CCAA Tracking No: HM -10 -01 Page 2 of 2 1 6 V ATTEST';, ",,r _ COLLIER COUNTY AIRPORT AUTHORITY DWIQjiji E' BkOC''K, CLERK OF COLLIER OUNTY, FLORIDA - Axfe'it ;W.., QiCt�RP! FRED W. COYLE, CHAIR XTA N Approval for'form and legal Sufficiency: Jennifer W -o Assistant County Attorney Item # ! �O Q, I Agenda a Date Date C' Reed(' C 2c � lc Deputy Clerk C:ADocuments and Settings \StephanieKarolTocal Settings \Temporary Internet Fi1esAContcnt0u11ookV79S7GDTAHM WO 10 -01 IMM Runway 18 -26 light rehab 7- 12- 10.docx N 1�m HOLE MONTES ENGINEERS PLANNERS SURVEYORS ANDSCAPE ARCHITECTS 6200 Whiskey Creek Drive • Fort Myers . Florida 33919 • Phone. 239.985.1200 - Fax 239 - 985.1258 July 1, 2010 Ms. Penny Phillippi Acting Executive Director Collier County Airport Authority Marco Island Executive Airport 2003 Mainsail Drive Naples, FL 34114 RE. Runway 18 -36 Lighting Improvements {rnmokalEa .�agiar�al Airpor i HM Project No. 2010.001 Dear Ms. Brueggeman: 1661 Hole Montes, Inc. is pleased to submit this proposal for engineering services associated with the referenced project. This proposal covers services through the bid phase. Services during construction phase will be covered under a separate work order. PROJECT DESCRIPTION The intent of this project is to improve various components of the airfield lighting associated with Runway 18 -36 at the Immokalee Regional Airport (IMM). The components include New PAPIs for each end of runways, new rotating beacon, Taxiway edge lighting and REILs at Runway 18 threshold. The scope of improvements for Taxiway A will be determined by a field inspection to determine the existing condition and recommended improvements. The inclusion of the items will be limited to the project budget and prioritized by the Collier County Airport Authority (CCAA). The proposed scope of the project will be based on the result of the data collection which will focus on field tests on the vault equipment and electrical cables along Taxiway A by an electrical contractor. The contractor will also troubleshoot the REILS and rotating beacon equipment. The electrical engineer and project manager will visit the site to observe existing conditions, including recent changes by Authority staff and verify compliance with existing codes. The information from the data collection will be evaluated and, a list of needed improvements with cost estimates will be prepared on a prioritized basis and submitted to the Authority. The Authority will then select those items that it wants included in the design subject to budget limitations. Additional items may be included as alternates, subject to favorable bid prices. Hole Montes will then design and bid those improvements. SCOPE OF SERVICES The CONSULTANT shall perform the following basic services: A. Data Collection 1. Obtain and review plans of prior airfield lighting for Runway 18 -36 at IMM. 2. Conduct a site inspection to determine condition of existing regulator, Taxiway A lighting circuit, REILs for Runway 18 and rotating beacon. Naples - Fort Myers Ms. Penny Phillippi Collier County Airport Authority July 1, 2010 Page 2 of 3 1661 3. Prepare and submit a report of findings and recommended improvements to CCAA to develop a priority list. B. Design 1. Prepare preliminary construction plans and technical specifications for the lighting improvements based on a priority list established by CCAA. 2. Prepare preliminary Opinion of Probable Construction Cost for the improvements. 3. Submit preliminary plans, specifications and opinion of construction cost to CCAA for review. 4. Prepare Airport Construction Safety Plan for inclusion in contract documents. S. Prepare final contract documents and technical specifications suitable for bidding purposes and an updated Opinion of Probable Construction Cost. 6. Prepare Engineer's Report and certification per FDOT standards, to summarize design criteria and calculations and submit to CCAA and FDOT. 7. Prepare and submit PAPI site data to FAA for review and flight check coordination. 8. Coordinate review of up -front contract documents with County Purchasing Department and revise as necessary. C. Bidding 1. Provide support to CCAA Purchasing with preparation of the bid advertisement. 2. Prepare digital file of plans and technical specifications and forward to County Purchasing for distribution to bidders. 3. Attend pre -bid conference at County Purchasing 4. Response to question by bidders and issue addenda as necessary. 5. Review bid result and submit recommendation of award of construction contract to CCAA. 6. Assist CCAA with coordination of project approval with FDOT. PROJECT SCHEDULE • Submit report for data collection phase twenty -one (21) days from issuance of Notice To Proceed by CCAA. • Submit preliminary plans, technical specifications and Opinion of Probable Construction Cost for CCAA review sixty (60) days from submittal of data collection report. • Submit final construction plans and documents suitable for bidding forty -five (45) days after receipt of CCAA comments on preliminary submittal • Submit Engineer's Report, certification and PAPI site data fifteen (15) days after submittal of final construction documents. Ms. Penny Phillippi Collier County Airport Authority July 1, 2010 Page 3 of 3 16G1 ASSUMPTION • Total project budget is $175,000 inclusive of engineering services construction cost and miscellaneous cost to CCAA. • County Purchasing to prepare up -front construction documents for bidding and contract award. COMPENSATION In accordance to Article 5 of Contract No. 09 -5262, the County will compensate the CONSULTANT the lump sum fee as follows: A. Data Collection: $ 8,670 B. Design: $21,882 C. Bidding: 4,814 TOTAL: $ 35,368 Attached is a man -hour summary that provides backup for the above fees. Very truly yours, HOLE Luc J. mere7PE Vic resident LJClkgc Enclosures H:\2010 \2010001 \WP\2010 Proposals \Rwy 18 -36 Lighting Impr scope & fee.doc 2621 � - - - - ® -- ® - - - --- ----- - --- - - ---- - :� - - -- -- - - -- --- -- -- - -- - --- -- - - - ® -- - . - -- - ®- - -- - - - -- - - -- ® - 7 \ \ /\\ \f]\ }f /§! §/ §